Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned TerQTO ea
County of Boone
In the County Commission of said county on the 2nd day of April 27
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby adopt the attached Child Abuse Prevention Month Proclamation
Done this 2ndday of April 2007 Keampeth M Pearson Pre idin Commissioner
ATTEST G Kareh M Miller District I Commissioner
Clerk of the County Commission
Skip Elkin s ~is t r i c tI1 Commissioner
CHILD ABUSE PREVENTION MONTH PRO CLAMATION
-WHEREAS child abuse prevention is a community problem and finding solutions depends on involvement among people throughout the community
WHEREAS generally statistics of children who are abused and neglected escalate each year
WHEREAS the effects of child abuse are felt by whole communities and need to be addressed by the entire community
WHEREAS effective child abuse prevention programs succeed because of partnerships created among social service agencies schools religious organizations law enforcement agencies and the business community
WHEREAS youth-serving prevention programs offer positive alternatives for young people and encourage youth to develop strong ties to their community
WHEREAS all citizens should become more aware of child abuse and its prevention within the community and to become involved in supporting parents to raise their children in a safe nurturing environment
NOW THEREFORE the Boone County Commission does hereby proclaim April as Child Abuse Prevention Month in Boone County and call upon all citizens community agencies religious organizations medical facilities and businesses to increase their participation in our efforts to prevent child abuse thereby strengthening the communities in which we live
Done this 2nd Day of April 2007
Kenneth M Pearson Presiding Commissioner
Karen M Miller District I Commissioner
Skip Elkin District I1 Commissioner
ATTEST
Wendy S Noren County Clerk
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned Term 2007) ea County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the request from the Boone County Public Works Department to over hire in the Maintenance Worker I1 position 136 while the incumbent in this position is on Military Leave In consideration of the requirement and intent to afford the incumbent all rights and benefits identified in the Uniformed Services Employment and Reemployment Rights Act of 1994 (USERRA) it is understood that the incumbents return to work may create a temporary over hire situation Pending natural attrition the Department of Public Works shall be authorized to accommodate the incumbent in the appropriate position without causing any other employee to lose position or status
Done this 2nd day of April 2007 KeGeth M Pearson P r 5 s i d y Commissioner
ATTEST
Karampn M Miller Wendy S l ~ amp e n District I Commissioner Clerk of the County Commission
~ i s t r i c t I1 Commissioner
3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone )ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the request from the Boone County Public Works Department to over hire in the Maintenance Worker I1 position 484
Done this 2ndday of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST
RareA M Miller Wendy S _ ren District I Commissioner Clerk of the County Commission
Lie$gaL+
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned TerdPO ea
County of Boone
In the County Commission of said county on the 2nd day of April 287
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 06-21 MAR07 Hydraulic Excavator to Cooke Sales amp Service It is further ordered the Presiding Commissioner sign said contract
Done this 2dday of April 2007 ampKenneth M Pearson
Presiding Commissioner ATTEST
~ a k nM Miller District I commissioner
Clerk o f the county Commission
District I1 ~ ~ A m i s s i o n e r
07Commission Order 13 a PURCHASE AGREEMENT FOR
HYDRAULIC EXCAVATOR
THIS AGREEMENT dated the amp day of w2 2007 is made between Boone County Missouri a political subdivision of the State o Missouri through the Boone County Commission herein County and Cooke Sales amp Service Company herein 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 the Hydraulic Excavator bid number 06-21MAR07 including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicableaddenda as well as the Contractors bid response dated March 162007 and executed by Oscar M Cooke on behalf of the Contractor All such documents shall constitutethe 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following
Item 481 -2007 or Current Model Year Hydraulic Excavator per Section 23 $13495000 For a total cost of $13495000
3 Delivery - Contractor agrees to deliver the equipment per the bid specificationsand within 90 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Public Works Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all invoices within thuty 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
5 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
6 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
7 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
COOKE SALES amp SfRVICE COMPANY BOONE COUNTY MISSOURI n
by by Boone County Commission
title ~ d i2 c p s -Kenneth hPearson Presiding Commissioner
ATTEST
Wendy S NOamp County Clerk
AUDITOR C E R ~ ~ I C A T I O N In accordance with RSMo 55660I 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 the contract do not create in a measurable county obligation at this time)
2040191300-$13495000
Appropriation Account
M a r 19 07 07s 52a wt zd ut U4lUp me sales
PutchaskrrlD e m fCorurtv of8wne 4 Rerpwnce-
41 Company Name Cooke Sales amp Service Comwanv
42 Address 809 S Westminster Ave PO Box 826
43 CityLZip F u l ton Missouri 65251-
47 FWedTaxlX) 44-0586703
471 amp) Cmpation ( ) Partnership-Name ( ) IndividualProprietorship- ksdividual Name ( 1 Other (Specify)
__ -- -- ----- -- 4B PRICiNG 1 ------------- ---i i -- i__-__
1 220----- E x c a v a t o r LV~ttPnce -LA- __i-ESep Price-_ JCB ----- 120W orCurrent M ~ d dYear Hydaulic i i 134950 _L1 -- ~ 1 3 4 9 5 0E X C ~ M ~ K 23) ---- f p H S ~ C U O ~ 1
I 410 1 GRAM)TOTAL 1 $ -II 411 [ DescribeAny--ti011$ -ampdamp - - ---
134 952 - i
-au- ---I -1 I I
-- - ~ r v i c e a ~ ~ ~ F d t ~ ~ n Service Company
Cooke Sales 6 809 S W e s t m i n s t e r A w e PO Box 826 Fulton MO 65251 i
PBrls G t Lacattan Cooke Sales amp S e r v i c e Company -I 809 S Westminster Ave Fulton MO 65251 I
--------- -- I ClladwwdSMireandlmRepP~onDanny Quick Service Fulton
O v e r 30-years mechanic s experience 30 years of f a c t o r y t r a i n i n g I
Bidm)6-21MAW Page6
M a r 15 07 87s 53a Feb 28 07 04lSp Code Sales
4-15 The unrknignedoffem ta furnishanddelluw(heartlcksor$emicesssspeclRed t the ces and terms fitatedmdIn slrid ~ r d e n c ewiih ell containedinthe Requestfor Bld wNch hovc beenread mdunde~toOaand all olwhich mmadepadtMcor8r ByslbmhsimQItMs bld~vardotarsksUmttheyaaehcoarpllwccw(U S a l o n 34253adif applicable S e c h34959- OwncsHcRaduct6PrPcxlleAwntAd) oftheWised
DW 3-16-2007
Oscar M Cooke President 416 Will you honor tbcsubmitted prices for purchaseby other entities in Boonc County who participate in
cooperativepwhasingwith Boone County Missouri Yes No
4-17 Delivery ARO bd bar$
Bid M6-2tMARO7 Pap 7
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
CHILD ABUSE PREVENTION MONTH PRO CLAMATION
-WHEREAS child abuse prevention is a community problem and finding solutions depends on involvement among people throughout the community
WHEREAS generally statistics of children who are abused and neglected escalate each year
WHEREAS the effects of child abuse are felt by whole communities and need to be addressed by the entire community
WHEREAS effective child abuse prevention programs succeed because of partnerships created among social service agencies schools religious organizations law enforcement agencies and the business community
WHEREAS youth-serving prevention programs offer positive alternatives for young people and encourage youth to develop strong ties to their community
WHEREAS all citizens should become more aware of child abuse and its prevention within the community and to become involved in supporting parents to raise their children in a safe nurturing environment
NOW THEREFORE the Boone County Commission does hereby proclaim April as Child Abuse Prevention Month in Boone County and call upon all citizens community agencies religious organizations medical facilities and businesses to increase their participation in our efforts to prevent child abuse thereby strengthening the communities in which we live
Done this 2nd Day of April 2007
Kenneth M Pearson Presiding Commissioner
Karen M Miller District I Commissioner
Skip Elkin District I1 Commissioner
ATTEST
Wendy S Noren County Clerk
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned Term 2007) ea County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the request from the Boone County Public Works Department to over hire in the Maintenance Worker I1 position 136 while the incumbent in this position is on Military Leave In consideration of the requirement and intent to afford the incumbent all rights and benefits identified in the Uniformed Services Employment and Reemployment Rights Act of 1994 (USERRA) it is understood that the incumbents return to work may create a temporary over hire situation Pending natural attrition the Department of Public Works shall be authorized to accommodate the incumbent in the appropriate position without causing any other employee to lose position or status
Done this 2nd day of April 2007 KeGeth M Pearson P r 5 s i d y Commissioner
ATTEST
Karampn M Miller Wendy S l ~ amp e n District I Commissioner Clerk of the County Commission
~ i s t r i c t I1 Commissioner
3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone )ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the request from the Boone County Public Works Department to over hire in the Maintenance Worker I1 position 484
Done this 2ndday of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST
RareA M Miller Wendy S _ ren District I Commissioner Clerk of the County Commission
Lie$gaL+
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned TerdPO ea
County of Boone
In the County Commission of said county on the 2nd day of April 287
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 06-21 MAR07 Hydraulic Excavator to Cooke Sales amp Service It is further ordered the Presiding Commissioner sign said contract
Done this 2dday of April 2007 ampKenneth M Pearson
Presiding Commissioner ATTEST
~ a k nM Miller District I commissioner
Clerk o f the county Commission
District I1 ~ ~ A m i s s i o n e r
07Commission Order 13 a PURCHASE AGREEMENT FOR
HYDRAULIC EXCAVATOR
THIS AGREEMENT dated the amp day of w2 2007 is made between Boone County Missouri a political subdivision of the State o Missouri through the Boone County Commission herein County and Cooke Sales amp Service Company herein 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 the Hydraulic Excavator bid number 06-21MAR07 including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicableaddenda as well as the Contractors bid response dated March 162007 and executed by Oscar M Cooke on behalf of the Contractor All such documents shall constitutethe 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following
Item 481 -2007 or Current Model Year Hydraulic Excavator per Section 23 $13495000 For a total cost of $13495000
3 Delivery - Contractor agrees to deliver the equipment per the bid specificationsand within 90 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Public Works Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all invoices within thuty 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
5 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
6 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
7 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
COOKE SALES amp SfRVICE COMPANY BOONE COUNTY MISSOURI n
by by Boone County Commission
title ~ d i2 c p s -Kenneth hPearson Presiding Commissioner
ATTEST
Wendy S NOamp County Clerk
AUDITOR C E R ~ ~ I C A T I O N In accordance with RSMo 55660I 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 the contract do not create in a measurable county obligation at this time)
2040191300-$13495000
Appropriation Account
M a r 19 07 07s 52a wt zd ut U4lUp me sales
PutchaskrrlD e m fCorurtv of8wne 4 Rerpwnce-
41 Company Name Cooke Sales amp Service Comwanv
42 Address 809 S Westminster Ave PO Box 826
43 CityLZip F u l ton Missouri 65251-
47 FWedTaxlX) 44-0586703
471 amp) Cmpation ( ) Partnership-Name ( ) IndividualProprietorship- ksdividual Name ( 1 Other (Specify)
__ -- -- ----- -- 4B PRICiNG 1 ------------- ---i i -- i__-__
1 220----- E x c a v a t o r LV~ttPnce -LA- __i-ESep Price-_ JCB ----- 120W orCurrent M ~ d dYear Hydaulic i i 134950 _L1 -- ~ 1 3 4 9 5 0E X C ~ M ~ K 23) ---- f p H S ~ C U O ~ 1
I 410 1 GRAM)TOTAL 1 $ -II 411 [ DescribeAny--ti011$ -ampdamp - - ---
134 952 - i
-au- ---I -1 I I
-- - ~ r v i c e a ~ ~ ~ F d t ~ ~ n Service Company
Cooke Sales 6 809 S W e s t m i n s t e r A w e PO Box 826 Fulton MO 65251 i
PBrls G t Lacattan Cooke Sales amp S e r v i c e Company -I 809 S Westminster Ave Fulton MO 65251 I
--------- -- I ClladwwdSMireandlmRepP~onDanny Quick Service Fulton
O v e r 30-years mechanic s experience 30 years of f a c t o r y t r a i n i n g I
Bidm)6-21MAW Page6
M a r 15 07 87s 53a Feb 28 07 04lSp Code Sales
4-15 The unrknignedoffem ta furnishanddelluw(heartlcksor$emicesssspeclRed t the ces and terms fitatedmdIn slrid ~ r d e n c ewiih ell containedinthe Requestfor Bld wNch hovc beenread mdunde~toOaand all olwhich mmadepadtMcor8r ByslbmhsimQItMs bld~vardotarsksUmttheyaaehcoarpllwccw(U S a l o n 34253adif applicable S e c h34959- OwncsHcRaduct6PrPcxlleAwntAd) oftheWised
DW 3-16-2007
Oscar M Cooke President 416 Will you honor tbcsubmitted prices for purchaseby other entities in Boonc County who participate in
cooperativepwhasingwith Boone County Missouri Yes No
4-17 Delivery ARO bd bar$
Bid M6-2tMARO7 Pap 7
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned Term 2007) ea County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the request from the Boone County Public Works Department to over hire in the Maintenance Worker I1 position 136 while the incumbent in this position is on Military Leave In consideration of the requirement and intent to afford the incumbent all rights and benefits identified in the Uniformed Services Employment and Reemployment Rights Act of 1994 (USERRA) it is understood that the incumbents return to work may create a temporary over hire situation Pending natural attrition the Department of Public Works shall be authorized to accommodate the incumbent in the appropriate position without causing any other employee to lose position or status
Done this 2nd day of April 2007 KeGeth M Pearson P r 5 s i d y Commissioner
ATTEST
Karampn M Miller Wendy S l ~ amp e n District I Commissioner Clerk of the County Commission
~ i s t r i c t I1 Commissioner
3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone )ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the request from the Boone County Public Works Department to over hire in the Maintenance Worker I1 position 484
Done this 2ndday of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST
RareA M Miller Wendy S _ ren District I Commissioner Clerk of the County Commission
Lie$gaL+
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned TerdPO ea
County of Boone
In the County Commission of said county on the 2nd day of April 287
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 06-21 MAR07 Hydraulic Excavator to Cooke Sales amp Service It is further ordered the Presiding Commissioner sign said contract
Done this 2dday of April 2007 ampKenneth M Pearson
Presiding Commissioner ATTEST
~ a k nM Miller District I commissioner
Clerk o f the county Commission
District I1 ~ ~ A m i s s i o n e r
07Commission Order 13 a PURCHASE AGREEMENT FOR
HYDRAULIC EXCAVATOR
THIS AGREEMENT dated the amp day of w2 2007 is made between Boone County Missouri a political subdivision of the State o Missouri through the Boone County Commission herein County and Cooke Sales amp Service Company herein 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 the Hydraulic Excavator bid number 06-21MAR07 including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicableaddenda as well as the Contractors bid response dated March 162007 and executed by Oscar M Cooke on behalf of the Contractor All such documents shall constitutethe 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following
Item 481 -2007 or Current Model Year Hydraulic Excavator per Section 23 $13495000 For a total cost of $13495000
3 Delivery - Contractor agrees to deliver the equipment per the bid specificationsand within 90 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Public Works Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all invoices within thuty 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
5 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
6 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
7 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
COOKE SALES amp SfRVICE COMPANY BOONE COUNTY MISSOURI n
by by Boone County Commission
title ~ d i2 c p s -Kenneth hPearson Presiding Commissioner
ATTEST
Wendy S NOamp County Clerk
AUDITOR C E R ~ ~ I C A T I O N In accordance with RSMo 55660I 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 the contract do not create in a measurable county obligation at this time)
2040191300-$13495000
Appropriation Account
M a r 19 07 07s 52a wt zd ut U4lUp me sales
PutchaskrrlD e m fCorurtv of8wne 4 Rerpwnce-
41 Company Name Cooke Sales amp Service Comwanv
42 Address 809 S Westminster Ave PO Box 826
43 CityLZip F u l ton Missouri 65251-
47 FWedTaxlX) 44-0586703
471 amp) Cmpation ( ) Partnership-Name ( ) IndividualProprietorship- ksdividual Name ( 1 Other (Specify)
__ -- -- ----- -- 4B PRICiNG 1 ------------- ---i i -- i__-__
1 220----- E x c a v a t o r LV~ttPnce -LA- __i-ESep Price-_ JCB ----- 120W orCurrent M ~ d dYear Hydaulic i i 134950 _L1 -- ~ 1 3 4 9 5 0E X C ~ M ~ K 23) ---- f p H S ~ C U O ~ 1
I 410 1 GRAM)TOTAL 1 $ -II 411 [ DescribeAny--ti011$ -ampdamp - - ---
134 952 - i
-au- ---I -1 I I
-- - ~ r v i c e a ~ ~ ~ F d t ~ ~ n Service Company
Cooke Sales 6 809 S W e s t m i n s t e r A w e PO Box 826 Fulton MO 65251 i
PBrls G t Lacattan Cooke Sales amp S e r v i c e Company -I 809 S Westminster Ave Fulton MO 65251 I
--------- -- I ClladwwdSMireandlmRepP~onDanny Quick Service Fulton
O v e r 30-years mechanic s experience 30 years of f a c t o r y t r a i n i n g I
Bidm)6-21MAW Page6
M a r 15 07 87s 53a Feb 28 07 04lSp Code Sales
4-15 The unrknignedoffem ta furnishanddelluw(heartlcksor$emicesssspeclRed t the ces and terms fitatedmdIn slrid ~ r d e n c ewiih ell containedinthe Requestfor Bld wNch hovc beenread mdunde~toOaand all olwhich mmadepadtMcor8r ByslbmhsimQItMs bld~vardotarsksUmttheyaaehcoarpllwccw(U S a l o n 34253adif applicable S e c h34959- OwncsHcRaduct6PrPcxlleAwntAd) oftheWised
DW 3-16-2007
Oscar M Cooke President 416 Will you honor tbcsubmitted prices for purchaseby other entities in Boonc County who participate in
cooperativepwhasingwith Boone County Missouri Yes No
4-17 Delivery ARO bd bar$
Bid M6-2tMARO7 Pap 7
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone )ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the request from the Boone County Public Works Department to over hire in the Maintenance Worker I1 position 484
Done this 2ndday of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST
RareA M Miller Wendy S _ ren District I Commissioner Clerk of the County Commission
Lie$gaL+
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned TerdPO ea
County of Boone
In the County Commission of said county on the 2nd day of April 287
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 06-21 MAR07 Hydraulic Excavator to Cooke Sales amp Service It is further ordered the Presiding Commissioner sign said contract
Done this 2dday of April 2007 ampKenneth M Pearson
Presiding Commissioner ATTEST
~ a k nM Miller District I commissioner
Clerk o f the county Commission
District I1 ~ ~ A m i s s i o n e r
07Commission Order 13 a PURCHASE AGREEMENT FOR
HYDRAULIC EXCAVATOR
THIS AGREEMENT dated the amp day of w2 2007 is made between Boone County Missouri a political subdivision of the State o Missouri through the Boone County Commission herein County and Cooke Sales amp Service Company herein 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 the Hydraulic Excavator bid number 06-21MAR07 including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicableaddenda as well as the Contractors bid response dated March 162007 and executed by Oscar M Cooke on behalf of the Contractor All such documents shall constitutethe 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following
Item 481 -2007 or Current Model Year Hydraulic Excavator per Section 23 $13495000 For a total cost of $13495000
3 Delivery - Contractor agrees to deliver the equipment per the bid specificationsand within 90 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Public Works Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all invoices within thuty 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
5 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
6 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
7 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
COOKE SALES amp SfRVICE COMPANY BOONE COUNTY MISSOURI n
by by Boone County Commission
title ~ d i2 c p s -Kenneth hPearson Presiding Commissioner
ATTEST
Wendy S NOamp County Clerk
AUDITOR C E R ~ ~ I C A T I O N In accordance with RSMo 55660I 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 the contract do not create in a measurable county obligation at this time)
2040191300-$13495000
Appropriation Account
M a r 19 07 07s 52a wt zd ut U4lUp me sales
PutchaskrrlD e m fCorurtv of8wne 4 Rerpwnce-
41 Company Name Cooke Sales amp Service Comwanv
42 Address 809 S Westminster Ave PO Box 826
43 CityLZip F u l ton Missouri 65251-
47 FWedTaxlX) 44-0586703
471 amp) Cmpation ( ) Partnership-Name ( ) IndividualProprietorship- ksdividual Name ( 1 Other (Specify)
__ -- -- ----- -- 4B PRICiNG 1 ------------- ---i i -- i__-__
1 220----- E x c a v a t o r LV~ttPnce -LA- __i-ESep Price-_ JCB ----- 120W orCurrent M ~ d dYear Hydaulic i i 134950 _L1 -- ~ 1 3 4 9 5 0E X C ~ M ~ K 23) ---- f p H S ~ C U O ~ 1
I 410 1 GRAM)TOTAL 1 $ -II 411 [ DescribeAny--ti011$ -ampdamp - - ---
134 952 - i
-au- ---I -1 I I
-- - ~ r v i c e a ~ ~ ~ F d t ~ ~ n Service Company
Cooke Sales 6 809 S W e s t m i n s t e r A w e PO Box 826 Fulton MO 65251 i
PBrls G t Lacattan Cooke Sales amp S e r v i c e Company -I 809 S Westminster Ave Fulton MO 65251 I
--------- -- I ClladwwdSMireandlmRepP~onDanny Quick Service Fulton
O v e r 30-years mechanic s experience 30 years of f a c t o r y t r a i n i n g I
Bidm)6-21MAW Page6
M a r 15 07 87s 53a Feb 28 07 04lSp Code Sales
4-15 The unrknignedoffem ta furnishanddelluw(heartlcksor$emicesssspeclRed t the ces and terms fitatedmdIn slrid ~ r d e n c ewiih ell containedinthe Requestfor Bld wNch hovc beenread mdunde~toOaand all olwhich mmadepadtMcor8r ByslbmhsimQItMs bld~vardotarsksUmttheyaaehcoarpllwccw(U S a l o n 34253adif applicable S e c h34959- OwncsHcRaduct6PrPcxlleAwntAd) oftheWised
DW 3-16-2007
Oscar M Cooke President 416 Will you honor tbcsubmitted prices for purchaseby other entities in Boonc County who participate in
cooperativepwhasingwith Boone County Missouri Yes No
4-17 Delivery ARO bd bar$
Bid M6-2tMARO7 Pap 7
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned TerdPO ea
County of Boone
In the County Commission of said county on the 2nd day of April 287
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 06-21 MAR07 Hydraulic Excavator to Cooke Sales amp Service It is further ordered the Presiding Commissioner sign said contract
Done this 2dday of April 2007 ampKenneth M Pearson
Presiding Commissioner ATTEST
~ a k nM Miller District I commissioner
Clerk o f the county Commission
District I1 ~ ~ A m i s s i o n e r
07Commission Order 13 a PURCHASE AGREEMENT FOR
HYDRAULIC EXCAVATOR
THIS AGREEMENT dated the amp day of w2 2007 is made between Boone County Missouri a political subdivision of the State o Missouri through the Boone County Commission herein County and Cooke Sales amp Service Company herein 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 the Hydraulic Excavator bid number 06-21MAR07 including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicableaddenda as well as the Contractors bid response dated March 162007 and executed by Oscar M Cooke on behalf of the Contractor All such documents shall constitutethe 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following
Item 481 -2007 or Current Model Year Hydraulic Excavator per Section 23 $13495000 For a total cost of $13495000
3 Delivery - Contractor agrees to deliver the equipment per the bid specificationsand within 90 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Public Works Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all invoices within thuty 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
5 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
6 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
7 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
COOKE SALES amp SfRVICE COMPANY BOONE COUNTY MISSOURI n
by by Boone County Commission
title ~ d i2 c p s -Kenneth hPearson Presiding Commissioner
ATTEST
Wendy S NOamp County Clerk
AUDITOR C E R ~ ~ I C A T I O N In accordance with RSMo 55660I 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 the contract do not create in a measurable county obligation at this time)
2040191300-$13495000
Appropriation Account
M a r 19 07 07s 52a wt zd ut U4lUp me sales
PutchaskrrlD e m fCorurtv of8wne 4 Rerpwnce-
41 Company Name Cooke Sales amp Service Comwanv
42 Address 809 S Westminster Ave PO Box 826
43 CityLZip F u l ton Missouri 65251-
47 FWedTaxlX) 44-0586703
471 amp) Cmpation ( ) Partnership-Name ( ) IndividualProprietorship- ksdividual Name ( 1 Other (Specify)
__ -- -- ----- -- 4B PRICiNG 1 ------------- ---i i -- i__-__
1 220----- E x c a v a t o r LV~ttPnce -LA- __i-ESep Price-_ JCB ----- 120W orCurrent M ~ d dYear Hydaulic i i 134950 _L1 -- ~ 1 3 4 9 5 0E X C ~ M ~ K 23) ---- f p H S ~ C U O ~ 1
I 410 1 GRAM)TOTAL 1 $ -II 411 [ DescribeAny--ti011$ -ampdamp - - ---
134 952 - i
-au- ---I -1 I I
-- - ~ r v i c e a ~ ~ ~ F d t ~ ~ n Service Company
Cooke Sales 6 809 S W e s t m i n s t e r A w e PO Box 826 Fulton MO 65251 i
PBrls G t Lacattan Cooke Sales amp S e r v i c e Company -I 809 S Westminster Ave Fulton MO 65251 I
--------- -- I ClladwwdSMireandlmRepP~onDanny Quick Service Fulton
O v e r 30-years mechanic s experience 30 years of f a c t o r y t r a i n i n g I
Bidm)6-21MAW Page6
M a r 15 07 87s 53a Feb 28 07 04lSp Code Sales
4-15 The unrknignedoffem ta furnishanddelluw(heartlcksor$emicesssspeclRed t the ces and terms fitatedmdIn slrid ~ r d e n c ewiih ell containedinthe Requestfor Bld wNch hovc beenread mdunde~toOaand all olwhich mmadepadtMcor8r ByslbmhsimQItMs bld~vardotarsksUmttheyaaehcoarpllwccw(U S a l o n 34253adif applicable S e c h34959- OwncsHcRaduct6PrPcxlleAwntAd) oftheWised
DW 3-16-2007
Oscar M Cooke President 416 Will you honor tbcsubmitted prices for purchaseby other entities in Boonc County who participate in
cooperativepwhasingwith Boone County Missouri Yes No
4-17 Delivery ARO bd bar$
Bid M6-2tMARO7 Pap 7
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
07Commission Order 13 a PURCHASE AGREEMENT FOR
HYDRAULIC EXCAVATOR
THIS AGREEMENT dated the amp day of w2 2007 is made between Boone County Missouri a political subdivision of the State o Missouri through the Boone County Commission herein County and Cooke Sales amp Service Company herein 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 the Hydraulic Excavator bid number 06-21MAR07 including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicableaddenda as well as the Contractors bid response dated March 162007 and executed by Oscar M Cooke on behalf of the Contractor All such documents shall constitutethe 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase - The County agrees to purchase from the Contractor and the Contractor agrees to supply the County with the following
Item 481 -2007 or Current Model Year Hydraulic Excavator per Section 23 $13495000 For a total cost of $13495000
3 Delivery - Contractor agrees to deliver the equipment per the bid specificationsand within 90 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Public Works Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all invoices within thuty 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
5 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
6 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
7 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
COOKE SALES amp SfRVICE COMPANY BOONE COUNTY MISSOURI n
by by Boone County Commission
title ~ d i2 c p s -Kenneth hPearson Presiding Commissioner
ATTEST
Wendy S NOamp County Clerk
AUDITOR C E R ~ ~ I C A T I O N In accordance with RSMo 55660I 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 the contract do not create in a measurable county obligation at this time)
2040191300-$13495000
Appropriation Account
M a r 19 07 07s 52a wt zd ut U4lUp me sales
PutchaskrrlD e m fCorurtv of8wne 4 Rerpwnce-
41 Company Name Cooke Sales amp Service Comwanv
42 Address 809 S Westminster Ave PO Box 826
43 CityLZip F u l ton Missouri 65251-
47 FWedTaxlX) 44-0586703
471 amp) Cmpation ( ) Partnership-Name ( ) IndividualProprietorship- ksdividual Name ( 1 Other (Specify)
__ -- -- ----- -- 4B PRICiNG 1 ------------- ---i i -- i__-__
1 220----- E x c a v a t o r LV~ttPnce -LA- __i-ESep Price-_ JCB ----- 120W orCurrent M ~ d dYear Hydaulic i i 134950 _L1 -- ~ 1 3 4 9 5 0E X C ~ M ~ K 23) ---- f p H S ~ C U O ~ 1
I 410 1 GRAM)TOTAL 1 $ -II 411 [ DescribeAny--ti011$ -ampdamp - - ---
134 952 - i
-au- ---I -1 I I
-- - ~ r v i c e a ~ ~ ~ F d t ~ ~ n Service Company
Cooke Sales 6 809 S W e s t m i n s t e r A w e PO Box 826 Fulton MO 65251 i
PBrls G t Lacattan Cooke Sales amp S e r v i c e Company -I 809 S Westminster Ave Fulton MO 65251 I
--------- -- I ClladwwdSMireandlmRepP~onDanny Quick Service Fulton
O v e r 30-years mechanic s experience 30 years of f a c t o r y t r a i n i n g I
Bidm)6-21MAW Page6
M a r 15 07 87s 53a Feb 28 07 04lSp Code Sales
4-15 The unrknignedoffem ta furnishanddelluw(heartlcksor$emicesssspeclRed t the ces and terms fitatedmdIn slrid ~ r d e n c ewiih ell containedinthe Requestfor Bld wNch hovc beenread mdunde~toOaand all olwhich mmadepadtMcor8r ByslbmhsimQItMs bld~vardotarsksUmttheyaaehcoarpllwccw(U S a l o n 34253adif applicable S e c h34959- OwncsHcRaduct6PrPcxlleAwntAd) oftheWised
DW 3-16-2007
Oscar M Cooke President 416 Will you honor tbcsubmitted prices for purchaseby other entities in Boonc County who participate in
cooperativepwhasingwith Boone County Missouri Yes No
4-17 Delivery ARO bd bar$
Bid M6-2tMARO7 Pap 7
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
6 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
7 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
COOKE SALES amp SfRVICE COMPANY BOONE COUNTY MISSOURI n
by by Boone County Commission
title ~ d i2 c p s -Kenneth hPearson Presiding Commissioner
ATTEST
Wendy S NOamp County Clerk
AUDITOR C E R ~ ~ I C A T I O N In accordance with RSMo 55660I 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 the contract do not create in a measurable county obligation at this time)
2040191300-$13495000
Appropriation Account
M a r 19 07 07s 52a wt zd ut U4lUp me sales
PutchaskrrlD e m fCorurtv of8wne 4 Rerpwnce-
41 Company Name Cooke Sales amp Service Comwanv
42 Address 809 S Westminster Ave PO Box 826
43 CityLZip F u l ton Missouri 65251-
47 FWedTaxlX) 44-0586703
471 amp) Cmpation ( ) Partnership-Name ( ) IndividualProprietorship- ksdividual Name ( 1 Other (Specify)
__ -- -- ----- -- 4B PRICiNG 1 ------------- ---i i -- i__-__
1 220----- E x c a v a t o r LV~ttPnce -LA- __i-ESep Price-_ JCB ----- 120W orCurrent M ~ d dYear Hydaulic i i 134950 _L1 -- ~ 1 3 4 9 5 0E X C ~ M ~ K 23) ---- f p H S ~ C U O ~ 1
I 410 1 GRAM)TOTAL 1 $ -II 411 [ DescribeAny--ti011$ -ampdamp - - ---
134 952 - i
-au- ---I -1 I I
-- - ~ r v i c e a ~ ~ ~ F d t ~ ~ n Service Company
Cooke Sales 6 809 S W e s t m i n s t e r A w e PO Box 826 Fulton MO 65251 i
PBrls G t Lacattan Cooke Sales amp S e r v i c e Company -I 809 S Westminster Ave Fulton MO 65251 I
--------- -- I ClladwwdSMireandlmRepP~onDanny Quick Service Fulton
O v e r 30-years mechanic s experience 30 years of f a c t o r y t r a i n i n g I
Bidm)6-21MAW Page6
M a r 15 07 87s 53a Feb 28 07 04lSp Code Sales
4-15 The unrknignedoffem ta furnishanddelluw(heartlcksor$emicesssspeclRed t the ces and terms fitatedmdIn slrid ~ r d e n c ewiih ell containedinthe Requestfor Bld wNch hovc beenread mdunde~toOaand all olwhich mmadepadtMcor8r ByslbmhsimQItMs bld~vardotarsksUmttheyaaehcoarpllwccw(U S a l o n 34253adif applicable S e c h34959- OwncsHcRaduct6PrPcxlleAwntAd) oftheWised
DW 3-16-2007
Oscar M Cooke President 416 Will you honor tbcsubmitted prices for purchaseby other entities in Boonc County who participate in
cooperativepwhasingwith Boone County Missouri Yes No
4-17 Delivery ARO bd bar$
Bid M6-2tMARO7 Pap 7
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
M a r 19 07 07s 52a wt zd ut U4lUp me sales
PutchaskrrlD e m fCorurtv of8wne 4 Rerpwnce-
41 Company Name Cooke Sales amp Service Comwanv
42 Address 809 S Westminster Ave PO Box 826
43 CityLZip F u l ton Missouri 65251-
47 FWedTaxlX) 44-0586703
471 amp) Cmpation ( ) Partnership-Name ( ) IndividualProprietorship- ksdividual Name ( 1 Other (Specify)
__ -- -- ----- -- 4B PRICiNG 1 ------------- ---i i -- i__-__
1 220----- E x c a v a t o r LV~ttPnce -LA- __i-ESep Price-_ JCB ----- 120W orCurrent M ~ d dYear Hydaulic i i 134950 _L1 -- ~ 1 3 4 9 5 0E X C ~ M ~ K 23) ---- f p H S ~ C U O ~ 1
I 410 1 GRAM)TOTAL 1 $ -II 411 [ DescribeAny--ti011$ -ampdamp - - ---
134 952 - i
-au- ---I -1 I I
-- - ~ r v i c e a ~ ~ ~ F d t ~ ~ n Service Company
Cooke Sales 6 809 S W e s t m i n s t e r A w e PO Box 826 Fulton MO 65251 i
PBrls G t Lacattan Cooke Sales amp S e r v i c e Company -I 809 S Westminster Ave Fulton MO 65251 I
--------- -- I ClladwwdSMireandlmRepP~onDanny Quick Service Fulton
O v e r 30-years mechanic s experience 30 years of f a c t o r y t r a i n i n g I
Bidm)6-21MAW Page6
M a r 15 07 87s 53a Feb 28 07 04lSp Code Sales
4-15 The unrknignedoffem ta furnishanddelluw(heartlcksor$emicesssspeclRed t the ces and terms fitatedmdIn slrid ~ r d e n c ewiih ell containedinthe Requestfor Bld wNch hovc beenread mdunde~toOaand all olwhich mmadepadtMcor8r ByslbmhsimQItMs bld~vardotarsksUmttheyaaehcoarpllwccw(U S a l o n 34253adif applicable S e c h34959- OwncsHcRaduct6PrPcxlleAwntAd) oftheWised
DW 3-16-2007
Oscar M Cooke President 416 Will you honor tbcsubmitted prices for purchaseby other entities in Boonc County who participate in
cooperativepwhasingwith Boone County Missouri Yes No
4-17 Delivery ARO bd bar$
Bid M6-2tMARO7 Pap 7
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
M a r 15 07 87s 53a Feb 28 07 04lSp Code Sales
4-15 The unrknignedoffem ta furnishanddelluw(heartlcksor$emicesssspeclRed t the ces and terms fitatedmdIn slrid ~ r d e n c ewiih ell containedinthe Requestfor Bld wNch hovc beenread mdunde~toOaand all olwhich mmadepadtMcor8r ByslbmhsimQItMs bld~vardotarsksUmttheyaaehcoarpllwccw(U S a l o n 34253adif applicable S e c h34959- OwncsHcRaduct6PrPcxlleAwntAd) oftheWised
DW 3-16-2007
Oscar M Cooke President 416 Will you honor tbcsubmitted prices for purchaseby other entities in Boonc County who participate in
cooperativepwhasingwith Boone County Missouri Yes No
4-17 Delivery ARO bd bar$
Bid M6-2tMARO7 Pap 7
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
I II
- - - -
- CLIGK SAI-FIS U S A A-l1ACHMEN1-S INC
- - - ------ -- -- ----
H I N BUCKET SHELL 3 8 27--5[1 Sco SIDES 3 8 A H 4 0 3
U E A R 3 8 4K400 i SIDE CLJTTERS 34AR4OO
CUTTING E D G E 1 Al40C
1 - -- ---
I- 72-----------------------
ONE YEAR WARRAF1-Y I
) B P X 2 ji RUD DIPMETER (ROSS PlKS 1 12 DIAMETE X T R U K E 30 ETRACTED LENGTH 41
ONE YEAR rARQANIY 1
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
USA Atkmhments Warranty
-- -
gt~gt L ~ USA Attachments -
wi gt- Warranty
- ~ - - Warranty Policy
Effectiveon sales after January 12003
Fof Attachments madeand used in USA
Other warranty conditions may apply for Attachments made and used elsewhere in the world
USA Attachments (USAA) wan-ants all attachmentsmanufactured by USAA to be free from defects in materialand workmanship This warranty does not apply to any itemwhich is warranted directlyto the end user by its manufacturer
Warranty Period - Thewarranty period shall be 12months startingfrom the date of delivery to the first user
USAA Responsibilities - If a defect in materialor workmanship is found during the warranty period USAA will during normal hours and at a piamp of business of an USAA dealer or other authorized source
Provide (at USAAs choice) new or remanufacturedor USAA approved replacementparts to correct the defect Providelabor neededto correct the defect except in the case of attachments installed by other than an authorized dealer of heavy rake In that case labor is limitedto repair only and removaland re-installation is the users responsibility
InstallerRespMlsibili -The party who installsanyUSAAattachmenton a machineis responsiblefor Adjusting rollback and dumpstops so
that they contact the machineas prescribedby the machine manufacturer and insuringthe attachmentclearsthe machine in all positions Adjusting pressuresettings both on the machine and on the attachment to insure normal
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
USA AttmhmentsWarranty
operationoftheattaohmentand m a c h iccunbination Pressuretesting all hydraufic connectionsand tighteningwhere -ry-Checkingandtightening all fastamp
and pin locks oncethe attachmenthas beentested
UserRes-b i l i - The user is responsiblefw The costs associatedwith transporting
fhe attachment Labor costs exceptas stated under USAA Responsibilities Localtaxesif applicable Partsshippingcharges inexcess of usualsurfacetransportationcosts as charged by scheduledcaniers Coststo investigatecomplaits unless
the problem iscaused by a defect in USAA material or woricmanShip subject to USAA Responsibilitiesabove Any costs resultingfrom failure to give USAA timely noticeof a warrantable failure and promptlymakingtheproduct availablefar repair
Limitations- USAA is not responsiblefor failures resultingfrom and normalwearandtear or Any usewhich USAAjudges improper Accessory items and partsnot sold by USAA
Abuse neglectaccident chargesto the productnotauhoamped by USAAandlor improperrepair UsersunreasonableWay inmakingthe m a c h i availableafter being notified ofa potentialprodudplublem
Miscellaneous -AH mticesgivenunder or pursuantto this agreemenf shall be inwriting andsentpostageprepaidto U S A Attachments 132Charles Road King NC 27021 Noterms orconditions otherthanthose stated hereinand no agreementorunderstandmg oral or written which inanyway purportsto modifythiswamty shall be bindingon USAAunlessapproved inwribng by an ofticer ofthe company
Procedure -When a failure occurs you must notifyUSAA immediiely to obtain
- tocanyoutrepair
Recommendedrepairsareto be discussedand agreed to by USAA
An estimateof repair hours and costs mustbeestablished Repairpartswillbeorderedbycustomer purchaseorder at thistime Partswill be invokedby USAAand reimbursedunder thedennsofthiswarrantypoficyif applicable
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
USA Att21cpents Warranty
Damaged Parts - All damaged parts must be returnedprepaidto USAA in King NC 27021 unless directed otherwise by USAA
Damagedparts becomethe property of USAA
Warranty Claim - Your warranty daim must containthe following information
USAA attachment serial number Dozer Rake Model and description of the
USAA attachment Machine serial number Description of
the machine Date daim is prepared Delivery date to
the original user Date of failure and repair Hours of use on the attachment (oftenthe same as machine hour meter) Your internal referenceor daim number An accurate accounting of the work done Photographs from beforeand after the repair are helpful in investigatingthe failure and help expedite your claim gt Your work order or other documentationto supportyour claim A listing of parts and raw materials used in the repair (Please note that we cannot reimbursefor parts not purchased from USAA)
THlS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES EXPRESS OR IMPLIED INCLUDING ANY WARRANTY OF MERCHANTABILITYOR FITNESSFOR A PARTICULARPURPOSE REMEDIES UNDER THlS WARRANTY ARE LIMITED TO THE PROVISIONOF MATERIALAND LABOR AS SPECIFIED HEREIN USAA IS NOT RESPONSIBLE FOR INCIDENTALOR CONSEQUENTIAL DAMAGES
0 We are not responsiblefor typos
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
++s- OF 80Request For Bid (RFB) IS s 0u
Bid Data Bid Number 06-21 MAR07
Commodity Title Hydraulic Excavator
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201
Heather Turner Senior Buyer 5731886-4392 - FAX 5731886-4390
Email hturnerboonecountymoorg
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Day Date Time
Location IMail Address
Directions
Day IDate Time
LocationIAddress
1 O
20 30 40
Bid Submission Address and Deadline WEDNESDAY MARCH 212007 1030 AM (Bids received after this time will be returned unopened) Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 209 Columbia MO 65201
The Johnson Building is located on the Northeast corner at 6thSt and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening WEDNESDAY MARCH 212007 1030 AM Boone County Johnson Building Conference Room 601 E Walnut Room 213 Columbia MO 65201
Bid Contents Introduction and General Terms and Conditions of Bidding Primary Specifications Response Presentation and Review Response Form Standard Terms and Conditions No Bid Form
Bid 06-21MAR07 Page 1
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Countv of Boone Purchasing Department 1 Introduction and General Conditions o f Bidding
1 l INVITAIION - 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 Section 2
12 DEFINIIIONS 121 County - This terrr~ 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 Deparfmentls or OHces -The County Departmentls or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee- The County employeels assigned as your primary contactls for interaction regarding Contract performance
122 Bidder IContractor ISupplier - 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 businessls entities which may provide the subject goods andlor services
123 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 An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys ir~itial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARIFICATION - Questions regarding this Bid should be directed in writing preferably by fax to the
Purchasing Department Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders 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
132 Bid Amendment If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 06-21MAR07 Page 2
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Countv of Boone Purchasing Department 2 Primary Specifications
21 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 contract for the furnishing and delivery of a new 2007 or Current Year Model Hydraulic Track Excavator with all manufacturers standard equipment and those features as outlined below
22 ACCEPTABLE MODELS - Komatsu 200 LC-7 Caterpillar 320 CL Case CX 210 JCB JS220 Hyundai R210 LC-7 John Deere 200 LC or Equal
221 Quantity - 1 Note Vendor will be bidding on one (1) Hydraulic Track Excavator 23 MINIMUM TECHNICAL SPECIFICATIONS
231 Basic Operating Weight Minimum basic operating weight shall be 44750 Ibs and not to exceed 49000 Ibs Including bucket and other features as specified in the following
232 Engine Turbo-charged diesel type four (4) stroke six (6) cylinder The engine shall develop a minimum of 130 SAE net standard horsepower This net horsepower rating shall be at the flywheel of standard engine equipped with fan air cleaner turbo pro-cleaner water pump lubricating oil purnp fuel pump muffler and alternator Tier II emission compliant The engine shall be equipped with a 24-volt electrical system for both starting and operation and two (2) 25 amp minimum 24 to 12-volt converters The starting system shall be equipped with two (2) 12-volt batteries 1100 CCA minimum and have electric intake manifold pre-heater for cold weather start and a 11 O-volt engine block heater Auto-idle feature
233 Hydraulic System Variable axial -piston pumps 53 GPM mir~imum each 32 gallon minimum hydraulic tank Factory equipped auxiliary high flow hydraulics installed to bucket and configured to run a breaker or a hydraulic thumb and foot control (with lock-out for breaker operation) in the cab Auxiliary system must have metering capability Full-flow filters In-tank and in-line (10 microns or better)
234 Undercarriage 710 minimum track gauge 147 minimum track length 3 2 triple grouser (or semi-grouser) tracks 35 degrees -gradeability minimum
235 BoomlSticklBucket Configuration Minimum digging depth - 2010 Minimum digging height -311 Transport length -314 maximum
236 BucketslAttachments Quick hydraulic bucket detach feature hydraulic thumb -must be removable (not main pin type) Thumb and related hydraulics shall be warranted for one year One 4 8 heavy duty bucket with lifting eye or hook and one 72 ditching bucket Thumb shall be mounted so that the thumb will contact the bucket cutting edge (not the teeth of the bucket) when the bucket is 90 degrees to the boom and the back of the bucket is on the ground
237 Operators Station Windows to be tinted to improve cab lighting conditions easy open front windshield wipers and motor mounted to maximize visibility lower wiper if available climate-control shall have heating air conditioning and defrost functions with air speed controls AMlFM radio wlspeakers joystick controls shall be ergonomically placed in front of arm rests controls to be easily switched from IS0 to SAE patterns 12V power point courtesy cab light front window roller blinds to cut glare in extreme light conditions Cab sound proofing Non-slip walkways and rubber floor mat(s) lap seat belt Extra 12V line to be installed into cab for mounting a 2- way radio (8 of power cable inside cab)
238 Lighting Systems Boom and mainframe mounted work lights Low profile LED multi-directional Strobe light to be mounted on top of cab and controlled by lighted switch in cab
239 Keys Shall provide 6 additional keys with unit (in addition to the 2 customary keys) 2310 Manuals Operators manual parts book and servicelrepair manual shall be furnished with the machine upon
delivery Manuals may be in the form of CDs or DVDs 231 1 Equipment Training The successful vendor agrees to provide an appropriate on-site training program for a
maximum of two (2) county operators and two (2) county equipment technicians in sufficient scope as to assure efficient and economical performances and maintenance of the equipment purchased
2312 Vendor ServicelRepair Facilities Because the maintenance and repair of this type equipment is complex and due to the critical nature of our operation repair parts and service must be adequately and readily available The vendor shall certify that they maintain an adequate stock of repair parts and service items within the area and employs qualified service and repair technicians within the local area and available within 2 hours The vendor shall state in the returned bid the location of the service and repair facility parts depot and credentials of the service and repair person(s) First 100 hr service to be provided by vendor
2313 Demonstration Prior to awarding the bid vendor(s) may be requested to demonstrate equipment on-site at the Boone County Public Works Department
Bid 06-21MAR07 Page 3
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
2314 Warranty Three (3) year 5000 hour extended warranty on hydral~lic and drive train components Six months complete machine
2315 Designee - Boone County Public Works 2316 Contact - Purchasing Department 601 E Walnut Room 209 Columbia MO 65201 Heather Turner Boone Co~~nty
Telephone 573-886-4392 Facsimile 573-886-4390 2317 Delivery Units shall be delivered with Bill of Sale and Manufacturers Statement of Origin 2318 Delivery Terms FOB- Destination Boone County Public Works Department Maintenance Operations 5551
Highway 63 South Columbia MO 65201 24 ADDITIONAL TERMS AND CONDITIONS
241 Equipment shall be properly serviced including grease and oil to the proper levels 242 Vendor to include product literature for each proposed piece of equipment 243 Bid evaluation will be based on quality reliability delivery time ARO and cost Quality and reliability may be
determined by sing information contained in product reviews from established publications and demonstration of machine Availability of parts speed of service and location of servicelwarranty work will weigh into consideration of award
Bid 06-21MAR07 Page 4
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Countv of Boone Purchasing Deparlment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 IVIA Manufacturers published specifications for the items requested shall be included with the response
32 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier
321 Advice of Award - If you wish to be advised of the outcome of this Bid the results may also be viewed on our web page wwwshowmeboonecom
33 BID OPENING On the date and time and at the location specified on the title page all Responses will be opened in public Brief summary information from each will be read aloud and any person present will be allowed under supervision to scan any Response
331 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 Bidders 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
34 RESPONSE CLARIFICATION -The County reserves the right to request additional written or oral information from Bidders in order to obtain clarification of their Responses
341 Rejection or Correction of Responses - The 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 our discretion whenever it is determined to be in the Countys best interest
35 EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our judgment the Contractor selected appears to offer the best overall solution for our current and anticipated needs at the lowest possible cost
351 Method of Evaluation -The County will evaluate submitted Responses in relation to all aspects of this Bid 352 Acceptability -The County reserves the sole right to determine whether goods andor services offered are
acceptable for County use 353 Endurance of Pricing - Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 06-21MAR07 Page 5
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
County of Boone Purchasinn Deiparlment 4 Response Form
41 Company Name
42 Address
44 Phone Number
45 Fax Number
46 E-Mail Address
47 Federal Tax ID
471 ( ) Corporation ( ) Partnership - Name ( ) IndividualProprietorship- Individual Name ( ) Other (Specify)
i 48 j PRICING I 1 j I
Unit Price C - ~ 7I or Current Model Year Hydaulic I
1 410 GRAND TOTAL
41 1 Describe nu Deviations
i 413 i Parts Depot Location i 1 I
i I 1
j
414 Credentials of Service andlor Repair Person
Bid 06-21MAR07 Page 6
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
415 The undersigned offers to furnish and deliver the articles or sewices 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4151 Authorized Representative (Sign By Hand)
4152 Print Name and Title of Authorized Representative Date
416 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
417 Delivery ARO
Bid 06-21MAR07 Page 7
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Heather Turner Senior Buyer 5731886-4392- FAX 5731886-4390
Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor Proposal
The Boone County Commission has the right to accept or reject any part or parts of ail bids to waive technicalities and to accept the offer the County Commission considers the most advantageous to the County Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 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
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
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 entities contract under more favorable terms
Bid 06-21MAR07 Page 8
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Boone County Purchasing Heather Turner 601 EWalnut-Room 209 Senior Buyer Columbia MO 65201
Phone (573) 886-4392 Fax (573) 886-4390
NO BIDIWSP0NSE FORM
NOTE COMPLETE AND RETLTRN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommodiW please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAXthis No Bid Response Form to our office the FAXnumber is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 06-2 1MAR07
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contact)
REASON) FOR NOT SUBMITTING A BID
Bid 06-2 1MAR07 Page 9
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
1 3 7 - 2 0 0 7
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned TerdZO ea
County of Boone
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2003 Ford Crown Victoria Patrol Vehicle Vin 2FAFP31 W83X154775b~ Gov-Deals
Done this 2 day of April 2007 nKenneth M Pearson
Presidin9 Commissioner ATTEST
~ a r k nM Miller Wendy S ~ amp n Clerk of the county Commission
l ~ s ~
Skip ~ l k i n District I1 Commissioner
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
CERTIFIED COPY OF ORDER
STATE OF MISSOURI ) April Session of the April Adjourned ~ e r d 2 0 ea
County of Boone
In the County Commission of said county on the 2ld day of April 2m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the disposal of 2002 GMC PU VIN 1 GTEK19VX2Z3 12720gtby auction
Done this 2nd day of April 2007 ~ e ~ e t h M Pearson Presiding Commissioner
ATTEST
kardn M Miller Wendy S d r e n District I Commissioner Clerk of the County Commission
W amp a L -
Skip Elkin s District 11 Commissioner
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
f(-2007
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ea
April Session of the April Adjourned T e d 2 0
In the County Commission of said county on the 2d day of Apri1 m the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby award bid 24-29MAR07 Washer for Jail to Allied Commercial Laundry Equipment Inc It is further ordered the Presiding Commissioner by authorized to sign said contract
Done this 2nd day of April 2007 Kezeth M Pearson Pregding Commissioner
ATTEST
Kardn M Miller Wendy S floren District I Commissioner Clerk of the County Commission
W r n ~ ~ k
Skip ~ l k b District I1 Commissioner
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
7 Commission Order -a0
PURCHASE AGREEMENT FOR WASHER FOR JAIL
THIS AGREEMENT dated the 0 day of 2007 is made between Boone County Missouri a political subdivision of the the Boone County Commission herein County and Allied Commercial Laundry Equipment Inc herein 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 the furnishing delivery and installation of a washer and base for the Boone County Sheriffs department bid number 24-29MAR07including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions any applicable addenda as well as the Contractors bid response dated March 292007 and executed by Randy Zimring 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 the terms conditions provisions and requirements contained in the bid specifications including Introduction and General Conditions of Bidding Primary Specifications Response Presentation and Review the unexecuted Response Form Standard Terms amp Conditions and any applicable addenda shall prevail and control over the Contractors bid response
2 Purchase -The County agrees to purchase fiom the Contractor and the Contractor agrees to supply the County the items identified and responded to in Section 2 of bid including washer ($534500) base ($40000) and installation ($99500) for a total contract price of $674000 Items will be provided as required in the bid specifications and in conformity with the contract documents for the prices set forth in the Contractors bid response as needed and as ordered by County
3 Delivery and Installation - Contractor agrees to furnish delivery and install the equipment per the bid specifications within 15-30 days after receipt of order
4 Billing and Payment - All billing shall be invoiced to Boone County Sheriff Department and billings may only include the prices listed in the Contractors 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 Contractors bid response to the specifications The County agrees to pay all 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 fkom the last date that payment was due
5 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
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
6 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
7 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
ALLIED COMMERCIAL LAUNDRY BOONE COUNTY MISSOURI EQUIPMENT INC
q by Boone County Commissi
_
title
ATTEST
Y
AUDITOR C E R T I F In accordance with RS o 660 I hereby certlfy 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 the contract do not create a measurable county obligation at this time)
1255 92300 -$674000 43 a 0 7
Signature l ~ a f e Appropriation Account
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
BOONE COUNTY MISSOURI Request for Bid 24-29MAR07-Washer for Jail
--hI)DENDUM 1- Issued March 282007
is addendum is isswli in accrdance with the Intdrtction and General Conditions of the Request for Bid atld i s I~ereby incorporated into and made apart of the Request for Bid Documents Offerors Ir r-mindedthat receipt of this addendum should be acknowledged and submitted with Wemi R espclnse F o m
Specifications for the ~~lclvenot4 Request for Bid and the work covered lherehy are herein modified as followsanl eicept aset iortb herein otherwise remain unchanged and in full force and effect
1 Changes to RFB Sgmlicilica~ons
REPLACE wording or top off Rmponse Page 7 from
Bid MUST be teceiverll tr y lvlarch 272007 1030 amCST
To
Bid MUST be receive13lty L ~ c b292007 1030 amCST
By Melinda Bobbitt CPPB Director of ~urampris in~
OFFEROR has examirdcopy ofAddendum 1 to Request for Bid 24-29MARM -Washer for Jail receipt of whirh ihercby acknowfedgsd
Compmy Name Address
Phone Number)pJ jgEK - Fax Number 3l+fil-afl AuthoritedReprrsenlt I tiuz
Authori7Rd Represenl~~tlve Printed Name
- 8909 I66P I E ON XWd EIaNIIW1 lW I3d3WGI03 0311 WW P O R n i~i-)on-RZ-NHW
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Countv of Boonr -- P M ~ - D e m e n t Since timeis of ti I I e ~senccf-rl bids wiU be received Fax to (573)886-4390 Call (573)8864391 xuco~mrecac[i~lI-i MUST be receivedamp+I)triRBid I)iarch 372007103O~amCST
4 Response Form ma -
41 Company Name I GJ-L 1Ii A--- k r ~ d h ~ n d r q 26c
42 Address - J-
10cac ud43 Cityaip r i LoJ
W I D
L314 ----
44 Phone Numl~er 15 N o L3132
$PJ+ampF 1 f l 3 MAL- 45 Fax Numba +-$9) - s o n -id-
47
47v1-
Federal Tax JD A~- q -- 2- 8- - ~
C ~ t i o n ( PartnershxpOl h ~he -K
-
( ) IndividilaYErqrdorhip- Individual Name -
( ) Other (Specil)I -
C uwm- -
FjnnWxcd Price
----
482 I 1 Manufacturer-Na~r~c- -
- ---
410 List any deviati~~~ $amp bdh5B~~skic4from bidspecifiicatiom ENCOmlI
IJi -- - t o J rDrw Z x d r 5t+vne-Y ~ u j m e ~ i ~ ~ h r t ~ ~ Bid 24-29MAFt07 A7 ~ lkw- te +amp[debilto 0 2 -
i ~ d d h ~ amp ~ amp d Bamp SQ amp CLIJ~amp wA ampI OUJ~~LL
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
410 The-underdpcdoflll aedcesas specifiedatthe prices anilIIXtofuttlishand4etsverthea~ci~or terms stated and in iitrit aacordsnce with all requirements contained m the Request forBid which have been rrldl acd umderstoodand all of which aremade part of this order By submission afthis ItrdI I Jre vendor certifies that they are in compiiance with Section34353 and if applicable Section i41359(dCMis~ouriRomesticProductsPrucurement Act) of the Revised Statutesof Mimauitpi
411 you honor the Itmittedprices for purchase by other entities ifi Boone County who participatein urchanj~vith Boone County Missouri
No
412 InrtallPionwill be c I I ~ 5 days anR issuanced the notice to proceed~lcfcdwithin Em PA+ARO
Bid 24-29MAR07
8905166P ON XUd lJflNflW7 7WT3A31elW~0 lllT71H WH ~ n in nil nnz-fi7-NHU
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
ATrAC-NTA
PRIOR EXPEMEJWCE (liefc~rr~c~ of sirnilalservices for governmental agencies areprcfeflecl)
1 PriorServices Pc~lilrrned for
Dateofcontract Length of Cnntwarlt
DescriptionofPrii~b~LrGces (Includedates)
2 Prior ServicesPCI~IB~med for I
Q ~ N ~ ~ 3r L ~ u i ~ JuS-lLc Ce4cr4 I Address 200 Iji -TJG UQ- 5J~4pa Contaa Nmc I+ thoJ M orrls Telephonc N~linba~)+ b25 92
Date of Contrace 30 b n g h ofContratl (Utlampb Descriptionof Pri (71-Services(includedates)
3 Prior ServicesP~elolrnd for
Company Nmne 13to Ieampecfl5 W e m e Address 4 2 ~ 1m n p s rlerlc0 r v l o 6 s - t b r Contact Name 11 AltampQ l d 1
TelephoneNumb~~ ~ ~ - ~ ) - f 0 j $
Date of C~ltact 3 11) ) T O 0 L) XRngth afContra g 4
Xkscription ofP~rit~r (include dates)Sler~9ces
Bid 24-29M-07
--8909 166P I amp ON XWd B([NnWl lWT3)IBWWOD O7T 118 Wtl Ffl R n nU1 ) r l n ~ - ~ i ~ L l
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbitt Date 4907 0 3 3 0 PM P a g e 2 of 3
P ouri General Ins Agency 4 N New Ballas Ste 201 St Louis MO 63141
ACORD CERTIFICATE OF LIABILITY INSURANCE ALLIE-5OPID D o41007 DATE ( M M I D D W )
HOLDER THlS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Berkshire Unit
1 INSURERS AFFORDING COVERAGE 1 NAlC
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Allied Commercial LaundryE i ment Co 1 8 2 E ~+tewa$Blvd St LOUIS MO 63132
INSURER A s t Paul Trave lers Ins Co
Fund Comwanv 1 10166 I INSURER C I I
INSURER D
I INSURER E I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED W E D ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOlllREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWITH RESPECT TO WHICH THlS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCEAFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
GENERAL LIABILITY
CLAIMS W E OCCUR
E TYPE OF INSURANCE POLICY NUMBER I DAYh
) F N L AGGREGATE LlMlT APPLIES PER 1
POLICY kXPlRATlON DATE (MMIDDWO I LIMITS
POLICY 152~ LOC
AUTOMOBILE LIABILITY
ALL OWNED AUTOS
SCHEDULEDAUTOS
I GENERAL LIABILITY
NON-OWNED AUTOSI I 1
1 EACHOCCURRENCE I $ I OOOOOO
I MED EXP ( A n y one person) 1 6 5 000 I PERSONALBADVINJURY ~$1000000 GENERAL AGGREGATE 1$2000000 PRODUCTS - COMPIOP AGG 1 $ 2 000 000
I
BODILY INJURY (Per acc~dent)
100106
PROPERTY DAMAGE (Per accident) $
GARAGE LIABILITY
ANY AUTO
100107
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMSMADEt DEDUCTIBLE
RETENTION $5000
COMBINED SINGLE LIMIT (Eaaccldent)
1 WORKERS COMPENSATION AND- EMPLOYERS LIABILITY
$ 1000 000
1 ANY PROPRIETOR~PARTNERIEXECIJTIVE OFFICERIMEMBER EXCLUDED
I f yes descrlbe under SPECIAL PROVISIONS below
OTHER
EACHOCCURRENCE
AGGREGATE
AUTO ONLY - EA ACCIDENT
OTHER TWh EAACC AUTO ONLY AGG
$
$
$
J I
CERTIFICATE HOLDER CANCELLATION
~ 0 0 ~ ~ ~ 0SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
A
Boone County Purchasing I DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
DESCRIPTION OF OPERATIONS 1LOCATIONS IVEHICLES EXCLUSIONS ADDED BY ENDORSEMENT ISPECIAL PROVISIONS
Property 1680481Y2699TIA05
Melinda ~obbitt 601 E Walnut Room 208 Columbia MO 65201
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR
REPRESENTATIVES
100106
ACORD 25 (2001108) O ACORD CORPORATION 1988
100107 Building 1364975 Contents 260000
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
From Denise L Herren At Missouri General Insurance FaxlD 314-432-3737 To Melinda Bobbin uare ~ I Y I U ~ussu r l v l rcayr s u~s
If the certificate holder is an ADDITIONAL INSURED the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED subject to the terms and conditions of the policy certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s) authorized representative or producer and the certificate holder nor does it affirmatively or negatively amend extend or alter the coverage afforded by the policies listed thereon
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Front Load Washers -Cabinet HardMount Models Soft Mount Models and DpenPocket HardMountModels t Three (3)ycars 011complete washer + Evc (5)years on thc frame cylindcr and shaft assembly
from breakage 6 Eve (5) ycars on the bearing and bearing scd assembly
IndustrialToploading WasherExtractorModels + Twcl (2)years on thc complete washer extractor
ProductWarranty Guide + Three (3) years on the entire cabinet against rust through
WarrantyLlmltedTo Parts Only 7hefo~luwingwarranty coverage ir 1 c Fect-firunits DryingTumblers-All Models maptufartured aj2erMarch 11991 z l r 6 soldafierJvne 11997 + h e (3) years on the complete tumbler-Wawantycovcrage begins upon iniirlol mstallatioraregrrrdfmof when unit Becomes operational GrdMatePlus Accessories
+ Tim (2)years on CadMats Plus Accessories CSC Coin Laundry AutomaticWasher --Toplila d exceptJA andJWT models) CVC and component parts + Three (3)years on complete riihr
+ Five (5) years on rransrnissio~a srnbly + Onc (1) year on user cards provided they are not p o ~ t
Ifpost printcd the warranty is wid
t Eve (5)ycars against rust thc-ugI~on base assembly a d GenuineAlliance LaundrySystemsRepair Partscabinet assembly including ta 13 lid and door + Onc (1)year on cvcry componcnt part from thc date of+ Lifetime warranty on thc sailql~ssstccll tub installation or remaining product warranty
A and JWt Models -ToploadWasher + Rcconditioned controls one (1)ycar
4 One (1)year on the entire w14le(partsonly) Commercial Homestyle ToploadWashers + Three (3)years on the txansrnsiir111 ssembly + Three (3) years on the cornplctc washer (parts only) 4 Eve (5) ycars against rust thl-trug1 on base asscmbly and F(5) years on hcttansmission assembly
cabinet assembly including I( I d and ducx + rifetime warranty on thc stainjess stccl tub
Coin Laundry SingleDryersand Stack Orlcr Iiadels + Three (3) ycars on coml~lctcill-yer
+ Eve ( 5 ) years against rust through on b a ~ easscmblyand cabinet asscrnbly including top lid and door
+ Eve (5) ycars againit rust tbr-rg~on base asscmbly a d cabinet assemblyincluding tclp1~ t 1and door
Commercial Homestyle Dryers
-- cur---+ Ihree (3) years on the complete dryamp tParts only)
-izon Small ll~a sir Singleand Stack Eve (5)years against r u t through on base assembly and + mhe-year (3) puts Q~atifiicI i atalintions in unit cabinet assemblyincluding tup Ud and door
multi-family coin laundries 6 Onc-year (I)parts AU on-~lrrises laundry (OPL)
such as but not limited to t~-1 lowing examples One (I)ycar un any part un the entirc machine mccpt
Prisons military bases salonI lc tels or fitness centers padding ribbons gaskets and bclrs if so equipped
+ Rve(5) years on bearings ar~l Igte arinp seal asscrnbly All Ajax Finishers -Sold after June 12000(OPL 1year) 6 Onc (1) year on thc complete finisher (parts only)
+ Five (5) years against rust tf1111rghon base asscrnbly an Five (5)ycars on any prcssure vessel (steam heatcd buckcabinet asscmbly including t ]I id and dour and head)
+ Lifctime warranty on fitaidst e e l inner cylindc (OPL 1 y c d MluowandsfromHand Held
+ Warrantyis administered through Hand Held directIy--- Iheix contact nurnbcr is 800-782-4263
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
HC20-80 Ib Olr~~T-remisesWasher-Extractor Specifications
Export Sl~ipplngWciyk~ 48fq(218) I 5W UG7) I MG 685) 1 lOv Cd6Q- Il5M (683)- ~b 13E p a el 1 LXElamp El 1 CSITampaLTlt I C4Em FLT IC4 6LTc
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Ovnall Depth inrluda Uran pips ond dour han~rl
Stpndard domcslic voltagc 208-140W3(3-vi rla1113rd lntcrnafional 300-415503 lbwircl Circuit breaker add amp Orow doh -hewn is fw stendardmlUge models withvut juxlllary hmc Cwnult tactary for amilalrility 0 41 1348 ) models and other cohigutatlons M a w t ~ e u t e rstronqb ~rrrmrnccdsudnp B circuit bttskn Instcad nt furo U x 3-pol1 circuit bmkmfor $-phase m h l n c s
- Agency Apprnwl
Pur to cotlriouous prvdurl irn~rovemcnrs d e r l ~rlds rclf~oiona zubitc~TO bang withurrt ~oticcTh qualily managcmcnt syrrems ar al Alliencr bundry Swtcms manuhauring fsclltics crc registwcd w 150 40012000 comnlr I
0 Copp~t1~2008Nl~nnccklun( SHIns LLC
All l~nhcLaundry Systems
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Boone County Purchasing 601 E Walnut Room 208
Columbia MO 6520 1 Requestfor Bid (RFB)
Melinda Bobbitt CPPB Director of Purchasing (573) 886-4391 -Fax (573) 886-4390
Bid Data Bid Number 24-29MAR07
Commodity Title Washer for Jail
DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT
Bid Submission Address and Deadline Day Date THLRSDAY March 292007
Time 1030 AM (Bids received after this time will be returned unopened)
Location Mail Address Boone County Purchasing Department Boone County Johnson Building 601 E Walnut Room 208 Columbia MO 65201
Directions The Johnson Building is located on the Northeast corner at 6~ St and Walnut St Enter the building from the East Side Wheel chair accessible entrance is available on the West side of the building
Bid Opening Day Date THURSDAY March 292007
Time 1030 AM Location Address Boone County Johnson Building Conference Room
601 E Walnut Room 208 Columbia MO 65201
Bid Contents 1 O Introduction and General Conditions of Bidding 20 Primary Specifications 30 Response Presentation aad R s v i e ~ 40 Response Form
Attachment A Prior Experience Standard Terms and Conditions No Bid Form
Bid 24-29MAR07 Page 1
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Counho fBoone Purchasing Department 1 Introduction and General Conditions of Bidding
11 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 Section 2
12 DEFINITIONS 121 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 Ofices - The County Departmends or Officels for which this Bid is prepared and which will be the end userls of the goods andlor services sought Designee - The County employeels assigned as your primary contacds for interaction regarding Contract performance
122 Bidder 1 Contractor I 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 businessls entities which may provide the subject goods andlor services
123 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 fnst page An Invitation For Bid is used when the need is well defined An Invitation For Proposal is used when the County will consider solutions which may vary significantly from each other or from the Countys initial expectations
124 Response - The written sealed document submitted according to the Bid instructions 13 BID CLARWICATION - Questions regarding this Bid should be directed in writing preferably by fax or e-
mail to the Purchasing Department Buyer of Record Answers citing the question asked but not identifying the questioner will be distributed simultaneously to all known prospective Bidders Note written requirements in the Bid or its Amendments are binding but any oral communications between County and Bidder are not
131 Bidder Responsibility - The Bidder is expected to be thoroughly familiar with all specifications and requirements of this Bid Bidders failure or omission to examine any relevant form article site or document w i U 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 h s Bid
132 Bid Amendment - If it becomes evident that this Bid must be amended the Purchasing Department will issue a formal written Amendment to all known prospective Bidders If necessary a new due date will be established
14 AWARD - Award will be made to the Bidder(s) whose offer) 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 County needs as interpreted by the County The County reserves the right to compare the lowest bid received with the current State contract pricing and award in the best interest of the County
15 CONTRACT EXECUTION - This Bid and the Contractors Response will be made part of any resultant Contract and will be incorporated in the Contract as set forth verbatim
151 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 Bidders Response
16 COMPLIANCE WITH STANDARD TERMS AND CONDITIONS - Bidder agrees to be bound by the Countys standard boilerplate terms and conditions for Contracts a sample of which is attached to this Bid
Bid 24-29MAR07 Page 2
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
- -
Countv of Boone Purchasing Devartment 2 Primary Specifications
21 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 the furnishing delivery and installation of a Washer for the Boone County Sheriff Department in accordance with the specifications outlined below
22 This washer shall replace an existing washer at the Boone County at the Jail Facility located at 212 1 County Drive Columbia MO 65202
23 Washer One (1) Speed Queen -208V 3-phase Model SC40MN20U6001or equivalent 231 Base Bidder shall provide pricing on Response Page for a Base if bidding equipment other than
brand specified in paragraph 23 24 WARRANTY - The bidder shall include a description of the manufacturers warranty included
with equipment and any and all other warranties offered as part of this contract 25 CONTRACTOR QUALIFICATIONS AND EXPERIENCE Bidders must provide evidence
that they have past experience in the installation of commercial washers for a minimum of five years Bidder shall submit with the bid the name address telephone number and point-of-contact for a minimum of three firms for which the bidder has provided similar services within the preceding 60 months References may be checked prior to award Any negative responses received may result in disqualification of the bid Attachment A -Prior Experience may be used to list references
26 CONTRACTOR RESPONSIBILITYISERVICE REQUIREMENTS 261 Work Hours The contractor must coordinate all work hours with the assigned Boone County
Designee All work shall be done during normal business hours Normal business hours are Monday-Friday 800 am to 500 pm excluding holidays
262 The contractor shall be required to remove all waste and debris and leave the site neat and clean In the event the work takes longer than one (1) day the contractor shall ensure the work site is cleaned at the end of each work day
27 Or Equal Bidders are to bid as specified herein or bid an approved equal Determination of equality is solely Boone Countys responsibility
28 Descriptive Literature Bidders proposing to furnish items other than specified must submit Complete Descriptive Literature with bid Bids received without descriptive literature are subject to rejection
29 Guarantee Bidder agrees to unconditionally guarantee all equipment against defect in material workmanship and performance for a period of one year from the date of acceptance by the County unless otherwise specified
210 DEVIATION(S) - It is the bidders responsibility to submit a bid that meets all mandatory specifications stated within The bidder must compare their product bid with the specifications for the Speed Queen model described within and identify any deviations along with the specific section deviated from Failure to properly identify deviations may render the bidders proposal non- responsive and not capable of consideration for award Bidders should note that a descriptive brochure of the model bid may not be sufficient or acceptable as proper identification of deviations from the written specifications
21 1 FOB Destination All deliveries shall be made FOB Destination with freight charges fully included and prepaid The seller pays and bears the freight charges
212 BOONE COUNTY INSURANCE R E Q ~ ~ M E N T S - The Contractor shall not commence work under this contract until they have obtained all insurance required under this paragraph and such insurance has been approved by the County All policies shall be in amounts form and companies satisfactory to the County which must carry an A-6 or better rating as listed in the AM Best or equivalent rating guide AM Best posts the financial standing of carriers The A VI (6) represents that the carrier is in good financial standing If there is a carrier that is a B+ their financial standing has been downgraded
Bid 24-29MAR07 Page 3
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
2121 Compensation Insurance - The Contractor shall take out and maintain during the life of this contract Employees Liability and Workers Compensation Insurance for all of their employees employed at the site of work and in case any work is sublet the Contractor shall require the subcontractor similarly to provide Workers Compensation Insurance for all of the latters employees unless such employees are covered by the protection afforded by the Contractor
Workers ~omampnsation coverage shall meet Missouri statutory limits Employers Liability limits shall be $50000000 each employee $50000000 each accident and $50000000 policy limit In case any class of employees engaged in hazardous work under this Contract at the site of the work is not protected under the Workers Compensation Statute the Contractor shall provide and shall cause each subcontractor to provide Employers Liability Insurance for the protection of their employees not otherwise protected
2132 Comprehensive General Liability Insurance - The Contractor shall take out and maintain during the life of this contract such comprehensive general liability insurance as shall protect them from claims for damages for personal injury including accidental death as well as from claims for property damages which may arise from operations under this contract whether such operations be by themselves or by anyone directly or indirectly employed by them The amounts of insurance shall be not less than $200000000 per project limit for any one occurrence covering both bodily injury and property damage ipcluding accidental death If the Contract involves any undergroundldigging operations the general liability certificate shall include X C and U (Explosion Collapse and Underground) coverage If providing Comprehensive General Liability Insurance then the Proof of Coverage of Insurance shall also be included Proof of Coverage of Insurance - The Contractor shall furnish the County with Certificate(s) of Insurance which name the County of Boone -Missouri as additional insured in an amount as required in this contract and requiring a thirty (30) day mandatory cancellation notice In addition such insurance shall be on an occurrence basis and shall remain in effect until such time as the County has made final acceptance of the project
2133 The Contractor has the option to provide Owners Contingent or Protective Liability and Property Damage instead of the Comprehensive General Liability Insurance- The Contractor shall provide the County with proof of Owners Protective Liability and Property Damage Insurance with the County as named insured which shall protect the County against any and all claims which might arise as a result of the operations of the Contractor in fulfilling the terms of this contract during the life of the Contract The minimum amounts of such insurance will be $200000000 per occurrence combined single limits Limits can be satisfied by using a combination of primary and excess coverages Should any work be subcontracted these limits will also apply
2134 COMMERCIAL Automobile Liability -The Contractor shall maintain during the life of this contract automobile liability insurance in the amount of not less than $200000000 combined single limit for any one occurrence covering both bodily injury including accidental death and property damage to protect themselves from any and all claims arising from the use of the Contractors own automobiles teams and trucks hired automobiles teams and trucks and both on and off the site of work
214 INDEMNITY AGREEMENT To the fullest extent permitted by law Contractor shall indemnify hold harmless and defend the County its directors agents and employees from and against all claims arising by reason of any act or failure to act negligent or otherwise of Contractor (meaning anyone including but not limited to consultants having a contract with Contractor or subcontractor for part of the services) of anyone directly or indirectly employed by Contractor or of anyone for whose acts the Contractor may be liable in connection with providing these services This provision does not however require Contractor to indemnify hold harmless or defend the County of Boone from its own negligence
Bid 24-29MAR07 Page 4
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Countv o f Boone Purchasing De~artment 3 Response Presentation and Review
31 RESPONSE CONTENT - In order to enable direct comparison of competing Responses Bidder must submit Response in strict conformity to the requirements stated herein Failure to adhere to all requirements may result in Bidders 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 Manufacturers 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 The County is not responsible for late or incorrect deliveries from the US Postal Service or any other mail carrier Advice of Award - If you wish to be advised of the outcome of this Bid the results may be viewed on our web page wwwshowmeboonecom BID OPENING - On the date and time and at the location specified on the title page 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 Bidders 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 -The 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 -The 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 our discretion whenever it is determined to be in the Countys best interest EVALUATION PROCESS -The Countys sole purpose in the evaluation process is to determine from among the Responses received which one is best suited to meet the Countys 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 our 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 -The County will evaluate submitted Responses in relation to all aspects of this Bid Acceptability -The County reserves the sole right to determine whether goods andlor services offered are acceptable for County use Endurance of Pricing -Bidders pricing must be held until contract execution or 60 days whichever comes first
Bid 24-29MAR07 Page 6
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
- -
--
Countv of Boone Purchasing Department Since time is of the essence faxed bids will be received Fax to (573) 886-4390 Call (573) 886-4391 to confirm receipt of bid Bid MUST be received by March 2720071030 am CST Response Form Company Name
-
Address
Phone Number
Fax Number -
E-Mail Address
Federal Tax ID
( ) Corporation ( ) Partnership - Name ( ) IndividuaVProprietorship- Individual Name ( ) Other (Specify)
PRICING
F i n Fixed Price
Washer Speed 1 or Equivalent Queen SC40MN20U600
4 41
42
44
45
46
47
471
48
I
I
481-- - -- - -- -- - ----- - -- --- - - --- ------
Manufacturer Name
4812 Model Number
t
Base (Provide price if bidding a makemodel different than Washer specified above)
-
L ~o--4 0 4 ]TOTAL -
49 Describe Warranty Features
410 List any deviations from bid specifications
Bid 24-29MAR07 Page 7
I I
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
410 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 34353 and if applicable Section 34359 (Missouri Domestic Products Procurement Act) of the Revised Statutes of Missouri
4101 Authorized Representative (Sign By Hand) Date
4102 Print Name and Title of Authorized Representative
41 1 Will you honor the submitted prices for purchase by other entities in Boone County who participate in cooperative purchasing with Boone County Missouri
Yes No
412 Installation will be completed within days after issuance of the notice to proceed
Bid 24-29MAR07 Page 8
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
ATTACHMENT A 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)
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)
Page 9
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Boone County Purchasing 601 E Walnut Room 209
Columbia MO 65201 Standard Terms and Conditions
Melinda Bobbitt CPPB Director of Purchasing
1 Responses shall include all charges for packing delivery installation etc (unless otherwise specified) to the Boone County Department identified in the Request for Quotation andlor 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 Boone 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
Bidders must use the bid forms provided for the purpose of submitting bids must return the quotation and bid sheets comprised in this bid give the unit price extended totals and sign the bid
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 not made 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 fum Bids qualified by escalator clauses may not be considered unless specified in the bid specifications
11 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
12 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 entities contract under more favorable terms
Bid 24-29MAR07 Page 10
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
- -
Boone County Purchasing Melinda Bobbitt CPPB 60 1 EWalnut-Room 208 Director of Purchasing Columbia MO 65201
Phone (573) 886-4391 Fax (573) 886-4390
NO BID RESPONSE FORM
NOTE COMPLETE AND RETURN THIS FORM ONLY IF YOU DO NOT WISH 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 servicecommoditv please remove form and return to the Purchasing Department The reverse side of the form is pre-addressed so that it can be folded in thirds sealed with tape and mailed If you would like to FAX this No Bid Response Form to our office the FAX number is (573) 886-4390
If you have questions please call the Purchasing Office at (573) 886-4392 Thank you for your cooperation
Bid Number 24-29MAR07-Washer for Jail
(Business Name) (Date)
(AddressP0 Box) (Telephone)
(City State Zip) (Contactj
REASON(S) FOR NOT SUBMITTING A BID
Bid 24-29MAR07 Page 11
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
CERTIFIED COPY OF ORDER
STATE OF MISSOURI
County of Boone ) ea
April Session of the April Adjourned Term 2007
In the County Commission of said county on the 2nd day of April 2007
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby re-appoint Tom Satalowich to the Road amp Bridge Advisory Committee for the Rock Bridge Township with a term expiring on 3-1 8-20 1 1
Done this 2 day of April 2007 ~ e n n e t hM Pearson Presiding Commissioner
ATTEST I
~ a r k nM Miller District I Commissioner
Clerk of the County Commission
Skip Elkin District I1 Commissioner
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
Ken Pearson Presiding Commissioner Karen M Miller District I Commissioner Skip Elkin District II Commissioner
RECEIVED MAR 1 9 2007 lV3joo7 Boone County Government Center
801 E Walnut Room 245 Columbia MO 65201
573-886-4305 FAX 573-886-431I E-mail commissionboonecountymoorg
- Boone County Commissioe - r a ~ n f -zrm a x ~ i ~ y e s3-b-do- amp2-amp
BOONE COUNTY BOARD OR COMMISSION APPLICAlION FORM
Board or Commission Road amp Bridge Advisory Committee Term 3192007
Current Township Rock Bridge Todayss Date 311912007
Name Torn Satalowich
Home Address 6030 Rock Quarry Rd Zip Code 65201
BusinessAddress - Zip Code
Home Phone 442 8747 Work Phone -
Fax 874 0556 E-mail ftsatcenturyteInet
Qualifications ptpr
Past Community Service Chairperson ColumbiaIBoone County Bd of Health 12 yrs
References -
I have no objections to the information in this appiicaiion beiiig made piiblic To the best of ny knowledge at this time I can serve a full term if appointed Ido hereby certify that the above information is true and accurate
- - p~
Applicant signature
Return Application To Boone County Commission Office Borne County Government Center 801 East Walnut Room 245 Columbia MO 65201 Fax 573-886-4311
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission
CERTIFIED COPY OF ORDER
STATE OF MISSOURI April Session of the April Adjourned ea
County of Boone
In the County Commission of said county on the 2nd day of April
the following among other proceedings were had viz
Now on this day the County Commission of the County of Boone does hereby approve the following Budget Amendment to establish 2007 Budget for Drug Court Re-Integration Grant with no county match
Amount of Increase $5710700
10100 - Salary 3 126200 10200 -FICA 239200
1 103 00 -Health Ins I 356200 I
t103 50 -Life Ins 4000 10375 - Dental 26700 10325 -Disability Ins 1 1600 10325 -Workers Comp 143200 10500 -401A Match 47500 1 9 1301 -Computer Hardware 200000 23050 -Other Supplies 240000IL-- 131610086850 - Contingency
Done this 2 day of April 2007
ATTEST
n e r District I Commissioner
Clerk of the County Commission