48
. NOTICE OF CONTRACT RENEWAL CONTRACT NUMBER Cl 15262001 AMENDMENT NUMBER 002 REQUISITION NUMBER NR 931 YYY17709086 CONTRACTOR NAME A."iiD ADDRESS Foster Brothers Wood Products, Inc. P.O. Box249 Auxvasse, MO 6S231 State of Missouri Office of Administration Division of Purcbuing P.O. Boi::809 Jefferson City~ MO 65102..0809 http://www.oa.mo.gov/purch CONTRACT TlRE Wood Fuel CONTRACT PERIOD August 1 S, 2017 through August 14, 2018 SAM II VENDOR :-!UMBER./ MbsoariBUYS SYSTEM ID 4315945S lO O / MB00090841 STATE AGENCY'S NAME AND ADDRESS Department of Corrections Department of Corrections South Central Correctional Center Southeast Correctional Center 255 W. Highway 32 300 E. Pedro Simmons Dr. Licking, MO 65542 Charleston, MO 63834 ACCEPTED BY THE STATE OF MISSOURI AS FOLLOWS: Contract Cl 15262001 is hereby renewed pursuant to the attached amendment 002 dated 3/20/17 and is accepted as the 2 nd choice contractor for South Central Correctional Center and 2 nd choice contractor for Southeast Correctional Center. BUYER BUYER CONTACT INFORMATION Email: [email protected] Laurie Borchelt Phone: (573) 751-1702 Fax: (573) 526-9816 SIGNATURE OF BUYER DATE ~HDlt f.w.J.,1r ~~11 DIRl!C]OR ~uRC~SING AND MATERIALS MANAGEMENT ~o ___ ,. > .rAI ,._ ·- .- ~(]

Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

• .

NOTICE OF CONTRACT RENEWAL

CONTRACT NUMBER

Cl 15262001

AMENDMENT NUMBER

002

REQUISITION NUMBER

NR 931 YYY17709086

CONTRACTOR NAME A."iiD ADDRESS

Foster Brothers Wood Products, Inc. P.O. Box249 Auxvasse, MO 6S231

State of Missouri Office of Administration Division of Purcbuing

P.O. Boi::809 Jefferson City~ MO 65102..0809

http://www.oa.mo.gov/purch

CONTRACT TlRE

Wood Fuel

CONTRACT PERIOD

August 1 S, 2017 through August 14, 2018

SAM II VENDOR :-!UMBER./ MbsoariBUYS SYSTEM ID

4315945S lO O / MB00090841

STATE AGENCY'S NAME AND ADDRESS

Department of Corrections Department of Corrections South Central Correctional Center Southeast Correctional Center 255 W. Highway 32 300 E. Pedro Simmons Dr. Licking, MO 65542 Charleston, MO 63834

ACCEPTED BY THE STATE OF MISSOURI AS FOLLOWS:

Contract Cl 15262001 is hereby renewed pursuant to the attached amendment 002 dated 3/20/17 and is accepted as the 2nd choice contractor for South Central Correctional Center and 2nd choice contractor for Southeast Correctional Center.

BUYER BUYER CONTACT INFORMATION

Email: [email protected] Laurie Borchelt Phone: (573) 751-1702 Fax: (573) 526-9816 SIGNATURE OF BUYER DATE

~HDlt f.w.J.,1r ~~11 DIRl!C]OR ~uRC~SING AND MATERIALS MANAGEMENT

~o ___ ,. > .rAI ,._ ·-.- ~(]

Page 2: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

oa12s;2011 ·oa:40 57aaa&2ij7~

AMDIDIBRTNO.: 082 CONTBcr NQ.;· CJl52Ull1 T1TLI: WOOJJIIJR. ISSm: DAT.E: 0-11l'Tn7

TO: JOS'nllBJlOTD,111 WOOD PBODtrCIS P.O.BOXJe AUXVASSI\ MO '5251

FOSTER BROTHERS 17570 P. 002/004

UQ 1lfOJ Dffl YYY17219116 BlIYD: LA.1JBD IIOllCIBJ.T PHOU NO.: (173) 751-11'12 J:..MAJL: lgri&~

DTmllf AIBNDION1'Jlf MO U'l'Q, TIW(: ICtW17 AT 5."0l III CDTIIAL '1DU,

b'nnlM ·.AIIZNDIIUT TO rm: DIVISION o, flJIICBAIING (l"IJllCIWD1'G) JIY »-MAIL. ,a. oa MA.ILl(DlJR.Wb

... fSCA:N ANDE-IUJI, TOt

U'AX TO: ,_·_ ..... ---+...,._,,,~.,..,....;~-,...--,.,_..,-=--~----,,__..-------1 i-~»- ""ii"=i;;;;-i°ii~fiiii~ifii3~~ii;;!~~=?i.:.'.'ii:.iiii:imi'---J Lcoiiiiiiuii:iva . 'iia isie1'.:u11

DEUVD ~lfOB (:r..O.Jlollnl).J.S'l'D(AftOM 10111KJOLLOWDIQAD:DDISs

llillfalDepartaedflGw,..., .._.Cmttll0.'1.-.-.110...urNn•M111mn1111d

w:IIDDaT

X,_oaqi r'oa

Saw.., ... ~ ... .aeaw,~.w -1

ml',IITA&alPa..

~')C'-.)f\'!&~- 0- E:,S"d-~ I

_SSN

State of Missouri 5735269816 03/23/2017 09:~1AM Pg 02/04

Page 3: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

03/2312017 '08:41 5733862676 FOSTER BFIOTHERS

CCIID'Bd Cl 1S262001..Q02

AMINRMEN'J' #IP ffl CONJBAa Cu5262811

CONTRACT TlTLE: WOODftJEL

mN'l'RACTPEBIOD: AUGUST lS. 201'11'BllOUGBAUG\1S't 14,Jtll

111G StaofMmaat hmebyexmcises irl(lplicatonmc:wt!u,~ malraCt.

#7570 P,004/004

The ccmtractor shall inclit.ahJ on 1hc7 anachcd priciac page(s) 1h8 mm 6crd priaz far t:be UO¥C Q0llimt period. Aay price hlcteas quorad IIIUlt • c:.uead- t11e mma•m paa:magc U1C111111 ltllal m dKi OOllllaCt (14% lacrew). Ta.~ lhall ..._ • .., ifdao CClllb'ar.lDr "ll)10Dd8 wilh 1DJ mat period priciog

. iac:rcalo. sacb increuo may iesaJi in ajmtifiesdon RqUCll aria the lllff coaducliq • uow pmcuremm procea ndbcrthan aoc:epdng 1b8 ~•• pmpmd ft!UCMI oplioa pridng.

All odicrterms, coaditianaad pmvili0111 af'tmtOilfl• ..U l'GIDlliatho w ml app)y bcnio.

n. ctmlndOr &ball sign and mum 11m domment,. aJooa wilbcampldalpJicin& maorbofill'a the dairt' fudic.ted

111e contractofa &ihw., mmpbo and IIIIUtQ 11us dacamrml shall ra ~ tba aam specified berciD. If me OOJJtnlOtDr &ils to camplele ud -.ni 1his docunlad prior to tba nstum data jpeeificd or 1be effiletiw dale of 1bo '10DtnlGt poriod lllat.ed above. whichnet is lsta-. tbo 11111D may mm.w tbl a:mll'8d at 1b8 samo price(,) as the prcviau contrw:t paicd. or •tbeprice(s) a1JowGd by the eoatract. wbicbever It lower.

State of Missouri 5735269816 03/23/2Oi7 09:41AM Pg 04/0~

Page 4: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

03/2S/2017' 09:41 5733862678 FOSTER BROTHERS

C'.oond Cll526200J-002

OOJ

002

003

DESCRIPTION 111M

C/5Cado;40400 TON ~ Wot.II( &pplinOIIII Smia:r WooclFud SOlllb Cealnl Canlctirml Caler. 1-idring l6ra1uri

CJSOXle; 03126 TON Jow(WaadSMppliullRdServi«I Wood Foci. Soudleutf'.orrccdoml Canter, Clafcslal. M-.ri

CJ'S Cu: 40400 Fkel. W'oawl Suppll,1 tlRd SINca Dieul Fuel CostAdjuttlD!at

TON

11570 P. 003/004

s Sl~

S 0.12

State of Missouri 5735269816 03/23/2017 09:41AM Pg 03/0~

Page 5: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

State of Missouri ·

· OFFICE OF· ADMINISTRATION Division of Purchasing

Contract Amendment Documentation

The following documentation consists· of additional contract amendment documentation. The additional contract· amendment documentation is not a part of the official contract amendment, but provides supporting information for the official contract amendment.

.....

Page 6: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

Eric IL Greiteas Governor

Sarah H. Steelman Commissioner

State of Missouri OFFICE OF ADMINISTRATION

Division of Purchasing

TO:

FROM:

RE.:

30 I West High Stn:et. Room 630 J effcrson City. Missouri 65 l 02--0809

(573) 751-2387 FAX: (573) 526-9815 ITD: 800-735-2966 Voice: 800-735,2466

http://www.oa.mo.gov/purchasing

Contracts Cl l5262001 and Cl 1S262002

Alan Woodsf11

Contract Reassignment- Wood Fuel

Karen S. Boe&:er Director

DATE: March. 27, 2017

[n accordance with the wood fuel contract, the State awarded multiple contracts (i.e. more than on award) on a primary (low bidder) and secondary (second low bidder) basis to all bidders submitting acceptable responses. A!!, a result, the wood fuel contracts_ were awarded to two {w) contactors as 1 • choice contractor and 2nd choice contractor and as applicable to the facilities.

The Department of Cottections has requested the renewal of the above-referenced con1racts. The order ranking (lowest priced contractor and highest priced contractor) resulting from the renewal pricing submitted has changed. Pricing as follows:

SCCC - Licking (Item 1):

Orir;ioal ~ 111 Renewal Price 2nd ~ Coatraict Period Renewal Period Period

1st Choice Foster $34.8S Revelle $35.50 Revelle $35.50 Contractor Brothers Lumber Lumber 2nd Choice RcVelle $37.50 Foster $36.58 Foster $36.85 Contractor Lumber Brothers Brothers

SECC - Charlaiton (Item 2):

Ori£!nal ~ 111 Renewal Price ~ Price Contract Period Renewal Period Period

I st Choice ReVell $41.S0 Foster $46.85 ReVelle $50.00 Contractor Lumber Brothers Lumber 2nd Choice Foster $5S.8S ReVelle $49.88 Foster $51.85 Contractor Brothers Lumber Brothers

Conb'aCts have therefore been renewed as a result of the renewal period pricing shown above.

I

Page 7: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

Woods. Alan

From: Sent To:

Jay Foster <[email protected]> Thursday, March 23, 2017 1:01 PM Woods. Alan

Subject Re: Contract Cll5262001 Extension

Mr. Alan Woods,

Due to the fact of the Increasing cost to operate our business ( for example our property insurance costs have increased S3% over the past 4 years) higher health care insurance costs, employee raises and our other expense's Foster Brothers Wood Products need the $5.00 per ton increase for our wood fuel shipped to the

Southeast Correctional Center at Charleston, Mo ..

Thank you,

Jay Foster

From: WQQds. Alan.• .. . Sent: Thursday/ March 23, 2017 11:33 AM To:mailto:jay@fosterbros~com .·. .. . .. subject: RE: Contract C11526i001 ExtenSion. ·.· •·

Good morning,

The Division of Purchasing is in receipt of your signed Amendment 002 for the renewal of Contract C11S262001 for the Wood Fuel.

It was noticed that you proposed a partial increase amount for line item 001 for the renewal period. The contractor shall understand and agree that any renewal period pricing increase request may result in the state conducting a new procurement for the servlces/product(sJ. Therefore, before determining the appropriate action, we are requesting that you review your prices and give consideration to a reduction in the prices submitted for the renewal of Contract C115262001. If a reduction is not provided. please submit documentation supporting the increase requested.

Please respond to this email by no later than 5, April. 2017.

Thank you for your consideration and feel free to contact me with any questions.

Very Respectfuly,

Alan Woods Oivison of Purchasing Buyer [email protected] 573-751-3331

From: Patty Faster [maHto;[email protected]] on Behalf ot [email protected] Sent: Thta'Sday, March 23, 2017 11:28 AM To: Woods, Alan Subject: contract C115262001 Extension

1

Page 8: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

Attached is the Contract Renewal for C11S262001, Wood Fuel, If you have any questions or need anything else let me know.

Thank you, Jay Foster [email protected] 573-386-2271 Fax 573-386-2676

2

Page 9: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

81011:/H"/90 - Ll0,/11111") •UOlail 'Dllmdl. ~ J.l:Gt/tUH >:&rm ~t.nu.n;:I ~

t011tf.E$ll'3 •-~ 'Dll.i - 1IOll ~ .. a:un m

t t , . • f' ' f !

Page 10: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

PURCHASING CONTRACT AMENDMENT ROtrrlNG GUIDE Rmscd 08/17 /l S

·c /tY2,.2.tX2 / Ail oo 2

RENEWAL: ___ ~PERIOD OF_....-..a;::=--___ TOTAL ~ Renewal - % Inerease 1'1 %, _._ Coot Savings

hnewa1 -$ lo&tease Cost Savings Renewal - W/O Increase SFS Renewal-Prices Ia Original Cootraet

_SFS_ Renewal-Prices Not in Original Contract

1--------------------------EXTENSION PERIOD: ____________ _

Extension- 30-Day Tmnmation Extension - $ lnCJ~L....

--, Extension- W/1 Assignment Dmcellatio · ~ou Other Amendment

F.

Cost Savin,WJ

Performance Security Deposit:

SUrety Bond:

Aonnal Wage .AmwalW,ge

$ _______ _

$ _______ _

Co umy( ies) :. ___ ..,;,,,,,,,.,c-----------

1 I _c_ )0

ffer- ,,K . on _51[) ,

Page 11: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

l I l ·l ·I

! ' 1 i ! l j ; j

i I

I !

t l -l ·, I l ·> j j 1 .l I

l

I l J l I ! 1 1 j

I t ,J

i

l j

l i J

I l

l ' 'l

i ! \

;

1 1

NOTICE OF CONTRACT RENEWAL

CONTRACT NUMBER

Cll5262001 AMESDMENT NUMBER

OOl REQUISMON NUMBER

NR 931 YYY16709176

CONTRACTOR NA.\IE AND ADDRESS

Foster Brothers Wood Products, Inc. P.O. Box249 Auxvasse, MO 65231

State of Missouri Office of Administntion Division of P11rchasing

P.O.Box809 Jefferson City, MO 65102-0809

http://www.oa.mo.gov/purch

CONTitACT TITLE

Wood Fuel CONTRACT PERIOD

August 15. 2016 through August I 4, 2017

SAM H VENDOR NUMBER J MmollriBUYS SYSTEM ID

4315945510 0 I MB00090841

STATE AGENcY•s NAME AND ADDRESS

Department of Corrections Department of Corrections South Central Conectional Center Southeast Correctional Center 255 W. Highway 32 300 E. Pedro Simmons Dr. Licking, MO 65542 Charleston, MO 63834

ACCEPTED BY THE STATE OF MI~URI AS FOLLOWS:

Contract C 115262001 is hereby renewed pursuant to the attached amendment 001 dated 4/7/ I 6 and is accepted as the 2nd choice contractor for South Central Correctional Center and 1st choice contractor for Southeast Correctional Center.

BUYER BUYER CONT ACT JNFORMA TION

Email: laurie. [email protected]. gov Laurie Borchelt Phone: (573) 751-1702 Fax: (573) 526-9816 SIGNATURE OF SU\:'ER DATE

~ ~fllll)1 ~ ~,v,uJ '7/14--1 /C, DIRE! :y>R 0.f"r'ORCHMHNG AND MATERIALS MANAGEMENT

~ 0 -- -A ,TA fVV A. ,-(!

Page 12: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

l \ j

STAT.I OP MISmURI oma OJ' ADMINJ5TRADON DIVJSION Ol'PIJllCJIASJNG(P1JR.CIIASING} CON'TltACl'DNBWAL

AMENDMENTNO.: 001 CONTRA.Cl' NO.: C1152Q001 ffl'U: WOOD nJEL ISSUE DATE: MJIT/16

TO: IOSTER BJlOTIIIIIS WOOD PRODUCl'S P.O.BOXJn AUXV ASSI. MO '5231

UQNO.: NR931 YYY16709176 BUYUl: LAmw:: BORCHELT PBONI NO.: (!173) 751-1702 &-MAIi,: laurie.bon:[email protected]

U.TllllN AMI.NDMI.NTBY NO LATUl TBAN: 04ID/16 AT 5:00 PM CBNTllAL TIME

.RETURN AIONDMI.NT TO TIii: DIVISION 01 PVRCBASIMG {PURCHASING) BY E-MAIL, JAX, OR

MAWCOUJUU: :..:=-:...-a.. ......... ;;.;,_a--iaii--i--... - .

~ ~AimHAll,TO;- .. ~~ nm-.. =.--~-- !7Jl.!1'---!!!~~----... -_.--===~.:._~:-==:.--~-··~-.-·~:::_ ~'!9.:--,, -- •~.!!I_~, •-~~-'!!&J4~Ckt,.~!.MJ!~.----------

.. tJJUDID~.!2:..... PU!l~....9-Jl!l We9!J!sl! Snd,1,~~.@!.r.!ef!!!PD,_£111.t.!!!_fil~J.:.~!.! __

DEUV&RSlJPPUIS.ISUVICES fl>• (l'nie OD Board) DESTINATION TO THI JOU.OWING ADDRESS;

MJuoart Depanmatof Comctfou Seuda Cemnl Cerncdaul Center, Uddna, MIINurt aad

Suutlleat Correcdaaal Cuter, CJwiat8D. Mluaurf

SIGNATUll lllQlIIllED

'VINDOIL 'lil ~ 1Yl'S wmlla(CBl,Qt~

✓Carpcnll,OD -~ _ StaWl.GQII CJovnmom ~ - I' - Solo Proprietor _0th«-

4-,- \(o mu

Page 13: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

l t ' • i

I I J 1 l J

Contract Cl15262001-00J

AMENDMENT #J)Ot TO CONTRACT c11s2,2001

CONTRACT TITLE: WOOD l'UEL

CONTRACT PERIOD: AUGUST 15, 2016 THROUGH AUGUST 14, 2017

The State of Missouri hereby exercises its option to renew the above-refercnc:ed contract.

Pagel

The contractor shall indicate on the attached pricillg pagc(s) the firm fixed prices for the above contract period_ Any price incrauc quoted must not cx.ceed the maximum percentage mcreaso stated in the contract (&o/. lncreue). The contractDr shall undentand and agiw if tho contractor responds with any nmewal period pricing mcreuc. such incrouo may result m a jmti.tication request or in the state conducting a new procurement process rather than acceptina tho contnwtor•s proposed l'CMWal option pricing.

All other terms, conditioa.s and provisiOD1 of the con1raet shall remam the same and apply hereto.

The ooatrador shall sip and return this document, alons with c:ompleled pricing, on or before the date indicated.

The contractor's &ilurc to complete and retum this document shall not stop the action specified here.in. If the contract.or mils to complete and return this document prior to the retum date specified or the effective date of the contract period stared above. whichever is .later, the state, may n:uew the contnu:t at the same pric:e(s) as the previous contract period or at the price(s) allowed by the ccmtract, whichever is lower.

Page 14: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

Contract C 11S262001..001 Pagel

State below the firm, fixed per too price for waste wood fuel to be delivered to the applicable facility for the contract period indicated llbove:

DESCRIPl]()N

001 C/S Code: 40400 TON Fue( WOO(( &ppltes and Services Wood.Fuel South Central CorrectionaJ Center, Liddug. Missouri

002 C/S Code: 03126 TON Fuel. Wo«.( Suppltei and Sernce, Wood.Fuel Sonthrast Correctional Center, Charleston,. Misaouri

The following price P'C'.I" tm acljustment for diesel fuel costs shall remain u stated ia the original contract.

003 CJS Code: 40400 Fuet Wo«.( Suppllu and Services Dieacl Fuel Cost Adjustment

TON S 0.12

Page 15: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

Jeremiah W. (Jay) Nh:on Governor

State of Missouri Doug Nelson Commissioner

OFFICE OF ADMINISTRATION Division of Purchasing

KarcR S. Boeger Director

30 I West High Stree~ Room 630 Post Office Box 809

Jefferson City, Missouri 65102 (573) 751-2387 FAX: (573) S26-98l5

htg,://www .oa.mo.gov/purch

MEMORANDUM

TO: Contracts Cl 1.5262001 and Cl 15262002 DATE: July 14, 2016

FROM: Laurie Bott.helt vb

RE: Contract Reassignment- Wood Fuel

In accordance with the wood fuel contrac~ the State awarded multiple contracts {i.e. more than one award) on a primary (low bidder) and secondary (second low bidder) basis to all bidders submitting acceptable responses. As a result, the wood fuel contracts were awarded to two (2) contractors as 1st

choice contractor and 2nd choice contractor and as applicable to the facilities.

The Department of Corrections has requested the renewal of the above-referenced contracts. The order ranking (lowest priced contractor and highest priced contractor) resulting from the renewal pricing submitted has changed. Pricing is as follows:

SCCC - Licking (Item 1): oRic1NAL coNTRACT rEamo

111 Choice Contractor 2h11 Choice Contractor

SECC-Cltarleston (Item 2):

Foster Brothers ReVeUe Lumber

ORIGINAL CONTRACT PERIOD l II Choice Contractor 2nd Choice Contractor

ReVeJJ Lumber Foster Brothers

PRICE $34.85 $37.50

PRICE $47.50 $55.85

RENEWAL PERIOD ReVelle Foster Brothers

RENEWAL PERIOD Foster Brothers ReVelle Lwnber

Con1racts have therefore been renewed as a result of the renewal period pricing shovm. above.

PRICE S35.S0 $36.85

PRICE $46.85 $49.88

Page 16: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

PURCHASING '

CONTRACT AMENDMENT ROUTING GUIDE Revised 08/I 7/15

C_\_\~ __ 2._COI ___ A# CPJ

RENEWAL: _ __._I __ _a,, Renewal - % Increase

Renewal-.$ Increase Renewal - W /0 Increase

Cost Savings -- Cost Savillgs

=== SFS Renewal - Prices In Original Contract __ SFS Renewal - Prices Not in Original Contract

---------------------EXTENSION PERIOD: ____ ___..-::;._.. _______ _

Extension -30-::t:5

B. c. D. E.

F.

Termination Extension ~ $ Cost Savings Extension - W/O ID.creas -Assignment Cancel'-..L' ..c:-"'"--.;x._-Other

Section 34.040.6 RSMo . s ion List Federal S ensioo - SAM.GOV Labor Stds - OA/FMDC Contractor Debarment Lists Review of Participation Commitment Attainment - If app, V Rec of 1• Renewal - Blind/Shel Wksb Affdvt SFS Review/Justification - Insert Advertising Date, if

licable

Contractor E-Mail Address/Fax Number State A enc Contact E-Mail Address Section 34.040.6 RSMo, Letter F ow-U Notes:

Renewal/Extension Pric: •

Performance Security Deposit: $ _______ _

Surety Bond:

Annual Wage Order Number: Annual Wage Order Date: Co llll ty( i es): ____ _..;.........,.,,c---~------

JrJ.l:.a_ ~ J,.J,,,b_ ~ .1.1.b- u -1,;1,,,b..

B _£_ ----%-

__,)(__

~ ~ Bu ISection S rt

Bu er/Section S .. e,

Page 17: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

SOLICITATION NUMIIER.

BIEl5262

CONTRACTNUMBI.Jl

Cll5262001

JU:QUJSITION NUMBER

NR 931 YYYI5709119

• •

. . .

' '1 . .

--

NOTICE OF AW ARD

State Of Mlaouri Office Of Administration

Division Of Pu.rchuing And Mllterial1 Manacement POBoi809

Jeffenon City, MO 65102--0809 http://content.oa.mo.gov/purchasing-materials-management

CONTRACT TII1..E

Wood Fuel

CONTltACT f'IJUOD

August IS, 201S through August 14. 2016

VENDOR NtJMBI.R.

431S945S10 0

CON"DACTOR NAME A.ND ADDRDS STATE AGDcrs NA.'11: AND ADDRnB

Foster Brothers Wood Produeb, Inc. Department of Corrections Department of Correction, P.0.Box:249 South Central Conectional Center Southeast Correctional Center Auxvasse, MO 6S231 255 W. Highway 32 300 E. Pedro Simmons Dr.

Licking, MO 65542 Charleston.MO 63834

ACCEnED •Y DIE STATE OF MISSOURI AS POI.LOWS:

The bid submitted by Fosrer Brothers Wood Products in response to B 1£15262 is accepted as the 1 • choice (primary) contractor for South Central Correctional Center (line ih:m 001) in Licking. Missouri, the 2nd choice (,ec::ondary) contraetor for Southeast Correctional Center (line item 002) in Charleston, Misso~ and Diesel Fuel Cost Adjustment (line ikm 003).

BUYER BUYER CONTACT INFORMATION Email: [email protected]

Laurie Borchelt Phone: (S73) 751- 1702 Fax: (573) 526-9816 SIGNATURI OF BlM:R DATE

~o.,,ni~ ~jj,J.y w/sl,5

D..,,JOR UH"Lll ,;.. _ G AND M.\TDUALS MANAGEMENT

-ldiup~A

I I f

I I ,.

l i

Page 18: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

• • ,

STATE or MJSSOUIU OPPICE OF ADMINJSTRADON • • DIVISION OF l'UllCHASING AND MATERIALS MANAGl!MENT (DPMM) 1NVl1'ATION POil BID (IPB)

D'B NO.: B1E15262 Tl11.t: WOOD l'UEL ISSUE DATE: O!l86/15

REQ NO,; NR fll YYV1S709119 BUHR: Lurie Berchelt PRONE NO.: (573) 751-170% I-MAIL: laurie. borcbelt(iioa.mo,go"t"

UTURN BID NO LATU. TBA:N: OS/26/15 AT 2:00 PM CENTRAL TIME,

MAILING INSTRUCTIONS: Prim or type IFB Number and lleean Due Date on the ac>Mr left hand comer of the envelope or padmge. Delivaed scaled bida must be in DPMM office (30 l W High Street,. ~-630) ,tiy the return da&c and time.

(U,S. Mill) RETURN am TO: DPMM or

(Coarhr Seniee) DPMM

POBOXIOf JEFRBSON CITY MO 6St0J.OI09

301 WEST HIGH STREET, ROOM 6JO JD'l'ERSON CITY MO 65101-1517

CONTRACT PERIOD: AUGUST 15, 2015 THROUGH AUGUST 1.$, 2016

DELMll S1.IPPLIESISERVICJ:S POB (l'nc 0a Board) DESTINATION TO THE FOLLOWING ADDRISS:

Departmeat of Correc:dou Soatll Cmtral C-.11 ecdoa .. Center 2S5 w. mpwa, 31 Llcld .. MO 155562

Department or Conec.tiom Soutllem Co11eclbw Cealler 300 I.. Pedro SIIIIIIIODI Dr. Cbarleltoa, MO 631.14

SIGNATURE UQUIRED

~IWINUI..U~NAIII

Fester Brothers Wood Pcoouc~s, ~-P.O. Bex 249 cm, ITAl:I, U, com:

Auxvaase, MJ 65231

COl'ffAC'l' 1'QiiJN

Jay Feater ,m,iz.., .........

573-386-2271

Inl"",

p.o. Box 249 CITY, ITUI, ZIPCODII

Auxvasse, MJ 65231

JJUll, ADDlll'a

[email protected] P.U:MIIDEI.

573-386-2676 TASPAYDmJM,IIID.(llM) I TADAYD lD(TIN) TYR(ciaal: (II&) I Vll'UID1IN'llllPZ(D'Dll1WII}

43-1594551 LFEIN _!ISN 43159455100 \'EN1l0R T.U: nLll'm'rYPI wrTB Dll(CBCIC tiff)

JC_ Carpontian - lmivi=al. - Sbu'LoclJ. Oovsamcnt - P.wfDll'liup _!lolePl'oprwla' _!RSTu:-Emnpt

Ao,-•~~~ DA.Tl

May 81 2015 PmHJID-... nru:

Jay Fost:er President

I

Page 19: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

,- B1815262 Page 2

1. INTRODUCTION AND GENERAL INFORMATION

1.1 Purpose:

1.1. l This document constitutes an invitation for scaled bids ftom prospective bidders to establish a ccotract for the acquisition of wood fuel for South CentraJ Comx:tional Center (SCCC) in Licking, Misaouri and Southcrast Correctional Center (SECC) in Charleston,~ hereinafter referred to as "state qency', in accordance with the requiremoots and provisions staled herei.n.

1,2 Awarded Bid & Contract Document Search:

1.2.1 Both the cummt coJJtracts (C108326002, Cl08326003, and Cl0832600S) and the previous procurement documentation (BJE08326) may be viewed and printed from the Division of Purchuina & Materials Management's Awuded Bid & Contract Document Search located on the lnternet a:t http://content.oaJri,p.gov/pu rchasing-n:,.ateri~J~-management.

1.3 Bacqround:

1.3.1 The wood to be provided by the contractor will be used to provide energy to the boilen at South Central and Southeast Correctional Centers. The State of Missouri is requcstin& firm, fixed, tons-term prici.ag for delivered waste wood to be used as fuel at both sites. The viability of this project is dependent on fmdina rdiable, COlllislmtt. and economic sources of wood fuel meenna: certain .!pCCificatiom for quality. The State desires to cntc:r into contracts for the purposes of supplying waste wood for fuel with one or more suppliers with access to, a.ad facilities for, the collection, processing. and delivery of waste wood.

2, CONTRACTUAL REQlJIREMENTS

2,1 Contract:

2.1.1 A binding contract shall CODSist of: (1) the IFB and any ammdments thereto, (2) the contractor•• response (bid) to the IFB, (3) clarification of the bid, if any, and (4) tho Division of Purchasing and Materials Management's ac.ceptuce of the response (bid) by "notice of award". All Exhibits and Attachments included in the IFB shall be incorponted into the contract by reference.

2.1.2 A noti,Qe of award issued by the State of Missouri doe& not constitute an authorization for shipment of equipment or supplies or a directive to proceed with servfoes. Before providing equipment, suppliea and/or services for the State of Missouri, the coatractor must receive a properly autboriz.ed purchase order or other fonn of authorization given to the ooatraetor at the discretion of the state apncy.

2.1.3 The contract expresses the complete agreement of the parties and performance shall be governed solely by the specifications and requirements contained therein.

2.1.4 Any change to the contract, whether by modification and/or supplementation, must be accomplished by a fonnal contract amendment signod and approved by and between the duly authorized representative of the contractor and the Division of PuJchuioa ud Materiall Managemem prior to the etfectiw date of such modification. The comractor expmsly and explici11y understands and agrees that no other method and/or no other document, including com:spondence, acts, and oral ~omrnunicatiOllS by or from any penon, shall be used or construed as an amendment or modification to the contract.

2.2 Contract Period:

2.2.1 The original contract period shall be as stated on page 1 of the Invitation for Bid (lFB). The contract shall not bind, nor purport to bind, the state for any contractual commitment in excess of the original contract period. The Division of Purchasing and Materials Management shall have the ~ at its sole option, to rtneW the contract for two (2) additional one.year periods, or any portion thereof. I.n the event the Divisim of Purchasins and Materials Management exercises such right, all terms and conditions, requirements and

Page 20: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

' • BIEIS262 PageJ

specifications of the contract shall remain the same and apply during the renewal period. pursuant to applicable option clauses of this document. However, the coutractor shall understand and agree that any renewal period increases specified in the proposal are not automatic. If at the time of eotttraot renewal the state determines funding does not permit the specified renewal pricing mcrease or even a portion thereof, lhe renewal pricing shall retnain the same u during the previous contract period. If such action is reject.cd by the contractor, the contract may be tenniuared. and a new procurement process may be conducted. The contractor shall aJso u:nderstaud and agree the state may determine funding limitations necessitate a decrease m the contractor's pricin,g for the renewal period(s). If such action is necessary and the contractor rejects the decrease, the contract may be terminated, and a new procurement process may be conducted.

2.3 Renewal Periods:

2.3. J If the option for renewal ts exercised by the DiviBion of Purclw.ins and Materials Management, the contractor shall agree that the pricea for the renewal period shall not exceed the maximum percent of increase for the applicable renewal period stated on the Pricing Page of the contract.

a. If renewal pcrcenta&es are not provided, then prices during renewal periods shall be the same as during the original contract period.

b. The. Division of Purcllasins and MateriaJs Mana,gemcnt does not automatically exercise its option for renewaJ. based upon the maximum percent of increase and reserves the right to offer or to request renewal of the contract at a price lesa than the maximum percent of increase stated.

l.4 Termination:

2.4 .1 The Division of Purchasing and Materials Management reserves the right to terminate the contract at any time, for the convenience of the State of Missouri, without penalty or recourse, by giving written notice to the contractol' at least thirty (30) calendar days prior to the effective date of such termination. The coutractor shall be entitled to receive compensation for services and/or supplies delivered to and accepted by the State of Missouri pursuant to the contract prior to the effective date of termination.

2.! Price:

2.S.l All prices shall be as indicated on the Pricing Page. The state shaU not pay nor be liable for any other additional costs including but not limited to taxes, shipping charges; insurance, interest, penalties, termination pa)Titents, attorney fees, liquidated damages, etc.

2.5.2 The contractor shall be compensated for diesel fuel costs incurred in the delivery of the wood fuel. The contractor's per ton cost stated in line items 001 and 002 on the Pricing Page must include fuel charges assuming a $2. 70/gallon price for No. 2 diesel fuel. Adjustments to the per ton prices that arc prompro:l by clJanges in diesel fuel costs are allowed and shall be detennined by either adding or deducting an adjusted version of the price quoted in line item 003 to the quoted per ton price quoted in line items 001 and 002. The amount of the adjustmeut shall be determined by comparing the published monthly average price for Number Two diesel found in tho Energy Information Adm.in:istratio (EIA), Midwest (PADD 2) Gasoliae and Diesel Retail Price monthJy average index price (!itated in cents per gallon) for No. 2 Diesel Retail Sales. The state will use the BIA publication for the month that is two l1IOlltbs prior to the wood delivery. For example, the diesel pricing for considering the adjustment for delivery in June 2015 shall be based on the April 2015 On­Highway Diesel Fuel Price as reported in the EIA. The ElA published monthly average shall be compared to the built-in $2. 70 per gallon fucl costs for No. 2 diesel. This base price of $2. 70 shall be firm and fixed and shall be used to determine allowable price adjustments to the per ton price for the duration of the contract. Adjustments shall be calculated on $.05 increments above/below the $2. 70/gallon base-price,, times the quoted adjustmeut in line item 003. Examples: If the adjustmert quoted for line item 003 is .04¢, and the EIA PAD 2 index is $2,80 per gallon for diesel during the billing period, the adjusted price per ton would be to add .08¢ per ton to the delivered wood price. If .07~ is quoted for line item 003, and the EIA PAD 2 index is $2.55 per gallon for diesel during the billing period, lhe adjusted price per ton would be to deduct .21¢ per ton from the .Jl,.1:.~ ............ _,.,,.,_ .... --= ......

Page 21: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1El5262 Page4

2.6 Payment Temu:

2.6.1 The coJitractor aball Wlderstand and agree the state reserves the right to make contra.ct payments to the contract.or through electronic funds transfer (Ef11. Therefore, prior to any payments becoming due under the ~ the contractor must return a completed state Vendor ACH/BFT Application. which is downloadable from the Vendor Services Portal at. https :/ /wv.w. vcndorservi cea. mo. gov/ vendorservices/Portal/Def?.,Ull. aspx. Each comractor invoice must be on the contractoris original descriptive business invoice form and must contain a unique invoice DWDber. 'Ju invoice number will be listed on the state,s EFT addendum n:,cord to enable the contractor to properly apply state payments to invoices. 'lbe contractor must comply with all other invoicing requirements stated in the IFB.

2.6.2 The contrac:tor may obtain detailed information for payments issued for the past 24 months from the State of Missouri,11 ceutral PN'YJl•oring system (SAM m on the Vendor Services Portal at https: //www. vendorservices. mo. gov/vendorst:rviccs/Portal/Dcfault. aspx.

2.6.3 AU payment terms shall be as stated in the Terms and Conditions of the contract (see paragraph 10, "Invoicing and Payment") unless otherwi11e addressed in the IFB, or mutually agreed to by the state and the contractor. Payment terms should be net 30 days unless otherwise stated in the IFB. No late charges !hall be applied which are not in. compliance wi1h Chapter 34.0SS RSMo. This statute may be found at http://www.moga.mo,go'II/ST ATUTES/ST ATUTES.HTM.

2. 7 Estimated Qu.otitiet:

2. 7.1 The quantities indicated in thil Invitation for Bid are estimates that pertain to the UJtal aggregate quantities that may be ordered throughout the stated contract period. The estimates do not indicate single order amounts unless. otherwise stated. The State of Missouri makes no guarantees about single order quantities or total aggiegatc order quantities.

2. 7 .2 Sou1h Central Correctional Center in Lidrin& Missouri estimates a need of approximat.cly 4,400 tons of suitable wood fuel (moisture content of Jess than 45%) per year. This translates to approximately six (6) delivery trucks per week in winter months and three (3) delivery trucks per week in summer months, assuming truck, haul 22s24 tom of wood fuel in each delivery.

2. 7 .3 Southeast Comctional Center in Charleston, Missouri estimates a need of approximately 5, l 00 tons of suitable wood fuel (moilture cotttent of leu than 4S%) per year. This translates to approximately seven (7) delivery trucks per week in winter months and four (4) delivery trucks per week in summer months, assuming trucks haul 22-24 totl8 of wood fuel in each delivery.

2.8 Multiple Coatract Awards:

2.8. I In the event multiple ®btracts are awarded, the state agency shall contact dle primary coutractor first to fidfill the order. If the primary contrador is unable to provide the required wood fuel tonnage in full. the state agency shall ccmact tho BeCOndary contractor to complete the requested order. If the secondary contraaor is unable to fulfill the remainder of the order. the state agency shall contact the tertiary ooatractor. lf additioaal contracts exist. the state asency sbaU ccntinue to use the same criteria until the needs of the state agency are met.

2.8.2 Tho contractor shall make every effort to meet the ordering needs of the state agency. The state agency shall document each instance regarding the oontractor,s inability to provide the required wood fuel products. If the contractor continually or consistently is unable to provide the required products as a result of documented changing market conditions, the Division of Pu.rcbasing and Materials Management may elect to change the oontractor, s award status via ccmract amendment or cancel the contract in its entirety without penalty.

Page 22: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

81815262 Pages

2.9 Contractor Liability:

2.9.l The contractor sball be responsible for any and all personal injury {including death) or property damage a.s a result of the C01'.t.tJaet'.ts negligence involving any equipment or service provided under thic tcml8 and conditions, requirements and specifications of the contra.cl In addition, the contractor assumes the obligation to save the State of Missouri. including its agencies, employees, and llll.!lignees, from every expense, liability, or payment arisiJis out of such nesliscnt act The oontractor abJo agrees to hold the State of MiSlouri. including its aaeocies, employees,, and usignees, harmless for any negligent act or omission committed by any subcontractor or other person employed by or under the supervision of the contractor under the terms of the contract.

2.9 .2 The contractor shall not be responsible for any injury or damage occurring as a result of any negligent act: or omisaion committed by the State ofMisaouri, including its agencies, employees. and asaignees.

2,10 Insurance:

2.10.1 The contractor shall understand and agree that the State of Missouri cannot saw and hold hannless and/or indemnify the COIJtractm' or employeea against any liability incurred or arising as a result of any activity of the ooutractor or any activity of the contractor's employees related to the contractor's pcrformancc under the coatract. 'Ihorcforc, the coatracror must acquire and maintain adequate Jiability insurance in die form(1) and amount(s) sufficient to protect the State of Missouri, its agencies, its employees, its clients, and the general public against any such loss, damaa:e and/or expense related to his/her performance under the contract. General and other non-professiaaal liability insurance shall include an endorsement that adds the State of Missouri as an additional insured. Self-insurance coverage or another ahemative risk financing mechanism may be utilized provided that such coverage is verifiable and irrevocably reliable and the State of Missouri is protected as an additional insured.

a. In the event any insuI3nce coverage is canceled, the state qency must be notified within thirty (30) calendar days.

2.11 Force Miajeure:

2.11. l Neither party shall be liable for :fai.lwe to perform or for delayw in perfonning any provision of the agreement, if such failure or delay shall be caused by or resuh frmn an act of God, fire, floods, dirm or indirect conaequenca or war, national emergenciea, state or other sovernment action or other cause beyond the control of such parties.

2.12 Prison Rape EUmination Act (PREA) Requiremena:

2. 12.1 The oontramor' s personnel and aacnts providing service under tbe contract and within the seauity perimeter of the state qency's institution must be at 1eut 21 years of age.

2.12.2 Prior to the provision of service, tbe state aaency may conduct a Missouri Uniform Law Enforcement System (MULES) or other background investigation on the oootractorls personnel and agents. Such in.vcstigaaon shall be equivalent to investigations required of all pmooncl employed by the state agency.

a The state aaency shall have the right to deny access into the i.mtitution for any of the coatractor's personnel and agents, for any reason. Such denial shall not. relieve the c:ontractor of any requirements of lhe contract.

2.12.3 The cmrtractor must obtain written approval from the state agency's Director of the Division of Adult Institutions for any contrac1or personnel and qcots under active federal or state felony or misdemeanor supervision, and contractDr personnel and agents with priO!' felony convictions but not under active supervision, prior to such penonnel and agem perfonni11g contractual services.

Page 23: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1El5262 Page6

2.12.4 The eontractor and the coatnctor's pcrsomael and agems shall at all times observe and comply with all applicable state statutes, state agency rules, regulations, guideli.oes, intema1 management policy and procedures, and general orders of the state agency that are applicable, regarding operations and activities in and aboot all state age11ey property. Furthemlorc. 1he contractor and the contractor's pernoonel and agents shall oot obstruct the SQte agency nor any of its designated officials from performing their duties in response t.o court orw:rs or in the maintenance of a secure and safe com,ctional environment. The contractor shall comply with the state agency's policy and procedures relating to penomel conduct.

a The state agency has a zero tolerance policy for any form of sexual misconduct to include staff/contractor/volunteer-on-offender or offender-on-offender sexual harassm~ sexual assauh, sexual abusive coatact. and c:onsensuaI sa. The cootradol' and the contractor's personnel and agents who witness sexual misoonduct must immediately rqiort such to the institution's warden. If the contractor, or the cont.raaor's Petsonnel and agents, engage in, fail to report. or knowingly condone 1exuaJ misconduct with or between off'enden, the contmct shall be subject to cam:e1ation and the contract.or or the contzactor's personnel and agents may he subject t.o criminal prosecution.

b. If the contractor, or the coattactor's personnel and agents, eosage in sexual abuse in a prison, jail, loclwp, community confintment filcility, juvenile facility or other institution, the contractor or the cont:tactor's personnel and agents shall be denied ac«SS into the instilUtion.

2.12.S The contraaor and the contnu:IOl''s personnel and agents shall oot interact with the offenders except as is necessary to pelfonn the requirements of the contract. The contractor and the contractor's personnel and agents shall not give anything: to nor acoq,t anything from tbe offenders except in the nonnal performance of the contract.

2.13 Commercial Driven License:

2.13.1 The contractor and the Contradar's drivCl'S who. in the provision of services under the contract; ( l) operate any single vehicle with a Gross Vehicle Weighs: Rating (GVWll) of over 26,000 pounds or any combination vehicle with a Gross Ccxnbinarlon Weight Rating of over 26,000 pounds provided the Gross Vehicle Weight Rating of the vebicle(s) being towed is in excess of 10,000 pounds, (2) operate any size vehicle which requires hazardous materials placards, (3) operate any vehicle designed to transport more than 15 persons (:including the driver) transporta more than 15 pc:nou, or (4) engage in any other aclivity outlined in the Commercial Mot.or Vehicle Safety Act, must comply with all other n,qu.iremems in the Commercial Motor Vehicle Safety Act The contractor lDll8t submit proof or verification of compliance with such Act to the state agency no later than 30 calendat' days after award of the contract.

2.14 Independent Contractor:

2.14. l The (:Ontractar is an indq,cndeot contract.or and shall not represent the contractor or 1he contractor's employees to be emp]oyees of the State of MisSOllri or an agency of the State of Miaouri. The contractor shall assume al] legal and financial responsibility for salaries, 1axes, FICA. employee fringe benefim, waders compensation, employee insunmce, minimum wage requirements, overtime, etc., and agrees to indemnify. save, and hold the State of Missoo.ri, its officers, agents, and employees, bamtless from and against, any and all loss; cost (including attorney fees); and damage of any kind related to such matten.

2.15 Subcootracton:

2.15.1 Any subcontracts for the products/services described herein must include appropriate provisions and contractual obligations to ensure the successful fulfillment of all contractual obligations agreed to by the contractor and the State of Missouri and to ensure that the State of Missouri is indemnified, saved. and held hann1ess from and against any and aJl claims of damage, loss, and cost (including attorney fees) of any kind related to a subcontract in those matters <bcribed in the contract between the State of Missouri and the contractor. The contractor shall expressly understand and agree that he/she shall assume and be solely responsible for aU legal and financ.iaJ respcnsibilities re.lated to the execution of a subcontract. The coottactor

Page 24: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

BlE15262 Pqe:7

!lball agree and understand that utilization of a mbcontractor to provide any of the products/services in the contract shall in no way relieve the contractor of the responsibility for providing the products/services as described and set forth herein. The contractor must obtain the approval of the State of Missouri prior to establishing any new subcontractina ammgcmems and before changing any subcontractors. The approval shall not be arbitrarily withheld.

2.16 Participation by Other Orsomtio•:

2.16.1 The contractor must comply with any O,ganizatirin for the BlintVShcltered Worlcshop participation levels committed. to in the oontractor's awarded bid.

2.16.2 The corrtraotor shall prepare and submit to tho Division of ~ing and Materials Management a report detailin& all payments made by the contractor to Organiz.at:iom for the Blind/Sheltered W ~ particiPIUina in the contract for the reporting period. The contractor must submit the report on a monthly basis, UJJless otherwise determined by the Division of Purchasina; and Materials Management.

2.16.3 The Division of Purchasina: and Materials Maoaaement will monitor the contractor)s compliance in meeting the Orpnizations fur the Blind/Sheltered Worbbop participation levels committed to in the contractor's awardai bid. If the contractor's payments to the participating entities are less than the amount committed, the state may canctl the contract and/or suspend or debar the contractor from participatins in future state procurements. or retain payments to the contmctor in an amount equal to the value of the participation commitment less actual payments made by the contractor to the participating entity. If the Division of Purchasina and Materials Managcmcm.t determines that the contractor becomes compliant with the commitment; any funds retained as stated above, will be released.

2.16.4 If a participatina; entity f&ils to n:tain the requinxl certification or is unable to satisfactorily perf~ the contractor must obtain other 11tganizatioos for the blind/sheltered workshop, to fulfill the participation requimnem committed to in the contrador's awarded bid.

a. The coatraaor must obtain the written approval of the Division of Ptucbasina: and Materials Manapnent for any new entities. This approval shall not be arbitrarily withheld..

b. If the contractor cannot obtaia a replacement entity, the comractor must submit documentation to the Division of Purcbaaing and Materials Management detailing all eff'orts made to sewn, a replacement. The D1Vi1ioo of Purchasins and Matmals Management shall have sole discretion in detenuining if the actions taken by the COPtractor coastiMe a good faith effort to secure the n=quired participation and whetber the: contract will be amended to change the conttactor' s participation commitment

2.16.5 No later dm thirty (30) days after the effective date of the fim rmewa1 period, the contractor must submit an affidavit to the Division of Purd:wina and MateriaJ• Management. The affidavit must be signed by the director or manager of the participating Organizations tor the Blind/Shettered. Worbhop verifyina provision of produdl and/or services and compliance of all contractor paymeutl made to the OrganizatioQS for the Blind/Sheltered Workshops. The contactor may use the affidavit available on the Division of PurcbasiDg and Materiala Management's website at http://contcnt.oa.mo._gpy/1ites/default/fi les/h~waffidav it .doc or another affidavit providing the same information.

2.17 Contractor'• Penoaael:

2.17.1 The COQtractor shall only employ personnel authorized to work in the United States in accordance with applicable federal and state laws. This includes but is not limited 10 the Illegal Immigration Reform and .Immigrant Responsibility Act (IIRlRA) and INA Section 274A.

2.17.2 If the contractor is found to be in violation of this requirement or the applicable state, federal and local laws and regulations, and if the State of Missouri bas reasonable cause to believe that the contractor bas knowiagly employed individuals who are oat eligible to work in the United States, tbe state shail have the right to cancel

Page 25: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1El5262 Page8

the coutract i.mmcdiatcly without penalty or recourse and suspend or debar too contractor from doing business with the state.

2.17.3 Toe contractor shall a&ree to fully cooperate with any audit or investigation from federal, state. or local law enforcement agencies.

3. TECHNICAL SPECIFICATIONS:

3,1 Wood Source:

3 .1.1 The wood must be clean, homogeneous. I 00% wood residue ftom known sources, free of foreign materials including, but not limited to chemicals. pressure-treat.ed wood, creos<n wood, glues, rocks, ooncrete, stone, stee~ and nails. Pine and/or pine bark are acceptable provided that the requiremem in paragraphs 3.2.1 and 3 .3 .1 below an: tnft.

3.2 Size:

3 .2.1 The siz.e of the wflOd pieces shall be 100!¼ 2--inch. mi.nus. Wood pieces less than 1/4" shall be limited to 25%. Sawdust blended in with other wood chips is accq>table provided it does not exceed the 25% in the blend. Sticks and •~ stringy fibers shall not be accepted.

3.3 Moisture Coateat:

3.3.l The moisture coatent of the wood must be 45% or less. Wood fuel meeting the siz.e requirements and comaiuing 'IkJre than 45% fflOisture contc:nt may be accepted; however the state will deduct 25% of tbe proposed cost per ton for each load where the moisture coat.ent exceeds 45%.

. '

4. PERFORMANCE REQUIREMENTS:

4.1 lmptdioa/Testma:

4,1.1 Wood fuel may be subject to inspection and testing by the State either at the point of manufacture, place of storqe or upcn receipt of deliveries made to the factories. Any load not meeting the quality and character spocificationa indicated above may be rejected.

4.1.2 Wood fuel DOt meeting the specified size shall be rejected if it is determined to cause operatiooal probJem1. All costs associated with any reloading ofl delivered wood fuel and transporting of the u.aacceptable materials to and from the sites shall be the responsibility of the comractor. A designated representative at the facility will provide a written explanation to the contractor of any rtjected deliveries,

4 .1.3 Repeated failure to provide wood fuel in accordance w:ilh the specifications and requirements stated herein may be cause for cancellation of the contract.

4.2 Sampliaa Procedures:

4.2.1 The moisture content of any wood fuel shall be sampled by trained state agency facility personnel. The boiler plants at each facility will provide the driver with plastic zip-lock bass and a Bill of Lading. The driver shall take three (3) samples from different locations in the load and provide it to the designated facility representative.

4.2.2 Moisture COllteDt will be determined by the designated facility repn=scnta:tive using an electronic testing process. The test for the three samples shall be averaged to detcnnine the averase moisture content for eaeh load. When results arc borderline between the moisture nmses, the next lowest moisture range shall be assumed. The t.est results shall be ent.ered on the Bill of Lading in order that the correct price per ton can be paid for the load.

Page 26: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1E15262 Page9

4.2.3 Results of the sample analysis shall be made a matter of n:cord, with copies available to the contracior if requested. In addition, periodic analysis shall be made to ensure product specifications are being met.

4.3 Deliverie1:

4.3.1 The contraetor shall deliver wood fuel products in iwx:ordance with tbe contracted delivery times statrd herein to 1he state aaencY upon n:ceipt o£ an authorized order. Deliveries shall be made only during normal week-day (Monday through Friday) work hours (8:00 a.m. to 5:00 p.m.), unless otherwise coordinated with institutional personnel.

4.3.2 The contractor must coordinate his/her delivery schedule with each facility. Any change in the delivery schedule must be approved by the facility and must be preceded with a written roquest prior to any changes being made,

4.3.3 The contractor must provide a certified scale ticket of the delivery vehicles empty truck weight with full fuel tanks weiahed utilizing a state-certified scale. The c.on:tractor must provide a certified scale ticket with each load of wood fuel delivered. Records of the amount of wood fuel delivered will be kept at each facility.

4. 3 .4 Delivery shall include the unloading of wood waste materials at the state facility as directed by designated fac:ility representative.

4,4 TrlDlportmoa:

4.4.1 The contractor must furnish all transportation equipment necessary t.o transpart the wood fuel from the production site to the correctional facilities. The contractor shall be responsible for tlUSporting and unloadinJ wood fuel to the ordering facility utilizing a walking floor (live bottom) covered trailer,

4.5 Security Clearance:

4.5.1 All contractor penonne~ including any subcoutractor personnel. will need to undergo a Missouri Uniform Law Enforcement System (MULES) background CMCk prior to entering the facility. Full names. social security numbers and the date of birth for all personnel will be required. AdditioDally1 all personnel will be required to obtain security clearance before cnterins the facility for observation,

4.6 lnvoicina a.ad Payment:

4.6.1 1ki contractor ahall Sllhmit an invoice on a monthly basil to the Missouri Department af Corrections at the following ~1:

Missouri Department of Corrections General Revenue P.O. Box236 Jeffenon City, MO 65I02

4.6.2 The couttaetor shall submit the invoice in triplicate fonn and shall contai.D the following information:

a. Contract number, b. Facility aame; c. Order date(s) in the billing period; d. Description of product/delivered amount (tonnage); and e. Total amount due including any applicable adjust:menta for wesel fuel.

4.6.3 The contractor shall be compensated for additional diesel fuel costs incurred in the delivery of the wood fuel products, Diesel fue.l costs shall be determined as indicated in paragraph 2.5.2. Diesel fuel costs shall be based on the Energy Infonnation Administration (BIA), Midwest (PADD 2) Gasoline and Diesel Retail Price

Page 27: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1£15262 Page 10

monthly average index price (stated in cen1! per gallon) for No. 2 Diesel Retail Sales. (Reference http :/J,\,,vvv. cia.doe-1!ov Diesel (On-Highway) Fuel Prices).

4.6.4 Diesel fuel shall be based on a $2. 70 per gallon cost of No. 2 diesel fuel. Adjustments for diesel fuel costs, either added to or deducted tiom tho stated eost per m of wood fuel shall be based on the most recent published .E1A P ADD 2 report average for No. 2 diesel fuel. All diesel fuel cost, for the current invoicing period shall be ddermined baaed cm. dicie.l fuel prices n,ported in 1he EIA fur the month that is two months prior to the fuel price adjustmmt. For example. tho cbalges for June 2015 shall be based on the April 2015 On-lfiah.WB¥ Diesel Fuel PJicc as repoated in the EIA.

4.6.5 The state's total cost for dd.ivered wood fuel fur- th~ month shall be the stated per too cost times the toonage delivered for the billing period alona with the added or deducted diesel fuel charges as indic.ated in paragraph 4.6.4 above.

4. 7 Sab1titutiou:

4. 7.1 Tk contradol' shall not substitute any item(s} 1hat has been awarded to the eootmtl0r without the prior written approval of the Division of Purdming and Materials Management.

4. 7.2 In the event an item bec;omes u.nawjlable. the cootnu::tor sball be n::spomible for providing a suitable substitute item. The comac1or•, &ilwe to provide an acceptable substitute may result in cancellation or termination of the contnu.1.

4. 7.3 Any item substitution mmt he a replacement of the contracted item with a product of equal or better capabilities and quality, and with equal or lower pricing. The contraetor sba11 understand that the state reserve1 the right to allow the substitution of any new or different produa/systcm offered by the c:ontractor. 1bc Division of PmdJasing and Materials Management shall be the final authority as to acceptability of any proposed subatitution.

4. 7 .4 Any item.-subslituti.on shall require a formal comract amendment authorized by the Division of Putt.basing and Materials Management prioc to the state aapuring the suhstiturc item under 1he contract.

4.7.5 The state may choose not to compel an item substitution in the event requiriq a substitutiOP ww.ld be deel;llCCi unreasomble in the sole opinion of the State of Missouri. The contract.or shall not be n,lieved of substituting a product in the event of maoumcturer discontinuation or other reason simp]y for reasons of unprofitllbility to the contrador.

4.8 lb!ctlaeement of Damaaed Prod11ct:

4.8.1 The contractor shall be iapomihle for replacing any item received in damaged condition at no cost to the State of Missouri. This includes all shipping costs for retuming non-fimctiooal items to the contractor for rcpla,;ement.

5. BIDDERS' INSTRUCTIONS

5.1 Contact:

S.1.1 Any and all communication from bidders reprding specifications, rcquirmumts. competitive bid process, ecc. related to the bid docunvmt must he referred to 1be buyer identified on the fint pap of this document. Such communication sbculd bo received at least ten (IO) calendar days prior to the official bid opening date.

5.2 Bmin•• Compliance:

S .2. l The bidder nmt be in compliance with the laws reprding conducting business in the State of Missouri. The bidder certifies by signing the signature page of this original document and any amendment signalW'C pagc(s)

.. • ...• •. ,...... ...... ....... .. • • ..... .11.

Page 28: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1El5262 Page 11

compliance with such laws or shall be in compliance with such laws prior to any resulting contract award. The bidder shall provide documentation of compliance upon request by the Division of Purchasing and Materials Management. The compliance to conduct business in the rtate shall include but may not be limited to:

• R.caisttation of business name (if applicable) http·./ /sos.mo. gov/business/ start Business.asp • Certificate of authority to transact business/certificate of good standing ( if applicable) • Taxes (e.g., city/county/state/federal) • State and local certifications (e.9., professions/occupations/activities) • Licenses and permtts (e.g., city/county license. sales permits) • Insurance (e.g., worker's compcnsaaenluaemployment compensatiOB)

The bidder &hould refer to the Missouri Business Portal at http://business.mo.gov for additional information.

5.l On-Line Bid:

S .3 .1 If a registered bidder is responding electronically throu&h the On-Line Bidding/V cndor Registration System website, in addition to comploting the on-line pricinst the registered bidder should submit completed eidiibits, fomui, and other information concerning the bid as an attachment to the electronic bid. Instructions on how a registered vendor re.,ponds to a bid on-line are available: on the On-Line Bidding/Vendor Registration System website at: htJpx/ /www.moolb.mo.gov.

5.3.2 The exhibits, forms, and pricing pages provided herein can be saved ioto a word processios document. completed by the tqistered bidder, and then sent as an 1-Uacbrne:nt to the electronic submission. Other requested; required. or additional jnfonnation may also be sent as an attachment. Additional instructions for rubmitti.ng electronic attachments are on the On-Line Biddin.g/Vendor Registration System website. Be sure to include 1he bid number, company name, and a contact name on any electronic attachments.

S.3.3 In addition, the registered bidder may submit the exhiba, forms, Pricing Pages, etc .• through mail or courier service. However, any such submission must be received prior to the specified closing date and time .

. ii

S.3.4 Registered bidders submitting electronic and hard copy bid responses which are aot identical should explain which respoDSC(s) is(are) valid fbr the state's consideration. In the absence of sudt explanation, the state rcaorves the right to evaluate the response which serves its best interest.

5.4 Detcription of Product:

S.4.1 ~ bidder 1bould present a detailed dncription of all products and services proposed in 1he response to 1his Invitation for Bid. h is the bidder's responsibility to make sure all products proposed are adequately described in order to conm.i.ct an evaluation of the bid to insure its compliance with mandatory specifications. It sbould not be assumed that the evaluator has specific knowledge of the products proposed; however, the evaluator does ha.ve sufficient technical ba(:kground to conduct an evaluation when presented complete infonnation.

5,5 Bid Detail Requirements and Deriation1:

S.S. I It ii the bidder's respom:ibility to submit a bid that meetl all mandatory specifications stated herein. The bidder should clearly identify any arul all deviations from both the mandatory and desirable specificaticms stated in the IFB. Any deviation from a mandatory requirement may render the bid non--responsive, Any deviation from a desirable specification may be reviewed by the state as to its acceptability and impaa: on competition.

5,6 Site Inspection:

S.6.1 Prior to awarding cootract(s), the state shall have the right to inspect the bidder's site for adequate wood fuel quality aod equipment and resources available for loading and transporting the wood fuel to the filcility sites. ~...,.J.,Af,....., ...,,._.,"',.. -.'""A ..,._.;1...,. .,.,.~ ... .rhil1+., _.._.J ..,.~,. .. 1.,,APll"li,_;1.;.,.,., ,.....,.,., ..,.,....11'11111" ~1"""tili.,,.,,.;,, ... 1"""",H ... ,., ,,......,l'I

Page 29: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

BIEI5262 Page 12

a. The state shall have the sole option to remove a bidder from consideration in the event wood fuel quality, equipment and resources are not acceptable.

5,7 Compliante with Terms and Conditions:

5. 7.1 The bidder is cautioned when submitting pre-printed terms and conditions or other type material to make sure &uch documents do not oonwn other terms aod oonditions which conftict with those of the- IFB and its contractual requirements. The bidder agrees that in the event of cooflict between any of the bidder's terms and conditions and those contained in the IFB that the IFB shall govern.. Taking exception to the State's terms and conditions may render a bidder's bid oon--respansive and remove it from consideration for award.

5.8 Bidder'• Experience and Suppart:

5.8.1 The bidder should provide informatio11 relative to their experience in providing wood fuel products to other public or private entities. It is highly desirable that the bidder respond to the information reque.,ted in Exhibit A for purposes of verifying the bidder's experience and their ability to support the ~ility's needs.

5.9 Price:

S.9.1 The bidder may submit a bid for one or both correctional facilities. The bidder must state the firm, fixed per ton price for waste wood fuel on the Pricing Page of the IFB. The price stated must include all transportation hauling/shipping charges FOB destination, freight prepaid and allowed. All pricing shall be comidered firm for the duration of the contract period.

5.9.2 The Energy Information Administration (EIA), PADD 2 Midwest Gasoline and Diesel Retail Price index (stated in ccm per galloa) foe No. 2 Diesel Rdail Sales shall be utilized for determining monthly fuel «'Sis. The base price for diesel fuel shall be based on $2. 70 per gallon fuel costs. This base price shall be fum and fixed for the duration of the contraet. Diesel costs will be adjusted from the esrablished base price of S2. 70 per gallon. The monthly averase publilhed in the BIA which will be daennined by 1he EIA monthly publication 2·moulhs prior to delivery will be used to compare against the S2. 70 per gallon base price. This comparison will determine 1he amount of adjustment that can be allowed base4 on the price stated by the bidder in line item 003. For every .05¢ deviation in the most recently published monthly average EIA PADD 2 ind.ex against the established $2.70 base price, the stated cost per too for wood will be acljusted (added or deducted) by the bidders stated price adjustment (cents per ton) on the Pricing Page. Therefore, the bidder must state. if applicabJe, a cost per ton adjustment for diesel fuel costs on the Pricing Page in line item 003. The price shall be stated in cenb (¢) and will be added or deducted to the cost per ton stated in line items 001 and 002. The bidder; s stated price per ton adjustment for diesel fuel co.m shall remain the same for the life of the contract.

5.10 Enluation ud A.ward~

S.10.l The evafuation shall cover the original contract period plus the relle\\lal periods. The cost evaluation shall include all mandatory requirements.

S.10.2 Separate ew.luations shall be conducted by facility and awards made accordingly. The Stale of Misswri reserves the right to make multiple contract awards (i.e., more than one award) on a prinwy (low bidder), sea)lldary (second low bidder), tertiary (third low bidder) basis, and so on. tD all bidders submitti.DB acceptable responses as a result of this IFB. In the event multiple contracts are awarded for a particular facility, selection shall be based upon availability of acc:eptable resourc.es necessary to meet the facilities needs beginning with the primary contractor.

S.10.3 The State of Missouri reserves the right to reject any bid which is determined unacceptable for reasons which may include but arc not necessarily limited to: 1) mi.lure of the bidder-to meet mandatory general performance specifications; and/or 2) failure of the bidder to meet mandatory tedmical specifications; and/or, 3) receipt of any information. &om any source, regarding dolive:y of unsatisfactory product or service by the bidder within

Page 30: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

BlE15262 Page 13

the past three yean. As deemed in its best interests, the State of Missouri reserves the right to clarify any and all portions of any bidder's offer.

5,11 Domestic Prodod Procuretneot Act:

5 .11.1 In a(l(:ordance with the Domestic Product Procurement Act (hereinafter referred to as the Buy American Act) SCWODS 34.350 to 34.359, RSMo. the bidder is advised that any goods purchased or leased by any public agency shall be manufiu:tun:d or produced in the Umted States.

5 .11.2 Bidders who can certify that goods or commodities to be provided in accordance with the contract are J1UIDUfilctured or produced in the United States or imported in accordance with a qualifying treaty, Jaw, agreement. or n,gulation shall be entitled to a lm. percent ( I 0%) preference over bidders whosa produces do not qualify.

S .11.3 The requirements of the Buy American Act shall not apply if other exceptions to the Buy American mandate in sewon 34.353, RSMo, are met.

S .11.4 If the bidder claims there is only one line of the good manufactured or produced in the United States~ subscctiOD 2 of section 34,353, RSMo, or that one of the exceptions of subsection 3 of 34 .3 53, RSMo, applies, the Executive Head of the Agen(:}' bears 1he: burden of certification as required prior to the award of a oom:ract.

S, 11.S In accordance with the Buy Americau Act, the bidder must provide proof of compliance with section 34. 353, RSMo. Therefore the bidder should complete and return E.1hibit B, certification regarding proof of compliance, with the bid, This document must be sarisf:acl'Qrily completed prior to aa award of a contract.

S. l 1.6 If the lowest priced bidder qualifies as American-made or in the event all ofthe bidders or none of the bidden qualify for the Buy American preference, no further calculation is necessary. In the event the lowest priced bidder does not qualify for the Buy American Pmerence but other bidders do qualify; then the low bidder's price(s) is increased by 10% for those items not eligible for the Buy American Preference.

5 .11. 7 If any products and/or services offered under this IFB are beinQ manufactured or performed at sites outside the United States, the bidder MUST disclose such fact and provide details with the bid.

!.U Prererence for Qraanizatiam for the BliJld and Sheltered 'Workshops:

S.12 .1 Pursuant to section 34 .165, RSMo, and I CSR 40-1. 050, a ten ( 10) bonus point preference shall be granted to bidders inchlding products and/or services l1IIIDUmctured, produced or assembled by a qualified nonprofit C'lf8Pinrion for the blind established pursuant to 41 U. S.C. sections 46 to 48c or a sbeltett.d workshop holding a cenificate of approval from the Departmem of Elementary and Secondary Education pursuant to seaion 178.920, RSMo.

a. In order to qualify for the ten bonus points; the following conditions must be met and the following evidence must be provided:

1) The bidder must either be an organization for the blind or sheltered workshop or must be proposing to utilize an organizati'lD tbr the blind/sheltered workshop as a subcontractor andlor supplier in an am.own that must equal the great.er of $5,000 or 2% of the total dollar value of the contract for purchases not exceeding $10 million.

2) The services performed or the producbl provided by the organiz.ation for the blind or sheltered workshop must provide a commercially useful function related to the delivery of the cootractually­required service/product in a manner that will constitute an added value to the contract and shall be perfonned/provided. exclusive to the perfomwlce of the contract. Therefore, if the services performed or the products provided by the organization for the blind or sheltered workshop is utiliud. to any extent, in the bidder's obligations outside of the contract, it shall not be considered a 1,,,,.li.d n.M....,,l .. """t ... ..., •..-.. tlta ~~......, ..,....,1 ,...1.,""'11 _.,..,. ,,,..,....,11.,:.~ IIIW'I 't'lll,l"II ..... ~ ........ in ~.,,..,,.,..,.,d,..,..,"""., -~ti. thi11 ,.1,,..,,,pa

Page 31: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1£15262 Page 14

3) If the bidder is proposing participation by an organization for the blind or sbeJten:d worlcshop, in order to receive evaluation comideration for participation by the orpoimtion for the blind or sheltered workshop, the bidder mYlt provide the following ioforma1ion with the bid:

• l>&rticipation Commitment - The bidder must oom}llete F&hiblt C, PartK:ipation Commitment, by identifying the orpnir.ation for the blind or sheltered workshop and the commercia.Uy useful prcductslserviccs to be provided by the listed organiz.ation for the blind or sheltered worbhop. If the bidder wbmitting the bid is an oqpLDiation for the blind or sheltered workshop, the bidder JD.Ult be listod in the appropriate table oa the Participation Commitment Form.

• Documentation of Intent to Participate - Th.e bidder must either provide a properly completed Ezhibit D, Documentation of Intent to Participate Form, signed and dated no earlier than the IFB issuance dale by the organizatilUl for the blind or sheltered workshop proposed or must provide a ru:ently dated 1etter of intent sipcd and dated no earlier than the IFB issuance dale by the orgmrirari'lll for the blind or sheltered worbhop which: (1) must describe the products/services the orpnizatiqo for the blind/shehered workshop will provide and (2) 1bould include evidence of the organi,atina for the blind/sheltered workshop qualifications (e.g. copy of certifiute or Certificate Number for Mwouri Sheltered Workshop).

NOTE: If the bidder submittina the bid is an organization for the blind or sheltered workshop, the bidder is not required to complete Exhibit D, Documentation of Intent to Participate Form or provide a recently dated Jetter of intent.

b. A list af Missouri sheltered workshops can be found at the following Internet address: http:1/dcse, mo .gov!spccial-cducation/sheltcrcd-\'!'.Q_rkshops/directq_rjJ;!i

c, The websites for the Mi•IOUri Lighthouse for the Blind and the Alpbapoint:e Association for the Blind can be found 1tt the followins Intemct addresses:

b.ttp :/ IW\\ w. lhbindustrics, com htn, :/ /www .alphapointe.org

d. Commitment - If the bidder's bid is awarded, the organizati".11 for the blind or shoitcred wotbhop participation committed to by the bidder on Eshibit C, Participation Commitment ebelJ be intgpreted as I G9atASCua) !JQ)lirsrn,;nt

5.12.2 Tho Blirui/Sheltercd Workshop Preference required under section 34.165, RSMo, allows for ten (10) bonus pointl to a qualifying vendor. If the lowest priced bidder qualifies for the preference. or in the event none of the bidden qualify for the pxeference, no fu.tther calculation is necessary.

5.12.3 In the evem the lowest priced bidder d0e1 not qualify for the pn,ference but odtcr bidden do, then the following evahmtion point formula shall apply to determine cost evaluation points:

Lowest &lporurive Bidder's Price 200 Maximum Cost Awarded Cost X =

Conlp&Rd Bidder's Price Evaluation Points Ewlualioo. Points

!.IJ Mi11auri Senrice-Dilabled Veteran Bu.linen Prefenuce:

5.13.1 Punuant to ICCtion 34,074, RSMo, and 1 CSR 40-1.0SO, a three (3) boDUS point preference shall be granted to bidden who qwilify as Missouri service-disabled veteran business enterprises and who complete and submit kb.lbit E, Missouri Service-Disabled Veteran Busines1 &terprise Preference with the bid. If the bid doca not include the completed Exhibit E and tho documentation specified oo Exhibit E in accordance with the instructions provided therein, ao preference points wiU be applied.

Page 32: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1E15262 Page 15

5.13.2 If 1he lowest priced bidder qualifies for the preference, or in the event none of the bidders qualify for the preference,, no further ca1culation is necessary.

5.13.3 In 1he event the lowest priced bidder does not qualify for the preference but other biddc:m do, then the followina, evaluation point formula shall apply to determine CCL1t ev.duafion points:

Lowest Respoosive Bidder's Price 200 Maximum Cost Awarded Cost X ,:,:

Compared Bidder's Price Evaluation Points Evaluation Points

Page 33: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

BlE15262 Page 16

PRICING PAGE

Wood fuel products shall OODform to the specifiQltions contained herein. The bidder may submit a bid for one or both cornctional facilities. The bidder must state below the firm, fixed per ton price fur waste wood fuel to be delivered to the specific corredional facility listed below. AJI pricing shall be considered firm for the duration of tho contnK:t period, Tramport.ation hauling/shipping charges lhall be built-in and shall be based on a base-price of$2.70 per gallon fbr dielel fuel.

LINE ITEM ITEM PMQUPTION

001 C/S Code: 40400 Fuelf Wooc;( Supplies and Services Wood.Fuel South Central Correctional Center in Licking, Missouri

002 C/S Code: 40400 Fuel, WOO(( Suppliea and Services Wood Fuel Southeast Correctional Center in Charleston, Missouri

mill

TON

TON

UNIT PRICE

$ 34.85

S 55.85

In detcnniniq diesel wel costs, the bidder must state below the added or deducted cost per tan for delivered wood to be applied for every .OS¢ increment above or below the established base price of $2. 70 per gallon for diesel fuel 11 listed m the published monthly avcrase BIA P ADD 2 Midwest Gasoline and Dieacl Retail Price index. The price per ton stated below will be refteaed in the bid price per ton. quoted above for delivered wood for the bdling period. The price shall be stated in carts (¢) and will be added or dcductod to the cost per too.

Examplca: If the bidder states .04¢ in line rtem 003 below, ad the PAD 2 index is $2,80 per gallon for diesel during the billing period. the adjusted price per ton would be to add ,08¢ per ton to the delivered weed price (line items 001 and 002), If the bidder states .07¢ in line item 003 below. and the PAD 2 index is $2.55 per gallon for diesel during the billing period, the adjusted price per icm wOllld be to deduct .21 ¢ per ton from the delivered wood price (line items 001 and 002).

Note: The stated price per ton adjustment for diesel fuel costs shall remain the same for the life of the contract.

LINE !IEM.. ITEM DESCRIPl'IQN

003 C/S Code: 40400 Fuel. Wood, Supplies ad Services Diesel Fuel Ctlst AdjustJJ:latt (State in cents (j!J)

Renewal Options (Line Items 001 ud 002):

llfilI

TON

UNJT PRICE

.12 ¢

The Division of Purcbaaing and Materials Manapment sball have the sole option to renew the contract in one (1) year incmnents or a portion thereat: for a maximum total of two (2) additional years. The bidder must respond to the following line ttema regarding renewal pricins, The bidder may indicate either a renewal price increase stated as a maximum percentage of inCRaSC. applicable to all line item,, or a price dec,ease. stated as a guaranteed minimum percemage of decrease applicable to all line items. The bidder should nQE bid BOTH a price percentage increue and dccrmse for the same renewal period but must clearly indicate if the percemase is an INCREASE 2t a DECREASE. Biddm submitting an electronic bid are strongly advised to submit a comment or atiaalnent to distinguish between u increase or dccreasc. In the event no comment or attachment is submitted, tbe State of Mis.,ouri shall interpm: the percentage as an INCREASE in the ablCDCe of bid cJari.fication.

Page 34: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1El5262 Page 17

The bidder must indicate below the maximum allowable percentage of price increase or guaranteed minimum percen:tage of price decrease applicable to the renewal option year(s). ff a percentage ii not quoted (i.e., left. blank, page not retumcd, etc.), the state shall have the right kl execute the option at the same price(s) quoted for the origiml cor:rtract period. S1atements such as ~ percentage of the then current price" or "consumer price index" are NOT ACCEPTABLE. The percentage(s) indicated below shall be used .in the cost evaluation to determine the potential maximum financial liability to 1he State of Missouri.

IMPORTANT BID PRICING INFORMATION: The bidder sbouJd be very careful to note that all increases shall be calculated against the ORJGINAL contract price, NOT asarng the previous year's price. Theref~ each rmewal period's quoted percentage shall be applied to the ORIGINAL bid pricing, and not to the contract pricing from the prior contract period (with the exception of the fint rmewaJ period).

004 C/S Code: 40400 l PCNT 8 % Fuel, Wooc:( Suppltes and Services .,,_, to ttr. OIIIUIAL. bid l"fHJ

1" Renewal Period Renewal Option Percentap Price Adjust~nt Bidder must identify beJow by checking appropriately as an INCREASE OR DECREASE Muimwn Iacreue: x OR Minimum Decrease: ___ _

005 C/S Code: 40400 I PCNT 14 % Fuel, Wooc:( Supplies and Services lffllll#d la"" OfllG&tW. 111d prlcllJ

lad Renewal Period ReReW"al Option Percentaae Price Adju1tmeat Bidder must identify below by checking appropriately as an INCREASE Ok DECREASE Mu:imum Increase: x OR Minim.um Decrease: ___ _

Employee Biddinl/'Conftict of Interest:

Bidders who ate elected or appointed officials or employees of the State of Missouri or any political subdivision thereo( serving 1n an executive or administrative capacity, must comply with sections 105.450 to 105.458, RSMo, reaa,ding conflict of interest. If the bidder or any owner of the bidder's organization is currently an elected or appointed official or an employee of the State of Minauri or an,i political subdivision thereot:, please provide the following information:

Name and title of elected or appointed official or employee of the State of Missouri or any political subdivision thereof:

If employee of the State of Missouri or political subdivision thereof, provide name of state agency or political subdivision where employed:

Percentage of ownership interest in bidder's orpniPtion beJd by elea:ed or appointed official or employee oftbe State of Missouri or pol.iticaJ subdivision thereof:

N/A

N/A.

NIA %

Page 35: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1El5262 Pagel&

EXHIBIT A

EXPERIENCE AND SUPPORT

The bidder should provide information regarding the Sl:lrvices and support proposed. The following information should be pravided by the bidder in order to verify their prior experiences in providing wood fuel products, If bidder is proposing to deliver to both facilities, the bidder should clearly differentiate the requested information below.

I. The bidder should indicate the length of time the bidder has been in the bminess of providing wood products. 39 years

2. The bidder should specify the type of waste wood you propose to supply; i.e., forest, land clearin& sawmill; tree trimming; construction/demolition; pallets, crates, Paclcin& wute. Indicate hardwood or softwood as applicable. The bidder should also describe the exad nature of waste wood you propose to supply. Sawmill chips fr:001 hardwood slabs

3. The bidder should indicate whether the waste wood supply will meet all boiler ready specifications. Yes, wood chips are fl choice foe wood fired boilers

4. The bidder should identify the closest certified sc.a.les (or the certified scale to be used) for all loads. MFA-salem, ro · MFC-sc;att City, i1J

S. The bidder should ·describe the type of delivery trucks and trailen used for transporting waste wood. Ttactor trailers with live floors

6. The bidder should indicate unloading procedutts, WOod chips a re p ,shed ant back of trai l ecs wi th wa 1 ki og f 1 oora

7. The bidder should explain their ability to accommodate "emergency" deliveries that may be requested by the facility and any additional costs associated with fulfilling such request5. Foste~ Brothers Wood Producta, Inc. operaees {25) tractor trailers and all we haul is "'10od by-products

8. The delivery shall be made within six l 6) hours of notiiicabon by the designated facility representative. If bidder's delivery is SOODet, the bidder should state delivery in hours after notification: NIA hours.

Page 36: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

Bl El5262

EXHIBIT A. cont'd

BIDOER•S REFERENCES

Page 19

The bidder should provide reference information for which the bidder has provided the same or similar products/scrvict:s. The bidder should copy and complete this form for ea.ch reference being submitted as demonstration of the. bidder and subcontractor's prior experience.

Bidder/Suhcontraclor Name: Foater Brothers Wood Products, Inc.

Reference Information (Prior Products/Setvices Provided For:)

\ Name of Reference I Company:

Uni v:~~.s i~y of Missouri /Col Ulllbia

I Address of Reference Cceg Coffin, campua Facili~ies ; Company:

417 South 5th Street, Columbia, r«> 65211 =;:,;__..;;;.;;.;;;_=:=;__--------------, Reference Contact Per'3on Name: Greg Coffin

Contact Person Phone No.: 573-882-5633 --1 -----------+---------------------------• Contact Person E-mail · Address;

i Dates of Prior Contract/ Agreement:

! [email protected]

2012, 2013, 2014, 2015

Dollar Value of Prior Contract/ Agreement

1---________ _,_____,._$-"4!..c, 000~ , OC0.00 .ltl-usc..--------------------1

Description of Prior Contract/ Agreement

\ Supply wood chipa fot unive~sity of Missouri Powe~ Plant

I

Page 37: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

BIE15262 Page20

EXHIBITB

DOMESTIC PRODUCTS PROCUREMENT ACT CBVX AMERICANI PREFERENCE m irccardancc: with sections 34.350-34.359 RSMD, the bidder ia instructed to provido ill!r.irnurtioD repntiq the poim of:nwmfitc:fnP. tbr eacll of the products bci:ng bid so that the p:oduct's eligfbility for the Domestic Produc1s Pn:>cin-ement Act (Buy American) Pn:fen:nc.e can be demnnined. This information is nlqueaed far the figis!pl pmdng nnly, not far campcmem1 of the 6nillhed }hdlK:t The ti.dder may bl rcquinld \o povide auppartins WlClilDl'lDtati iodic:atiDg proof of a:mpl.iam:e.

Qlllllityinc for lt.e DomelCfc Procbtcts Prefereace: A product qualifies fer the prd'sm if one of the fotlowin& cin:umatances exist:

• if manufactund or produced in. the U.S.; or • if the produ,;:t ii impoll:fd. into th! U.S. oot ii coYenld by ID. existing mtcrnatimw trade tieaty that affords thl spocim prodUct 1he IIIIDI Slltlll .. a

product JrllllUiietun,d or poduced in the U.S.; or • if only one line of pnxlucb it IDlllllfactun:d or poduced in thr; U.S.

Noa-Domesttc Product: If the product ii not manuf!ICtl.nd or pmduced in the U.S. and doc:s DDI ~- qualify as domestic, then it will be caasidered IKIG-domcatic a:nd DOt eiigibk: far th.I: JQfcnmce.

THI BJDpg Mr/SJ CQMPLEII Jffl FQLLOfflNG APPLICABLE TABW IQ CQTlFY 'YDl'.tllli (Table I) &, produ,i;.u bid are tDlll\\li'.:turai ar pradw:ed in tbp U.S. 1111d qm1ify tor tu Domeltie Procmctl Pnx:mc:mal1 M Pnfermce; OR (Tllbl.e 2) ALL pod:1m bid are rnnm1fac:hnd er produc:ed 9Y!!ik t.he U.S. and dD not athc:rwue qualify far the Domcltie Prudrx.u Prt.cwwt

Act Pie!etenoe; OR (Tables 3-6) New. all~ tid {all into the piq' two~ 10 an itmp,,'py-item u:rti1icnticm u Dl'ltCSSflf"J.

DI bidder 1, .,.,,...,., fQr ffltil'ripg., WOtwtiop prpndpd .. ow •a:NM; lffJIJk r,,,.,,, •• wdJatcd • * w e(fhc Qldldt

Ch=ck the box to the right if ALL JrDducta bid on MANUFACTURED OR PRODUCED IN nm U.S.:

TABLE 2 - AtL PRODUCl'S MANUFACl'UUD OR PRODUCED OUTSlDI U.S. AND DON'T QUALIFY ll'OR PRIJ'IUNCE incli 'lie Cm Cbock h box to 1he ript if ALL poducta bid are MANUFACTUlUID OR PRODUCED 01.ITSIDB IBE U.S. and 00 NOT O"IHER.WlSE

UALIFY fm the Domestic Producb Pro..annmt Act Prefereace:

TABLES l TllllOUGB 6- n'EM BY rrBM CERTiflCATION (NOT ALLPRODUCn BID -,ALLINTOPRIOR TWO TABLES) • For thole liDe items far which a U. S.-manmaetured or produced ptJduct it lid. ccmplete Tule 3, • For tbo9c lme itans which an: ~ m produced outside the U.S. that do not qualify for the Domestu: Pradocts Pnx:memaa Ad

Prefen:l1oe, complete Table 4. • For lbole .lim nema which are DOI mmmfactuml or produ£:ed in lbe U.S., but Cor whic:h tbc:rc ii a U.S. tnlik uay, law. apeement, w

regulation m compliance with 90Ction 34.359 RSMo, aimplde Table!. • For lhml line: items which are not manufactured or JrDduccd m the U.S., but for whieh thenl is Ollly cme U.S. Mazmfadmw of that product

or line of products, cx,mp1m: Table 6.

TABU 3-u.ai.MANIJFM;TUUD QB PRODIJC.ID PRODUC'IS WM, fSI!: Prdet-e• a) • Llsr: item llUmben of~ bid that are U.S.-manuflctuttd or ?Jllhr#t a th.-efore qualify far lb= Domeilic Products Pmcurmmt Act

Prefezmce. • List U.S. tity and state v.taere p-oduct11 bid ue mlllOfactmed or poductd.

Item.# U.S. r.ttv/Stue Where M11111d'1ctared1Produced Itemlll U.S. llit,ISfate WIien MID.ufilaarecWrodaced wood Auxvasse, Salem, scc,tt Citv, Missouri ........ _ TAJILI. 4 - P'OR'KIGN•MAl'fllJAc'tplfll gB, PRODuaD PllODlJCTS a!tt !jllalble (!r Pn:fen:al

• List item 11.umbers of products bid that are G:mgn manufactuzed ar produced n do net othawi&e qualify for the Domi:stic Produc:ts Prucun:mcnt Act Prefett:nee.

• List counby where produet bid is manufactorcd or Jl'Ddnced.

Item# CoPlltff When Manufadured/P,odw:ed lteml# Contn- Wun ManafactarecllProdced Mh,

Page 38: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

BlElS262 Page21

E'GDBlT & CO!ldnaed: DOMEmc PRODUCTS PROClJR.DUNT ACT (BUY AMUJCAN) PRU'BRENCE

TABL& 5 - l'On~MANm'AClQIJLI! DB PRODUCKD PROD}!CTS IYI U,I TIL\DI TlllAJl1 L41!1 ASiBIJMINT, QB UGULATIQN N'fLIH (llpthle for Prefcnp)

• List item manbe:rs or prcducts bid Otat are foreign mam.tfactun::d or pradw:ed but qualify for the Dicmeslic Products Pn:wmremmt Act Prefenbce be;ause I U.S. Trade Treaty, Law, Agree:m,:tlt," Regulaaon applira.

• rdcntify t:«Ulfl)' YdJ,n pU(lOICd. foreign-made product ii IDIIDJUICtUred « prodDi:.ed. • Identify DIIElle of applicable U.S. Trade Treaty, Law,~ m-Regulatioa thal allows JIUdoct to be lroupt into the U.S. dulyltariff.ftec. • Idm1ify website URL for thl U.S. Trade Tn,aty, Law, Agn,aumt,, or Rcgulatiao. • NUfB: Min .impmkld product. if m impmt tlriff ii applied to the .item, it doel DOt qualify for the pn,fmmce. hi additioo, "Most Fannd

Natioo." ratm dam not alla\ff llpplicatiorl of th& prefl!Rlll.e wlea& the p:aduct emcn the U.S. duty/taruf-froe.

Item# Coantry Wheft.Prupoted J'om,.Made ProclRCt hi Name of Appllable U.S. Oflldlll W.W. OJU. for rt. U.S. 'lnaly, Muuhctllnd/Pmducect Trade Tratf, Law, i.w, Agnemeac. o:r .._,.., .. or lllillfllltdaa

"17A

TABLE ' - rmtl:IGN-MANUFACTURl.g QB PILODUC'ED EBQDuCl-S m ONLX ONE UI MAMm'A\;l\lKII PRODUCES PRODUCT 211 LINi O[PAllnCULil: GOOJ! flDNIIII! DIE fl!ltma:)

• List itr:m n,aben of products. bid that an: fon:ign ~ or produced but qualify for the l)xnesijc P'roducts Procuremmt Act. Pn,f'al:ncl= becanso only cm US Manufill:turer ~ the product or tine of a particular good.

• Identify coqmry wboR ~ farei.p-mede prodlx:t is mam.uuu:tured or produced • .Idmtify ,oJe us m.snutcum JllUK.

• ldemify IlilM or 9Dle us JDIIDufactun=d p'Oduct/liDe of pmticular good

Item# COWi.try Wbel'II Propoted .Fontp-Madl .Pruch.1a: I• Sole us Mmafaduft!c' Name of Sola US Muudi.dved Prod.act or MlallfadalNIProdaccd Name lJat of Pvtkallr Goe4

111/11.

1 htnt,j ta1:ify that the information provided b«ein is, tme imd comet,. and oomplill wilb all pmvilitms af IIOCtilm 34.3501o 34.359, RSMo. I tmderund that any misrqresilmmti,cm herein CCllll:i.tutes the o::mrnission at a class A mi-:lenJeBMI'

COMPANY NAM! Foster Brothers~ Products, Inc.

MO 300-11 o:?r~ (7-13)

Page 39: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

BlE15262 Page 22

EXHIBITC

PARTICIPAUQN COMMITMENT

Qrgpjption for the Blind/Slpts;red Workshop Mdpatjan Commitment - If the bidder is committing to participation by or if the bidder ui a qualified orpnimtion for the blind/sheltered workshop, tho bidder must provide the required information in the table below for the 01Janization proposed and must submit the completed exhibit with 1hc bidder's bid.

! lr ~-IP!1,,1,,,H :.q :/IL 1:11j1,I -.,11, !1.,, ,I\\"' I -1•"1' I .,,1111,,: ,,1, 11, I ,I/,

' I • 1 •

1.

2.

I II

Name of Orpnisatioa for the Blind or Sheltered Workshop Proposed

N/A

Description of Products/Services to be Provided by Lilted Orpaiutioa for the Blind/Sheltered Workshop

The bidder shou.ld also Include the paragraph number(,) from the lFB which requires th,e service the organization for the

hlind/1he/tered woraho ts ed to rm. Prodw.1/Services) p:-oposed:

IFB Pamgrapb References:

Page 40: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

B1El5262 Page23

IOOltlllTD

DOCUMENTATION Of JNDNI TO PARTICIPATE

If the bidder is pl'Op(lSi.ng to include the participatim of an Otpnimtion for the Blind/Sbcltcnd. WO!kshop in the provision of the prodw:Wservices required in the IFB, the bidder must either provide a n:c:tntly dated letter of intent, sifPJed and dated no earlier than the IFB issuaD0C date. from each organiz.ation documcnting 1hc followin& information, or complete and provide this Exhibit with the bidder's bid.

- Copy 1'1/s /i'orm For Eacl, OrpnlzaliOlf Prapos,6d -

Bidder Name:

Indicate appropriate business classification(s):

----Organization fur the Blind

Shclterecl ____ Worbhop

Name ofOi:ganization: N A -..:;:.l.~-----------------------(N amc of Orpnization for the Blind or Sheltered Workshop) Contact Name: Email: ------------Address: Phone#: ------------City: Fax#: ------------State/Zip: Certification #

Certifk:ation Expiration Date: ________ _

Describe the produc:ts/services you (as th, pamcipattng organization) ba\le agreed to provide;

\ I! t ft It I ' ~ l ! ", .• H t (I •• ~

Authorized SYgnahtre of Parttctpating Organtzatton (OrganJzatton for tha Bltnd or Sheltered Workshop)

Date (Doted "" earlter than the JFB

isn,ance date)

r

Page 41: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

BlElS262 Page24

EXHIBITE

MISSOURI SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE PREFERENCE

Pwsuant to section 34.074, RSMo, and 1 CSR 40-1.050, the Division of Purchasing and Materials Management (DPMM) has a goal of awantiog three (3) pen:em of all oontraas for the pcrformancc of any job or service to qualified service-disabled veteran busine& enterprises (SDVF..s).

ST AND.-\RDS:

The following standards shall be used by the DPMM in determining whether an individual, business, or ~ qualifies as an SDVE:

• Doing business as a Missouri firm. corporation, or individual or maio1aioi11g a Missouri office or place of business, not .includmg an otiee of a registecd agent;

• Having not less than fifty-one pereent (51%) of the business owned by one (I) or more service-disabled veterans (SDVs) or, in the case of any publicly-owned business. not less than fifty-one percent (51 %) of the stock of which is owned by one (1) or more SDVs. (An SDV is defined as any individtlal who is disabled as certmc:d by the appropriate fcwn1 agency responsible for the adminisb'ation of veterans' aflairs. );

• Hal'ing the management and daily bu,iness opemjons controlled by one (1) or more SDVs;

• Having a copy of the SDV's award Jetter from the Department of Veterans Affairs or a copy of the SDV's discharge paper (DD Form 214, Ccrti:fic.atc of Release or Dischary,c ftwtt Actil'C Duty) and a copy of the SDV's documcmation c;erti_fying disability by the appropriate federal agency responsible for the administration ofvcreram• affairs; and

• Possessing the power to make day-to-,day mi well as major decisions on matters of management, pclicy, and Operation.

If a bidda- meebl th• standards of a qualified SDVE as stat,d abov• and unless previously submitted within the past five (S) years to the DPMM, the bidder !DIS provide the following SDV docummrts to receive the Missouri SDVE three (3) bonus point prefi::reoce:

• A copy of the SDV's awaid letter from the Department of Veterans Aflairs or a copy of tho SDV's discharge paper (DD Foan 214, Certificate of Release or Di,cbarge from Active Duty).

• A copy of the SDV's documentation certifymg disability by the appropriate federal agency responsible for the administration of veterans• atfain:, and

• A completed copy of this eidribit.

(NOTE: The SDV's award Jetter. the SDVJs discba.JJe paper. and the sov•s documentation certifying disability shall be cctnsidered confidcidiaJ pursuan1I 1o subscelion 14 of section 610.021, RSMo.)

I f

Page 42: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

BlE15262 Page 2S

EXHIBIT E l$0Plinued)

MISSOURI SERYJCJ:l)ISABLED VETERAN BUSINESS ENTERPRISE PREFERENCE

By signing below, I certify that I meet the definitions of a service-disabled veteran and a service-disabled veteran buaincu enterprise Bl defined in section 34.074, RSMo. I further certify that I meet the standards of a qualifying SDVE as listed hereiQ pursuant to 1 CSR 40-l .0S0.

N/A Service-Disabled Veteran.11 Name (Please Print)

Service--Disabled Veteran 't Signature

Phone Number

Date

N/A Servicc--Disablod V cteran Buainesa F:ntcrprise Name

Missouri Address of Servicc,.Disabled Veteran Business Enterprise

Website Address

The SDVE bidder should chcc~ the appropriate natem.ent below and, if applicable, provide the requested information.

0 ~ I have net pmrioualy submitted the SDV document& specified herein to the DPMM and therefore have coc1osed the SDV documema.

0 Yes, I previously submitted the SDV documents specified herein within the put five (5) yean: to die DPMM.

Date SDV Documeats were Submitted: _______ _

Previous Bid/Contract Number for Which die SDV Documents wc:re Submitted: ____ _ (if applic.ablc 11¥1 known)

(NOTE: If ~ SDVE and SDV are listed on the DPMM SDVE datamse located at htm!lcontcnt.oa.mo.gov/sites/dcfauit/files/5d,,elisting.pdf • then the SDV documents have been submitted 10 tbe DPMM within the past five [51 yean. However, if it has been determined that an SDVE at any time no longer meets tho reqnirements scatm above, the DPMM will remove 1hc SDVE and associated SDV from the database.)

l U/~ '- I \ 11 I ..,I i 1', I 'I

SDV's Documents -Verification Completed By:

Duyer Date

Page 43: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

,... , ,. ,. 9" ,. ,,, ,...,. ,,. ,. ,,. ,. ti' ,, p ,, , t-/f' .... I",,,. .. ,... ,. ,.. p, ,. :""

HUH!Hf HP1!!UHH ! HUi iPUli I H! 11nn If l·l,f [if 111 P1· n I .l:~·-- ,,t .~. 1f11-=· ~~ ti~1f1 J~ll r: !11 4 ~~, !I ~' f ·ii~ IE 0

rs l ·r• l 2. r a ~8 J I SJ O l J I ·.. ~l ~ .. i ,.,.. fi

I ; ~la I al I 1'ls Ir ~-~I ! i . · 1 i ~ i: l I ti i; i !: J ,. h =Ji l I f r i ~ 5: i ' fl=!~i •i, iJls. '(' tJ" ;. ~ ' lt-rr ( r -1 f,htf •1 "I ~~fl f i.l1•,-1~1 i!~f r.t t11f; ii I I iifE1~ i 1'lf1 tlliii t }J II r I l .1. · . Ji , t. 1 . ! l l J 11 • ~ 1.. • ! 11 . a ; .¼ ,. . • s • ~ , i . 1 , ~

·1 • I f j ' siJ l J t a.f a. ,a.· 11 'l 'l ' J t' I r(lit.:f I J ,h ii! l~h ti : f U ! Hl l ilf [ h 1'! f H [1:1 .. 1':f:; t't't tf.l .Ji! u i l $i ! n, ' ·111.r'l 1' l I 't· J t .• :tlf J ~ ,.,~ 11·'•t~i li l f lr l !JI J t' ,.· I': J ,, atr•: ff t J It: rr rt ~ ! J' J I I· [ 1J. · l • J .

~ 1ta. a· B-i f I [ Ii Sil l r rl l a, 3 ' I· 'I 5 !

1. "4~.i?«, 4,t.;z( .. , :;.q., ,#4,!4 ,,AWWW\i..U)D:6;4--'M ,QILQ ; I 4 IQ 4» .½,(1¢4,,1 1¢#. l!( .$ Z $1!W. 'QOZOL:C 1140, k, , .tii$fl,,4, p 4.¢ .. , .¥C&# .. . I.. $ pg ,QA ,. 4. . I ,C , . I . . ( . . # .•.. J .....•. J •·--- ,.,._ . .. .. v~, •• ~

Page 44: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

Sill !" 9'" P ~ 'i" P- ,- qr, .., !" fl. P 9'" ,. ~ r· ;r-.,. ,.., !' p. P F'fi' ,.. l:J:I

i Jf!iff I Ifill I .!l1~!J!!fiflf!it!lfll!fl! i f!!fl}f-!ffitftiff!!Jilif i I -e i.ilaR ~ !it•! ii~ 1.trfJJ·~li-111,~1,,if i :t~~llilJ1ll!~! 1!ll1 l~i d is!- £~If J1tlrl!C <-flt! fi ~-'•~:'= {I. :rli ~ i•ilil ~i•fi 11:!liil&tll1l.tf-11t~~,11 i rl!~11l~'f1n1•~~li 1 1;1~-~~ ~ i f r · · • s· g · 111 ,_ if! _ . a • =i ft s

Cl a.l!!P .. ~!' ~•i1.sJ =• .-1 J· 'i rr:1-1.f! I .zo:r c,~ ~ ;,-1! ~ i·rr .. 'R' li1 I!=· D ~

IJi Jf(fil~tl1l~iitilit! lll (ll1:t•gtafJ1:1rt.!-sr:s•~l 1· 1 • I ~-1 i J· .. , "r f !: t .

~IL •• !_l ij·11.' 1 i- .ij !~!-11: 1f1til!li ... tl!. i' 1-~,•-~;1r~,;c.., 1 !!!ilf~! .

1~1:i1~16- lf•!.J. l;. r,11111(1 rtl;r,;r~1r!fl l~ 8f1.11.;-Btll r :il'lf t: i J o Ii 1. i ' t-f a. i 11! J ( 1 e, s K- a &· t !- f It f If Ii .f I ,. !. =' r I • II l i l I i s i 1,· rt! i(· lt~! 1~1- -,: a. ir1rt!l~i~i lir~ ,-r f~lf.rillit : 1 1 ! 1!

..,:;Jfrs l-aiii ltlln1tZ·t>ltl .1,_rl;lfg;1·1irir I.!· ir.ll_l=a.i·al! R lQ.,.l .. ii'

t11_,jr-if .i .i·lt:;i I I l 1 Il- . I.a · a· ii . . . : . . u ~ "'U ;. I - • p • ! t J i I I . I .• - & ,I" §. ._ - i If •

J'ill ; U!r( r~1!i11rh 1t;rl ~iu~, ll r{Url-n~l t ,1th 1~ j 1 J •·h lP-t(l-l"J ~ -{El! ft • ff ~ h f[ • d{ r it1i'( •

I ' I ti1J t 'l .§ii 9.-~i!I~ f If I . i 1- iii i rt r ;jf I .h•t Ju ltf~fi ;:-s.1,ltt i h ,l"iJf l~ l . lii I J-i 1- i}2 1~i rtf.l •. 11;1i ,l:i I ::1!1:!ft: i 1:.i-1 ':1-,th l hit, ! l O 1- 1 • . t t Iii . a ... 1 l r ; i - § 1 ~ . r .,-1· s !13 J'"' SI

&" j ~t -~ Ii~ :: ~ -l rf tf~ I ·ai!.1 I a: ~ ,r.~1 l t-16'•1 I t-1-n : f 11 ilf tilf f bf t ,n,11 i p •lhlfr f S'1ftl, !

•-1 I ~ l 1-' • 11j 1; Ht 1: -" t(• _ J ":a ,u .. ii - t 'lr I h J ! ii iU ti U t~i t lii;h I J. 11riJH ; ith? i

.,, cl ~ "-I

__ J,. §4~-•., ... ¥ &.~JCMIAAA fW!> $ p_j

Page 45: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

!' !>' " - :: q,, .., !"F,-P Jr" :;;; P. P P' l" ~ Pill ,- I'<'" 'C'-• .-· P' 11'1 ,.,. !" P.. r,~ I" a, ~ . ~ -iaJ~J~ 2 Ir=; rl~tt1,1s1:~~ ~ 1i11~t!.i{lil,1 8 rllriirrl_~l;lf!lflzrltffl.itrt!~! ~ -· -r1rf. i. fO ;a· IPl_!flf1 I'< l[tp·1.,.,J1r :;,at~ [[J~~!i 0 !J ·Ji!-~! ,:O !'~§_g-i i:1il[D- ~

· 3-1 ·1 ~ ~~ a. ~_iiti lie:~~ B,f~!i~r~ ~sit~ 1irJ 1i~1 .. ~:1ili!I t~1~·tt!i-:!l iv

~ f rt.:f-~tr~, . ,&-j I .[( l. 11: ;;, ~ .. 8 '"' - -- ~ .. ::i - "" • -- ,. • !a i - A-

~jl ( r § 1 ~ ~!·It~! I 1"'1 rt !fis~• 0 lifl rr'tl~lf! ~ l lr~&~~_.r _ 1 . ii . s- f !.si( ~ ll ... _ lfP.o = ... ., Eli J.._"" • .P- -i 111 _ u?iu ~ 11 ! ilit1f!1111, b1flnr ,Pi = d1t ulf ntn1f 1~ i1H-1~,,,~:1g--~f'a .. 11 l t- }il-e 5- fi ir"'I lffija ~~ ~ J.sfa. srf i5 ·!'la. a J Jl tir"'---t

, 1n1 J" l ~!" 1itlf• l tnJt1 , 1 ~ dr iv pii! i , ~i '•nui ... tJti i i I P1U!~1ihJ il '1111.iit i~ t ~:1:} ff ii!i 1! i i ~! Un iht

= lt 1 ! ~ ~ i" 1- 1 1 .i 11 1 t I 11 ~ J f <>: " a· a· I r: f It 9

!1a· 1 I ! i;;!J1 v!! !r~r ii. ~l.s f,. ,11 '11;111 's.1:rl i ! f~ i-3~~~' 8 -- . i s. .... 1- Bf e., i J. ~ I t i 11 11 , l 1 -~ ~ ij

_ _ _ _ f G: s· -s· t· . · 5 f t . rt " I & ; ,c i" i, ,i l .i :r l 11 ~ · I· I ~ f iii J " ( i t • f ;j U ·. .. · i iJ · f ~ l ! h! rl.f tHh · ~ ii l a ti ~ 11' ~- i I i? ~tJU !1

~llili [ i J ,,!. ,. fllR.f.r I!. ii s· ': '! 1· ~ 1f I J"I" 1lsr; 'J !(ii t t I ,J! rJ 1t}!r I-! '-i ~ r I h ,. 1 I I I l it- !ilh t~ irt5 L • t 1; 1 i~ 1(11! ii IJ? 1· s, t! Ii" Jr~ 1 ~ ~, Jj'll ll ~ !.( t i f 'i 1~1 ~l ·11t !• E f !. '[ . i? i l I 16 l!f ,~ ,81:11· : I 1· ,· i }l J; 1. Ji it l ~ t I.- '8 :i •· ; !I- .~i-··rt r1

a- '" S st · l o 11 I 1. i: i. } 113 f '} a a • f. f>- 1- I i i:l If a. t 1-~ f i i '" ;: 4 ~ J t i t f f i i ! it l J! i [ I 11 : l f i i ! tL!i l I ~ I r l !tt .1 I: ! ~ J if l f I t 1 ! ti ti r tf i .. r ;f .. r ~ 11 1 ! l i 11 l ir~ ~ i i- J s J] r f ! tr., f J ~ t t ~

....,... . u.: ..t ;_ .z. ;._ ct a_zz .:._•u++- .••

Page 46: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name
Page 47: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

.. BIEI5262 Page 30

c. Faf--. of u iate,nd ,udilofdc NllklllUlf, S}'lacmtolJHllllihir eJ\Nllioumd to ll"')ridt for flllurcpbaung.

If dilcriminmen t,y a cudnd« ii f01111li to 11idll, the DPMM lhlll lalr.c ~ l:ldi>_.. IICliaa wbidl may UIClu,u, l!Ul 1Klt ~ • limital to, -~ oftbe coalrad, ~ « dc'-nllld: t,ytb DPMM ll:llil c«NCliw aetionlly Ibo.~ is mads ad....,._ WTl>feml lO tbt Allomay a-.ar11 0Gb, Mlicbev• ealcin,cmaa Ill/lion-, tie a...a 111a1t ~-

:21. AMERICANS WlTR DISABILITil'.S ACT

Jr~ with ,i. ftni-. of oqu~ IUIIIIJlia, ..i,or ICfflCCI, uad« thl ~ 1h11 ODlllrldOr 111d 1111 -~ lhall cc,mply -..id! .tJ: applicalale ~ UICI pv,,i,lionl ofdia AmtriQQI wilh Ouuil~ Ad (ADA).

12. flLING AND PAYM&NTOI' TADS

11. ~~ at.....,_ .. 111111 odw..-:iC111o whkhthelllale ~llw,wili•.st.JJ • £fflhdfm-~ «~ wilh• _.,.ifdn \IOlldiiraa: 111.aflililte. of\hf,w:nds ~ Ill• llnuil oftugil,kJNll"'IUW propat)t m- t1Jr1he puqlOU of ..... 116a. «~a.ii. du-.. but Mato ooUoa ad )IIQptliy pay llif • • proYil.led in~ 144. RSMo. F« die P"l'i- ofthi1 Nl:liaa. "d'iliaof dlc vcaclo(" tlll8-. aa.y ]MNW or anity 1h11 ii oaulrOlad 1,y or it _... lllllllllNlD 0Jldld with Ille vcmar, IIOhtdis dnuglL MCk. --ar ......., lliadbni l,idd«'• .wluR to nuilbl.b:II compljmn \>ri.lb chlpler 144. RDlo. -r ,....._._. bidli:(QJ~ &ir-d.

23. TI11..ES

~12-21-n ENDOP-DOCVMENT

Page 48: Office of Administration - docservices.mo.gov · notice of contract renewal contract number cl 15262001 amendment number 002 requisition number nr 931 yyy17709086 contractor name

, ' < i, '

000 PRODUCTS, INC

P.O. BOX 249 ~ AUXVASSE, MO 65231

/.'

IFBI: B1El5262 Due Date: May 26, 2015

II 11111111 11111 70l~ 1620 0001 2~10 b237

State of Missouri DPPM P.O. Box 809 J@fferaon City1 l'<D 65102-()8()9

OPMM 21 MAY '15 AK9: 19

r- l ! 2. Mh l (»ar,

!~,

j.!' 4 !• 4•-!r.,U.A~;; ) Pi (13¥ ;_J _Q I'!'. -4.1( - F 9. ~-? ,._: .-~ ... I ?. .. ,t 4.1 .-·' ,:;.. C: J .•h . .Z. 5 •~za.:::;_;_ ·- .. $it ,I. a. sq .. _#( 4. Ai?.. 4 _ ; & Al( l ~- -•; ts i ]( .:G.64 hto;z A4iX4M.Z

I

l

I i