BID DOCUMENT: VA140562, Ozone Laundry System

advertisement
State of Wisconsin
Wis. Statutes s.16.75
DOA-3070 (R08/2003)
BIDS MUST BE SEALED AND ADDRESSED TO:
AGENCY ADDRESS:
Bruce Derge/ RFB # VA140562
Department of Administration
Consolidated Agency Purchasing Services
101 E Wilson Street, 6th Floor
Madison WI 53703
If using PO Box: P.O. Box 7867, 53707-7867
Bid envelope must be sealed and plainly marked in lower corner with due date and Request for Bid
# VA140562. Late bids will be rejected. Bids MUST be date and time stamped by the soliciting
purchasing office on or before the date and time that the bid is due. Bids dated and time stamped
in another office will be rejected. Receipt of a bid by the mail system does not constitute receipt of
a bid by the purchasing office. Any bid which is inadvertently opened as a result of not being
properly and clearly marked is subject to rejection. Bids must be submitted separately, i.e., not
included with sample packages or other bids. Bid openings are public unless otherwise specified.
Records will be available for public inspection after issuance of the notice of intent to award or the
award of the contract. Bidder should contact person named below for an appointment to view the
bid record. Bids shall be firm for acceptance for sixty (60) days from date of bid opening, unless
otherwise noted. The attached terms and conditions apply to any subsequent award.
REQUEST FOR BID #: VA140562
Bids MUST be date and time stamped no later than:
THIS IS NOT AN ORDER
BIDDER (Name and Address)
BID DUE: JUNE 5, 2014 2:00 PM CT
____________________________
____________________________
____________________________
____________________________
____________________________
Name (Contact for further information)
Bruce Derge
Phone
Date
608-264-7658
April 21, 2014
Quote Price and Delivery FOB
DESTINATION, FREIGHT PREPAID AND INSTALLED at WVH-K
Fax and e-mail bids are not accepted
Use Attachment A:
Cost Sheet
Use Attachment A:
Cost Sheet
REQUEST FOR BID
Ozone Laundry System Equipment
For
The Wisconsin Veterans Home At King, WI
FAXED BIDS OR EMAIL BIDS ARE NOT ACCEPTED
Payment Terms: Net 30
Delivery Time: See Sections 10.3.2.1 and 10.3.2.2 of this RFB
We claim minority bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Bidder must be
certified by the Wisconsin Department of Administration. If you have questions concerning the certification process, contact the Wisconsin Department of Administration, 101 E. Wilson St., 6th
Floor, Madison, WI 53703, (608) 261-2510. Does Not Apply to Printing Bids.
We claim Wisconsin certified disabled veteran-owned business preference. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED disabled veteran-owned business.
Bidder must be certified by the Wisconsin Department of Administration. If you have questions concerning the certification process, contact the Wisconsin Department of Administration, 101 E.
Wilson St., 6th Floor, Madison, WI 53703, (608) 261-2510. Does Not Apply to Printing Bids.
We are a work center certified under Wis. Stats. s. 16.752 employing persons with severe disabilities. Questions concerning the certification process should be addressed to the Work Center
Program, State Bureau of Procurement, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53702, (608) 266-2605.
Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials covered in
our bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the United
States.
Yes
No
Unknown
In signing this bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free
competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this bid has been independently arrived at without collusion with any other bidder,
competitor or potential competitor; that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the above statement is accurate under penalty of
perjury.
We will comply with all terms, conditions and specifications required by the state in this Request for Bid and all terms of our bid.
Name of Authorized Company Representative (Type or Print)
Signature of Above
Title
Date
Phone
(
)
Fax
(
)
E-mail
This form can be made available in accessible formats upon request to qualified individuals with disabilities.
Cover Page
STATE OF WISCONSIN
REQUEST FOR BID (RFB) #: VA140562
FOR: Ozone Laundry System Equipment for Four (4) Existing Washing Machines
Located at the Wisconsin Veterans Home at King, WI
TABLE OF CONTENTS
DEFINITIONS
1.0
INTRODUCTION AND PURPOSE
2.0
BIDDER QUALIFICATIONS
3.0
BID PROCESS, PROCEDURES AND INSTRUCTIONS
4.0
BID REVIEW, ACCEPTANCE AND AWARD
5.0
MANDATORY SPECIFICATIONS OF BID
6.0
PERFORMANCE REQUIREMENTS
7.0
SUPPORT REQUIREMENTS
8.0
COST INFORMATION
9.0
REQUIRED FORMS
10.0
TERMS AND CONDITIONS
Attachments to RFB Document:
Request for Bid Form (DOA-3070), Cover Sheet
Vendor Information (DOA-3477)
Vendor Reference (DOA-3478)
Vendor Agreement Form (DOA-3333)
Designation of Confidential & Proprietary Information (DOA-3027)
Attachment A - Cost Sheet
Attachment B - Bidder Response Sheet
Attachment C - Bidder Qualifications Response Sheet
Page 1 of 28
The following Definitions are used throughout the Request for Bid:
Agency
Bid
Bidder
CAPS
Department of Veterans Affairs
A price quotation specifically given to a prospective purchaser by a prospective seller; a Bid is an
offer to sell.
A Vendor submitting a response to this Request for Bid
CUL
Consolidated Agency Purchasing Services
Means all tangible and intangible information and materials, including all proprietary and Personally
Identifiable Information, being disclosed in connection with this Agreement, in any form or medium
(and without regard to whether the information is owned by the State or by a third party), that satisfy
at least one of the following criteria: (i) Personally Identifiable Information; (ii) Non-public information
related to the State’s employees, customers, technology (including data bases, data processing and
communications networking systems), schematics, specifications, and all information or materials
derived there from or based thereon; or (iii) Information expressly designated as confidential in writing
by the State.
Successful Bidder awarded the Contract
The written agreement between the successful Bidder and the State covering the commodities and
services to be performed pursuant to this RFB.
Canadian Underwriters Laboratories
Days
Are calendar Days unless otherwise specified
Department
Department of Administration
DI
Direct Injection
DOA
Department of Administration
DVB
FOB
Destination,
Prepaid, and
Installed
MBE
Wisconsin certified Disabled Veteran-owned Business
MSDS
PSIG
Material Safety Data Sheets
National Sanitation Foundation International is accredited by the American National Standards
Institute to develop American National Standards.
Occupational Safety and Health Administration
Means an individual’s last name and the individual’s first name or first initial, in combination with and
linked to any of the following elements, if the element is not publicly available information and is not
encrypted, redacted, or altered in any manner that renders the element unreadable: (a) The
individual’s Social Security number; (b) The individual’s driver’s license number or State number; (c)
The number of the individual’s financial account, including a credit or debit card account number, or
any security code, access code, or password that would permit access to the individual’s financial
account; (d) The individual’s DNA profile; or (e) The individual’s unique biometric data, including
fingerprint, voice print, retina or iris image, or any other unique physical representation, and any other
information protected by State or federal law.
Pounds per Square Inch Gauge
ROI
Return On Investment
RFB
Request For Bid
State
State of Wisconsin
Subcontractor
Person who is awarded a portion of or an existing Contract by a principal or general Contractor
UL
Underwriters Laboratories
USPS
United States Postal Services
Vendor
A person or company that sells goods or services
WVH-K
Wisconsin Veterans Home at King
Confidential
Information
Contractor
Contract
NSF
OSHA
Personally
Identifiable
Information
The shipping and installation charges are included in the price of the item, and that the shipped item
becomes the legal property and responsibility of the receiver after installation at the receiving point by
the Vendor.
Minority Business Enterprise
Page 2 of 28
1.0
INTRODUCTION AND PURPOSE
1.1
DESCRIPTION AND PURPOSE OF THE REQUEST FOR BID
The State of Wisconsin, Consolidated Agency Purchasing Services (CAPS) on behalf of the WI
Department of Veterans Affairs requests Bids for the purchase of ozone laundry system equipment for its
four (4) existing washing machines located at the Wisconsin Veterans Home at King, and intends to use
the results of this process to award a Contract. The State does not guarantee to purchase any specific
quantity or dollar amount.
1.2
BACKGROUND
The Wisconsin Veterans Home at King operates a commercial laundry which processes approximately
two million pounds of laundry annually at a 721 bed facility. This includes institutional bedding, towels,
departmental, and nursing home residents’ private laundry. Laundry can be described as from a level of
medium to heavily soiled. WVH-K is looking to obtain savings from the reduction of hot water
consumption and the fuel to heat hot water, as well as additional savings in terms of total water
consumption, chemical usage, and cost of linen replacement. See Section 10.2 of this RFB for washing
machine information.
1.3
CONTRACT TERM AND RENEWAL
The State of Wisconsin, Department of Veterans Affairs, intends to award a Contract for a one-time
purchase of the installed ozone laundry system equipment and a one (1) year maintenance Contract with
two (2) optional one-year renewals for the WVH-K.
As required by Wisconsin Statutes, continuance of a Contract beyond the limits of funds available shall be
contingent upon appropriation of the necessary funds, and the termination of the Contract by lack of
appropriations shall be without penalty.
2.0
BIDDER QUALIFICATIONS
All requirements in this section are mandatory. The following requirements must be met at no additional cost
above the pricing provided in the Bid. All Specifications are defined as minimum mandatory requirements unless
otherwise stated. Bidder must use Attachment B (Bidder Response Sheet) to respond to this section. Failure to
meet any mandatory requirements may result in rejection of the Bid. However, in the event that no Bidder is able
to meet an individual mandatory requirement, the State reserves the right to continue the review of Bids and to
select the Bid that most closely meets the requirements specified in this RFB.
Before the award of any Contract, the procurement specialist and the Agency shall be satisfied that the Bidder
has sufficient qualified resources available for performing the work described in this Bid. It is the Bidder’s
responsibility to acquaint the procurement specialist with its qualifications by submitting appropriate
documentation and through appropriate references that indicate sufficient capacity, technical competence, and
qualifications.
To be eligible for an award, Bidder must be qualified and able to provide the following as required or the Bid
response may not be considered.
Refer to Attachment C for submission and verification of required documentation for Bidder Qualifications
2.1
Bidder must submit documentation of being either the original equipment manufacturer, authorized
distributor, or dealer authorized by the manufacturer with installation, maintenance, and service
capabilities for the provided ozone laundry system equipment.
2.2
Bidder must be in the business of providing and installing ozone laundry system equipment and shall be
required to demonstrate proof of the successful completion and project time duration of these types of
services for clients of the similar size and magnitude as the VA Home at King.
2.3
Bidders must have a minimum of three years of experience providing preventative maintenance, standard
maintenance, and continuing service on ozone laundry system equipment. The Bidder shall be required
to demonstrate proof that they have completed these types of services for clients of similar size and
magnitude for a minimum of three years.
Page 3 of 28
3.0
BID PROCESS, PROCEDURES AND INSTRUCTIONS
3.1
VENDOR REGISTRATION
Only Vendors registered with the State of Wisconsin’s VendorNet shall receive future official notice for
this service/commodity. The State of Wisconsin’s purchasing information and Vendor notification service
is available to all businesses and organizations that want to sell to the State. Anyone may access
VendorNet on the Internet at http://vendornet.state.wi.us to get information on State purchasing practices
and policies, goods and services that the State buys, and tips on selling to the State. Vendors may use
the same Web site address for inclusion on the Bidders list for goods and services that the organization
wants to sell to the State.
3.2
CORRESPONDENCE, CLARIFICATIONS AND QUESTIONS
Vendors are expected to submit in writing any questions, exceptions, or additions they have concerning
the RFB document by Tuesday May 8, 2014. If a Vendor discovers any significant ambiguity, error,
conflict, discrepancy, omission, or other deficiency in this RFB, the Vendor should immediately notify the
below named individual of such error and request modification or clarification of the RFB document.
Send communications to: bruce.derge@wi.gov
In the event that it becomes necessary to provide additional clarifying data or information, or to revise any
part of this RFB, supplements or revisions shall be posted on VendorNet.
Any contact with State employees or administrative appointees concerning this RFB is prohibited, except
as authorized by the procurement specialist during the period from date of release of the RFB until the
notice to Contract is released. Violation of this condition may be considered sufficient cause for rejection
of a Bid, irrespective of any other conditions
3.3
CALENDAR OF EVENTS
DATE
EVENT
April 21, 2014
May 1, 2014
May 8, 2014
May 15, 2014
Date of Issue of the RFB
Site Visit (Thursday)
Date Questions Due from Vendors
Post Questions and Answers to VendorNet (Estimated)
JUNE 5, 2014 2:00 PM CT
BIDS DUE FROM VENDORS
3.4
SITE VISIT
A site visit is scheduled for from 1:00 to 2:00 PM CT on Thursday May 1, 2014 at the Wisconsin Veterans
Home at King, N2665 County Rd QQ, King, WI 54946, John R. Moses Central Services Building, Room
33. The contact at the WVH-K is Nancy O’Connell. Bidders are encouraged visit the job site prior to
submitting a Bid to assure themselves and the Agency that they fully understand all installation
requirements of the project. No additional charges shall be allowed for lack of information. All questions
raised must be posed in writing to Nancy O’Connell, Purchasing Agent, immediately following the site
visit. The questions and answers will be posted on VendorNet.
3.5
REASONABLE ACCOMMODATIONS
The State shall provide reasonable accommodations, including the provision of informational material in
an alternative format, for qualified individuals with disabilities upon request. If the Vendor needs
accommodations at a Bid opening/Vendor conference, contact Bruce Derge at bruce.derge@wi.gov
3.6
SUBMITTING A BID
Vendors shall submit an original Bid, marked as such, and one Bid copy of all materials required for
acceptance of their Bid by the deadline THURSDAY JUNE 5, 2014 2:00 PM CT as shown on the RFB
(DOA-3070) form. These materials shall be delivered to:
Page 4 of 28
USPS ADDRESS
COMMON CARRIER ADDRESS
Bruce Derge/ RFB # VA140562
Department of Administration
State Bureau of Procurement
PO Box 7867
Madison WI 53707-7867
Bruce Derge/ RFB # VA140562
Department of Administration
State Bureau of Procurement
101 East Wilson Street, 6th Floor
Madison WI 53703
Bid shall be received in the above common carrier office address and time-stamped by the State Bureau
of Procurement prior to the stated opening time. Bids not so stamped shall be considered late and shall
be rejected. Receipt of a Bid by the USPS P.O. Box or State mail system does not constitute receipt of a
Bid by the State Bureau of Procurement, for purposes of this RFB.
All Bids shall be packaged, sealed, and show the following information on the outside of the package:
Bidder’s Name and Address
Request for Bid Title
Request for Bid Number
Bid Due Date
Hand Delivered Bids:
The Department of Administration, at 101 E. Wilson St. in Madison, has building security policies and
procedures. There is a security checkpoint at the first floor lobby. All visitors will be required to provide
current identification and sign in for a visitor’s pass. Security personnel will call the intended procurement
specialist prior to the visitor being allowed to proceed to their destination in the DOA building. This
means Bidders must have the procurement specialist’s name to allow the security guard to place a call to
the procurement specialist. It is the Bidder’s responsibility to allow ample time to clear security before
reaching the Bureau of Procurement office to obtain the required Bid time-stamp.
3.7
FAXED BID
Faxed Bids shall not be accepted.
3.8
E-MAILED BID
E-mailed Bids shall not be accepted.
3.9
FORMAT OF BID
Vendors responding to this RFB must comply with the following format requirements:
.

TAB 1
Signed Request for Bid Form (DOA-3070): This is the Bid cover page. Bids submitted in response
to this RFB shall be signed by the person in the Vendor's organization who is responsible for the
decision as to the prices being offered in the Bid or by a person who has been authorized in writing to
act as agent for the person responsible for the decision on prices.
By submitting a signed bid, the Vendor's signatories certify that in connection with this procurement:
(a) The Vendor's organization or an agent of the Vendor's organization has arrived at the prices
in its bid without consultation, communication or agreement with any other respondent or with
any competitor for the purpose of restricting competition.
(b) The prices quoted in the bid have not been knowingly disclosed by the Vendor's organization
or by any agent of the Vendor's organization and shall not be knowingly disclosed by same,
directly or indirectly, to any other respondent or to any competitor.
(c) No attempt has been made or shall be made by the Vendor's organization or by any agent of
the Vendor's organization to induce any other person or firm to submit or not to submit a Bid
for the purpose of restricting competition.
Page 5 of 28

Vendor Information Form (DOA-3477): Include all additional information that shall be essential to
an understanding of the Bid. This might include diagrams, excerpts from manuals, or other
explanatory documentation that would clarify and/or substantiate the Bid document.

Vendor References Form (DOA-3478): List at least three (3) Vendors with whom the Bidder has
done business similar to that required by this solicitation within the last three (3) years. For each
client/customer/buyer/organization listed, the Bidder shall include the company name, address,
contact person and telephone number along with a brief description of the product/service, which was
the basis for the business relationship. The Agency shall determine which, if any references to
contact to assess the quality of the service.

Vendor Agreement Form (DOA-3333): This is the Wisconsin’s Cooperative Purchasing Service
which gives Contractors participating in this service opportunity for additional sales without additional
Bidding.

Designation of Confidential & Proprietary Information Form (DOA-3027): The attached material
submitted in response to this Bid that includes proprietary and Confidential Information which qualifies
as a trade secret, as provided in s. 19.36(5), Wis. Stats.
TAB 2

Attachment A - Price Sheet: Complete per instructions and provide price information on Attachment
A - Price Sheet included in this RFB. Include all costs for furnishing the service(s) in the Bid in
accordance with the terms and conditions in this RFB. No alternate price formats shall be accepted.
See Section 8.0 of this RFB.
TAB 3

Attachment B - Bid Response Sheet: Complete per instructions. All the sections listed on the Bid
Response Sheet are mandatory requirements. Failure to meet any mandatory requirement may result
in rejection of the Bid. However, in the event that no Bidder is able to meet an individual mandatory
requirement, the State reserves the right to continue the review of Bids and to select the Bid that most
closely meets the requirements specified in this RFB. Refer to Sections 2, 5, 6, and 7 of this RFB.
TAB 4

Attachment C - Bidder Qualifications Response Sheet:
documentation. See Section 2.0 of this RFB.
Complete and return with required
TAB 5

OSHA Safety Compliance: Bidder must supply documentation showing compliance with OSHA
safety standards. See Sections 5.1.2 and 5.1.3 of this RFB. Please refer to the following web link for
additional information: http://www.cdc.gov/niosh/docs/81-123/pdfs/0476.pdf
TAB 6

Independent Laboratory Certification: Bidder must supply data from an independent lab showing
kill test results. See Section 5.1.5 of this RFB. Please refer to the following web link for additional
information: http://www.astm.org/Standards/E2315.htm
TAB 7

Return on Investment Projection: Bidder must supply a detailed Return On Investment (ROI)
projection for their proposed system based upon the 721 bed facility at the VA Home at King, WI.
See Section 10.1 of this RFB.
BIDDERS DO NOT NEED TO SEND A COPY OF THE ENTIRE BID DOCUMENT.
Page 6 of 28
4.0
3.10
MULTIPLE BIDS
Multiple bids from a Bidder shall be permissible; however, each bid shall conform fully to the requirements
for Bid submission. Each such Bid shall be separately submitted and labeled as Bid #1, Bid #2, etc. on
each page included in the response.
3.11
INCURRING COSTS
The State of Wisconsin is not liable for any cost incurred by a Bidder in the process of responding to this
RFB.
3.12
NEWS RELEASES
News releases pertaining to the RFB or to the acceptance, rejection, or evaluation of Bids shall not be
made without the prior written approval of the State.
BID REVIEW, ACCEPTANCE AND AWARD
4.1
METHOD OF BID
Bidder shall provide a Line Item Cost for Items 1-3 and a Net Total Cost on Attachment A - Cost Sheet of
this RFB.
4.2
METHOD OF AWARD
The Bid Award(s) will be made on the basis of the lowest responsive, responsible Bidder. Prices Bid must
be in US dollars unless otherwise indicated. Bids that require a specific quantity or dollar amount will be
disqualified. In the event of Bidder error in calculation, Line Item Cost shall prevail in award.
The Department of Veterans Affairs will award to one Bidder. The award will be based on the lowest Net
Total Cost on Attachment A – Cost Sheet of this RFB.
4.3
BID OPENING
Bids shall be opened on THURSDAY JUNE 5, 2014, 2:00 PM CT at 101 E. Wilson St., 6th Floor. Names
of the Bidders may be read aloud at that time.
4.4
BID REVIEW AND ACCEPTANCE
Bids shall be reviewed by the Department Procurement Specialist and procuring Agency to verify that
Bidders meet all specified requirements in this RFB. Bidders that are unable to comply with specifications
contained in this RFB shall be rejected by the State. The State shall be the sole judge as to compliance
with the instructions contained in this RFB.
4.5
MINORITY PREFERENCE
The State of Wisconsin is committed to the promotion of minority businesses in the State’s purchasing
program. Authority for this program is found in Wisconsin Statutes s. 16.287.
Minority-owned business enterprises (MBEs) are certified by the Wisconsin Supplier Diversity
Program. Program information is found at: http://wisdp.wi.gov/. Wisconsin Statutes provide for a
permissive 5% price preference for State-certified MBEs that compete for State Contracts. This means
that State agencies may make an award to the MBE submitting the lowest qualified Bid when that
qualified Bid is not more than 5% higher than the apparent low Bid.
The awarded Contractor is strongly urged to use due diligence to further this policy by awarding
subcontracts to MBEs or by using such enterprises to provide goods and services incidental to this
Contract. A listing of State-certified MBEs, as well as services and commodities they provide, is available
at: http://wisdp.wi.gov/.
4.6
WISCONSIN CERTIFIED DISABLED VETERAN-OWNED BUSINESSES
The State of Wisconsin is committed to the promotion of disabled veteran-owned businesses in the
State’s purchasing program. Authority for this program is found in Wisconsin Statutes s. 16.283.
Disabled Veteran-owned Businesses (DVBs) are certified by the Wisconsin Supplier Diversity
Program. Program information is found at. Wisconsin Statutes provide for a permissive 5% price
preference for State-certified DVBs that compete for State Contracts. This means that State agencies
may make an award to the DVB submitting the lowest qualified Bid when that qualified Bid is not more
than 5% higher than the apparent low Bid.
Page 7 of 28
The awarded Contractor is strongly urged to use due diligence to further this policy by awarding
subcontracts to DVBs or by using such enterprises to provide goods and services incidental to this
Contract. A listing of State-certified DVBs, as well as services and commodities they provide, is available
at: http://wisdp.wi.gov/.
The State Bureau of Procurement DVA program manager shall review and approve in writing any
decision not to award to the lowest qualified Bid.
4.7
5.0
NOTIFICATION OF AWARD
All Bidders who respond to this RFB with a Bid shall be notified in writing of the State's Contract award as
a result of this RFB.
MANDATORY SPECIFICATIONS OF BID
All requirements in this section are mandatory. The following requirements must be met at no additional cost
above the pricing provided in the Bid. All Specifications are defined as minimum mandatory requirements unless
otherwise stated. Bidder must use Attachment B (Bidder Response Sheet) to respond to this section. Failure to
meet any mandatory requirement may result in rejection of the Bid. However, in the event that no Bidder is able to
meet an individual mandatory requirement, the State reserves the right to continue the review of Bids and to
select the Bid that most closely meets the requirements specified in this RFB.
5.1
GENERAL EQUIPMENT REQUIREMENTS
5.1.1
Each ozone unit must contain one oxygen concentrator and air dryer. Each unit must also
include one air delivery control and one ozone generator for each washer. The control boxes
shall include necessary on/off switches, signal lights, and gauges including LED lights showing
each generator functions, air pressure and flow meter gauges.
5.1.2
System equipment shall contain sensors which monitor levels on ozone in the air within the
laundry facility. This sensor must automatically shut down all ozone equipment if OSHArecommended levels are approached while leaving all laundry equipment fully functional. See
Section 3.9, TAB 5 of this RFB.
5.1.3
System equipment shall meet all OSHA safety standards as documented by testing and approval
by an independent organization. Bidder must supply documentation specific to their system
along with the Bid submission. See Section 3.9, TAB 5 of this RFB.
5.1.4
Provide Compact Modular Ozone generators to fit washer/extractors as indicated in the machine
information shown in Section 10.2 of this RFB. System shall be designed to allow for expansion
and reduction of the current laundry operations.
5.1.5
System equipment must generate ozone capable of complete destruction (99.99%) and effective
killing of bacteria in every load of wash. System equipment shall effectively destroy all pathogens
and bacteria, including but not limited to MRSA, C-diff, Aspergillus niger, E-Coli, HIV and
Hepatitis along with complete disinfection of all wash cycles. The Bidder must provide data from
an independent laboratory showing compliance with this specification for their system equipment.
See Section 3.9, TAB 6 of this RFB.
5.1.6
All washer/extractors shall be reprogrammed with new formulas (ae) to enable functioning with
ozone washing system(s) and be evaluated for system(s) failure(s) which would prevent normal
washer operation.
5.1.7
CONTROLS
Installation(s) of ozone generation equipment shall include the following interlocking controls:
Door safety switch, Thermal protection on the ozone generator module(s), Vacuum loss
indicator(s) and Pressure loss indicator(s).
5.1.8
POWER SUPPLY
5.1.8.1 Self-contained, solid state, high frequency 220 volt, 60 Hz, 15 Amp supply.
5.1.8.2
The Contractor must provide installation of interconnections between the washers,
ozone generators, and including all electrical connections to existing Agency wiring.
Page 8 of 28
5.1.8.3
5.1.9
All electrics must comply with current industry codes, including and not limited to all
local, State, and federal regulations.
Contractor must have access to replacement parts within five (5) Days of the initial service call to
service all machines listed.
5.1.10 Pursuant to 2009 Wisconsin Act 136 [§16.75(1)(a)1, Wis. Stats.], any services shall be performed
within the boundaries of the United States. The inability to perform services in the United States
shall be grounds for disqualifying your Bid for this Contract.
5.2
TECHNICAL SPECIFICATIONS AND REQUIREMENTS
5.2.1
SPECIFICATIONS AND REQUIREMENTS FOR OXYGEN CONCENTRATORS
5.2.1.1 Oxygen generator systems shall utilize an oxygen concentrator to supply low pressure (010 pounds per square inch gauge) (PSIG) oxygen feed gas enabling ozone production at
high concentrations and low flow rates.
5.2.1.2 Oxygen concentrators shall be capable of supplying oxygen at the rated flow rate of the
oxygen generator (within model specifications) at a minimum of ninety-one percent (91%)
purity.
5.2.1.3 Feed gas from oxygen concentrator shall be dry to less than minus 70° C dew point.
5.2.2
SPECIFICATIONS AND REQUIREMENTS FOR OXYGEN GENERATOR MODULES
5.2.2.1 Oxygen generator modules shall be encased in a finned aluminum heat sink or mounted
in a water cooled jacket.
5.2.2.2 Internal components which come in contact with ozone shall be constructed of ozone
resistant materials such as: stainless steel, ceramic, Alfas, Teflon and/or Tygon.
5.2.2.3 All components must meet UL and CUL approval/certification and NSF Standard 50
listed.
5.2.2.4 Must be equipped with solid state electronics and spice control.
5.2.2.5 Fully adjustable output: 0-100% with status display indicators.
6.0
PERFORMANCE REQUIREMENTS
All requirements in this section are mandatory. The following requirements must be met at no additional cost
above the pricing provided in the Bid. All Specifications are defined as minimum mandatory requirements unless
otherwise stated. Bidder must use Attachment B (Bidder Response Sheet) to respond to this section. Failure to
meet any mandatory requirement may result in rejection of the Bid. However, in the event that no Bidder is able to
meet an individual mandatory requirement, the State reserves the right to continue the review of Bids and to
select the Bid that most closely meets the requirements specified in this RFB.
6.1
Ozone generation concentration must be able to range at levels to accommodate light to heavily soiled
laundry – a required two percent to ten percent (2% to 10%) by weight.
6.2
Generator module(s) and all materials that come in contact with ozone shall be constructed of stainless
steel, ceramic, Alfas, Teflon or Tygon. Generator module(s) must be constructed of non-combustible or
ozone resistant materials.
6.3
Vacuum controlled and electronically activated via either air and/or water solenoids. (If needed by the
particular system Bid.)
6.4
Produce a minimum of 1.00 parts per million (ppm) ozone in wash water.
6.5
System must produce ozone levels to remove the organic content of all wash loads containing laundry
from light to very heavily soiled. Heavily soiled laundry consists of items saturated with urine and feces.
Contractor shall adjust the formulae and equipment to meet approval of the WVH-K during the first six (6)
months of the installation at no charge.
Page 9 of 28
7.0
6.6
The proposed system shall include control panels on each machine which allow for automatic and
manual adjustment for changing soil content from load-to-load.
6.7
The ozone generator must provide ozone to the washer continuously throughout each wash.
6.8
System shall monitor the level of ozone in each washer throughout the wash cycles.
6.9
System shall allow for addition of larger or additional washer/extractors.
6.10
Compact direct injection (DI) ozone generator into washer’s drum, not piping.
6.11
Equipped with a bypass system to allow for use with traditional hot water environment.
6.12
All transport tubing (tubes, hoses, etc.) shall be constructed of Teflon, Tygon and/or stainless steel.
Valves and fittings shall be type 316 stainless steel (which is an austenitic chromium-nickel stainless steel
containing molybdenum offering superior corrosion resistance).
6.13
Generator module and power supply shall be designed such that contaminants entering the module,
including water back flow will not be destructive to the module, electrics and/or power supply.
6.14
Generated ozone shall be maintained under vacuum until the point of injection into the process (washing)
water. Critical vacuum loss in the generator module shall cause a system fault and initiate shutdown. (If
needed by the particular system Bid.)
6.15
Oxygen feed component with serviceable compressor, 110 volt, built-in hour meter and 110 cubic feet per
minute (CFM) (minimum) cooling fan.
SUPPORT REQUIREMENTS
All requirements in this section are mandatory. The following requirements must be met at no additional cost
above the pricing provided in the Bid. All Specifications are defined as minimum mandatory requirements unless
otherwise stated. Bidder must use Attachment B (Bidder Response Sheet) to respond to this section. Failure to
meet any mandatory requirement may result in rejection of the Bid. However, in the event that no Bidder is able to
meet an individual mandatory requirement, the State reserves the right to continue the review of Bids and to
select the Bid that most closely meets the requirements specified in this RFB.
7.1
7.2
TRAINING
7.1.1
Contractor shall provide onsite an all-inclusive start-up detailed consultation and training program
for the laundry personnel. To include and not be limited to: standard operating procedures, safety
procedures, quality assurance of finished laundry, trouble shooting, maintenance, and achieving
peak economical and efficiency savings. Training for operational updates is to be provided in text
format and the Contractor shall also provide wall posters detailing ozone laundry operations in
addition to supplying an electronic version (i.e., PDF).
7.1.2
Contractor shall provide wall posters detailing warning and advisory labels and decals identifying
that ozone is being used in the washing process.
MAINTENANCE
7.2.1
Bidder must provide a maintenance and inspection annual cost for a one (1) year maintenance
Contract with two (2) optional one-year renewals for the WVH-King. See Attachment A – Cost
sheet of this RFB.
7.2.2
Contractor must provide performance and safety maintenance inspections as required by the
manufacturer and any other local, State, and federal codes. Contractor must set up dates and
times with the Agency contact person. Contractor must perform all maintenance on site unless
the Agency has granted permission to remove equipment from site.
7.2.3
The Contractor shall provide a certified manufacturer trained technician to perform regular
maintenance on a scheduled time and date for parts and labor on all equipment according to the
manufacturers requirements. Requests to repair or replace any equipment at the States expense
must be approved in advance by the appropriate site contact prior to any actual work being
performed.
Page 10 of 28
8.0
9.0
7.2.4
The Contractor shall meet with either the Plant Maintenance Engineer, Maintenance Mechanic
Foreman, or Laundry Supervisor when equipment needs additional repairs to ensure systems are
functioning at 100%.
7.2.5
The Contractor shall conduct its work so as to interfere as little as possible with State business,
determine the State’s normal working conditions and activities in progress and shall conduct the
work in the least disruptive manner.
7.2.6
The Contractor shall secure and pay for all permits, inspections, and licenses necessary for the
execution of his work.
7.2.7
The Contractor shall complete the scope of work and bid requirements to the satisfaction of the
Agency and in accordance with the specifications herein mentioned, at the price herein agreed
upon. The work, labor, and equipment furnished under the Contract, shall be done and finished
strictly pursuant to, and in conformity with the specifications described herein and any directions
of the Agency representatives as given from time to time during the progress of the work, under
the terms of the Contract.
7.2.8
The Contractor shall at its expense, wherever necessary or required, furnish safety devices and
take such other precautions as may be necessary to protect life and property.
7.3
TESTING
Each ozone generator shall be tested at its maximum rated output for at least twenty-four (24) hours prior
to shipment. Documentation of final output shall be certified and said certification included with each
generator(s) shipped to the Wisconsin Veterans Home at King laundry Department. Documentation shall
be given to the Laundry Supervisor or designee prior to the installation of that particular generator.
7.4
WARRANTY
Contractor must honor, at a minimum; a two (2) year parts and service warranty on all items furnished as
part of this Request for Bid. Contractor must furnish all warranty repairs or provide alternate source of
local warranty repair at no extra cost to the Agency. See Attachment A – Cost sheet of this RFB.
COST INFORMATION
8.1
Bidders must submit pricing on Attachment A - Cost Sheet of this Bid document. The Bidder shall submit,
in U.S. dollars, a Line Item Cost for Items 1-3. Bidder shall sum the Line Item Cost column for Items 1-3
and enter as a Net Total Cost. In the event of a calculation error, the Line Item Cost will prevail.
8.2
Bidders must complete Attachment A - Cost Sheet and shall not alter the Attachment A - Cost Sheet in
any manner. Failure to provide pricing for all (Line Items: 1-3) may result in rejection of Bid. Alternate
pricing formats will not be accepted, and may result in disqualification of the Bid.
8.3
Bidder must also submit an itemized price list that includes equipment, parts, delivery, and complete
installation to be used for information purposes only.
8.4
Pricing shall remain firm for the initial Contract period. Any price increases after the initial
Contract period shall be received in writing and must be approved by both the Agency and the Contractor.
8.5
All pricing must include freight, delivery and complete installation.
REQUIRED FORMS
The following forms shall be completed and submitted with the Bid in accordance with the instructions given in
Section 3; Bid Process, Procedures, and Instructions.
TAB 1
Request for Bid Form (DOA-3070), Cover Sheet – Completed and Signed
TAB 1
Vendor Information Form (DOA-3477)
TAB 1
Vendor Reference Form (DOA-3478)
TAB 1
Vendor Agreement Form (DOA-3333)
TAB 1
Designation of Confidential & Proprietary Information Form (DOA-3027)
TAB 2
Attachment A - Cost Sheet
Page 11 of 28
10.0
TAB 3
Attachment B - Bidder Response Sheet
TAB 4
Attachment C - Bidder Qualifications Response Sheet
TAB 5
OSHA Safety Compliance
TAB 6
Independent Laboratory Certification
TAB 7
Return On Investment (ROI) Projection
TERMS AND CONDITIONS
The State of Wisconsin reserves the right to incorporate standard State Contract provisions into any Contract
negotiated with any proposal submitted responding to this RFB (Standard Terms and Conditions (DOA-3054).
Bidders must accept these terms and conditions. Submission of any standard Vendor Contracts as a substitute
for language in the terms and conditions is not a sufficient response to this requirement and may result in
rejection of the Vendor's Bid. The State reserves the right to negotiate contractual terms and conditions other
than those in the State of Wisconsin Contract when it is in the best interest of the State to do so. Failure of the
successful Bidder to accept these obligations in a contractual agreement may result in cancellation of the award.
SPECIAL TERMS AND CONDITIONS
10.1
RETURN ON INVESTMENT (ROI)
Bidders shall be required to submit a detailed projected return on investment (ROI) with their Bid
response. If, after installation and a run time of six (6) months, the equipment fails to deliver a minimum of
90% of the projected ROI the Contractor may be required to remove the equipment, at no further cost to
the State, and refund a minimum of 75% of the contracted price. See Section 3.9, TAB 7 of this RFB.
10.2
AGENCY MACHINE INFORMATION:
Washer
#
Machine Description
Standard
Wash
Load (lbs)
Load Description
Volts
Amps
Estimated
Loads per Day
1
Braun 600 pound, 3-Pocket,
Model 600NMTDP-8
480
Medium to Heavy
Soiled
220
53
8
2
Braun 400 pound, 2-Pocket,
Model 400NMTDP-2
320
Medium to Heavy
Soiled
220
40
8
3
Braun 200 pound, 2-Pocket,
Model 200NMTDP-2
160
Medium to Heavy
Soiled
220
49
8
4
Uniwash 100 pound, Open
Pocket, Model
UW100PVQU50001
100
Heavy Soiled
220
12
6
10.3
DELIVERY AND INSTALLATION REQUIREMENTS
10.3.1 Items are to be installed at the Wisconsin Veterans Home at King laundry located in the John R.
Moses Central Services Building, N2265 County Road QQ, King, WI
54946 F.O.B.
DESTINATION FREIGHT PREPAID INCLUDED AND INSTALLED. Bid prices must include all
packing, freight, insurance, set-up, instruction and operation manual charges and all other items
as stipulated in this RFB. Items must be set in place in an area designated by Wisconsin
Veterans Home at King Laundry Supervisor, demonstrated to be in operating condition, and
approved by Laundry Supervisor or designee. All debris must be removed from the Wisconsin
Veterans Home at King premises and properly disposed of by the Contractor. Upon installation all
operating instructions, operating and maintenance manuals, must be furnished to the personnel
identified in the Contract and/or Purchase Order.
10.3.2 Installation of equipment must be completed during the Monday through Friday work-week
without disrupting normal operation of the laundry. Normal laundry operation is 5:00 a.m. to 2:30
p.m.
10.3.2.1 Installation of the ozone laundry system equipment shall commence no later than
fourteen (14) Days after the issuance of the purchase order.
Page 12 of 28
10.3.2.2 All ozone laundry system equipment installations must be completed within five (5)
business days of delivery.
10.3.3 Delivery of orders shall only be made to the Wisconsin Veterans Home at King Monday through
Friday, during the hours of 8:00am to 2:30pm. No weekend or State holiday deliveries.
10.3.4 Packing: Each package of goods shall be delivered in standard containers so constructed as to
ensure acceptance by common or other carriers for safe transportation at the lowest rate to the
point of destination.
10.3.5 Preparation for Delivery: Commercial packages shall be acceptable. Items shall be packed in
substantial containers, so constructed as to ensure acceptance by common or other carriers for
safe transportation, at lowest rate, to the point of delivery. Packaging that can be returned or is
recyclable or made from recycled materials is desired. The shipping containers shall be marked
with the name of the material, size, type and quantity contained therein, name of Contractor, and
the purchase order number
10.3.6 Marking: Each carton/case must be clearly marked with the product, style number, product type,
size and color.
10.3.7 Delivery ticket: must be in duplicate. All delivery tickets shall be signed by Agency personnel who
have checked order copy against delivery ticket. Delivering personnel must retain one copy of
signed delivery ticket for billing purposes.
10.3.8 Material Safety Data Sheets (MSDS): If any item(s) on this order is a hazardous chemical, as
defined under OSHA 29 CFR 1910.1200, or an infectious agent, as defined by s. 101.58, Wis.
Stats., the Contractor shall include the appropriate Material Safety Data Sheet(s) with the initial
shipment and with the first shipment after a Material Safety Data Sheet is updated. The
Contractor shall send the initial or updated Material Safety Data Sheet(s) with a complete
container, partial container or single product. The distributor, manufacturer or Contractor may
make access to Material Safety Data Sheets available online via their website; however, Material
Safety Data Sheets must be provided as stated herein, regardless of online availability, to meet
State of Wisconsin and United States Department of Labor, Occupational Safety and Health
Administration (OSHA) requirements.
Material Safety Data Sheets must be provided as stated herein to:
Agency Name:
WI Department of Veterans Affairs
Agency Division, Bureau:
Wisconsin Veterans Home at King
Program Manager Name, Title:
Holly Brogaard, Laundry Supervisor
Agency Address:
N2665 County Rd QQ
City, State & Zip Code:
King, WI 54946
10.3.9 Agency shall not accept damaged hazardous material. It is the Contractor or freight company’s
responsibility for Hazmat clean up.
10.4
SERVICE
10.4.1 SERVICE CALLS
Service calls must be acknowledged within four (4) hours during a normal Monday through Friday
(6:00 AM to 2:30 PM CT - work Day), excluding State holidays. Trouble-shooting, problemsolving and other technical support shall be available by phone or email within twenty-four (24)
hours or the next business Day; whichever comes first. Service calls requiring repairs shall be
negotiated at the time of need. The service representative shall leave with the ordering
Department a dated written report indicating the service performed. Report must be signed by
the Wisconsin Veterans Home at King Laundry Supervisor or laundry staff member in charge of
the machine.
Page 13 of 28
10.4.2 MANUFACTURER TRAINED AND CERTIFIED TECHNICIANS
Contractor must use only manufacturer trained and certified technicians for this Contract. The
service technician(s) must be trained and have experience with installation, set-up, operation,
maintenance and training for ozone laundry system equipment products as supplied by the
Contractor.
10.4.3 SERVICE CENTER SIGNAGE
Contractor must submit the name, address, phone number, fax number and email of the certified
technician supported service center for Agency approval. Then post and maintain a glass or
plastic covered sign (8”x11”) in the laundry area with the name, address, phone number, fax
number and email of the accepted service center facility.
10.5
SERVICE CENTER
The Contractor shall make service available twenty-four (24) hours per Day, seven (7) Days per week.
Contractor must submit the name, address, phone number and email of the service center which is
supported by manufacturer certified technicians.
10.6
EMERGENCY AND REPAIR SERVICE
Contractor must provide manufacturer certified technicians to repair or replace defective equipment for
the warranty period without additional cost to the Agency for labor, materials, parts, travel and other
expenses, unless such services are required because of misuse, negligence, willful damage, improper
maintenance or accident by other parties. Required time-frame for emergency service repair completion
per incident shall be determined by the Agency.
10.7
SUBCONTRACTORS
If Subcontractors are to be utilized, include information regarding the proposed Subcontractors including
the name of the company, their address, phone, email and three references with contact personnel and
information for each Subcontractor. Subcontractors will only be allowed on WVH-K premises to perform
work upon written approval five (5) Days in advance from the Agency site contact person.
10.8
SHIPMENTS, DUPLICATES, AND OVER SHIPMENTS
Upon notification by the Agency of a duplicate or over shipment, item must be removed at the
Contractor’s expense. If such goods are not removed within 30 Days of written notification, the Agency
reserves the right to dispose of them as its own property and shall not be held liable for the cost.
10.9
ITEM RETURN POLICY / DEFECTIVE PRODUCT
Contractor shall provide for return of items ordered in error for up to 30 calendar Days from receipt with
the Agency paying only the return shipping costs.
The State of Wisconsin reserves the right to reject any shipments that it deems to be faulty. Such
shipments shall be returned at the Contractor(s) expense. The State shall not be responsible for charges
incurred as a result of the defective product. If the Contractor(s) is then unable to furnish an acceptable
product, the State of Wisconsin may elect to purchase from another Vendor such quantities as may be
needed to fulfill the immediate requirement(s). Any difference in costs between the Contract price and
the price of such shipment(s) from another Vendor shall be deducted from any monies, which may be due
to the Contractor.
10.10
NEW PRODUCTS
All items Bid shall be manufacturer’s current production products, unless otherwise specified. All
equipment Bid must be new, unless otherwise specified. New or replacement items for discontinued
products must meet or exceed the original specifications and quality requirements and must be preapproved by the Agency before being installed.
10.11
PRIME CONTRACTOR AND MINORITY BUSINESS SUBCONTRACTORS
The prime Contractor shall be responsible for Contract performance when Subcontractors are used.
However, when Subcontractors are used, they shall abide by all terms and conditions of the Contract. If
Subcontractors are to be used, the Bidder shall clearly explain their participation prior to commencement
of work by any Subcontractor. All Subcontractors must be approved by Agency.
The State of Wisconsin’s policy provides that minority owned business enterprises certified by the
Wisconsin Department of Administration, Office of Minority Business Program, should have the maximum
opportunity to participate in the performance of its Contracts. The Contractor is strongly urged to use due
Page 14 of 28
diligence to further this policy by awarding subcontracts to minority owned business enterprises, or by
using such enterprises to provide goods and services incidental to this requested service or Contract, with
a goal of awarding at least 5% of the award amount of this request for Bid to such enterprises.
A listing of certified minority businesses, as well as the services and commodities they provide, is
available from the Department of Administration, Office of Minority Business Program, (608) 261-2510.
The list is published on the Internet at http://wisdp.wi.gov/
10.12
TERMINATION OF CONTRACT(S)
The State may terminate this Contract for convenience at its sole discretion by providing a written notice
to the Contractor at least ninety (90) Days in advance of the intended date of termination.
In the event of termination for convenience by the State, the Contractor shall be entitled to receive
compensation for any Fees owed under this Contract upon the date of effective termination. The
Contractor shall also be compensated for partially completed Services. In this event, compensation for
such partially completed Services shall be no more than the percentage of completion of the Services
requested, at the sole discretion of the State, multiplied by the corresponding payment for completion of
such Services as set forth in this Contract. Alternatively, at the sole discretion of the State, the Contractor
may be compensated for the actual service hours provided. The State shall be entitled to a refund of
Fees for Services paid for but not received or implemented, such refund to be paid within thirty (30) Days
of written notice to the Contractor requesting the refund.
10.13
TERMINATION FOR CAUSE
The State may terminate this Contract after providing the Contractor with thirty (30) calendar Days written
notice of the Contractor’s right to cure a failure of the Contractor to perform under the terms of this
Contract.
The Contractor may terminate this Contract after providing the State one hundred and twenty (120) Days’
notice of the State’s right to cure a failure of the State to perform under the terms of this Contract.
Upon the termination of this Contract for any reason, or upon Contract expiration, each party shall be
released from all obligations to the other party arising after the date of termination or expiration, except for
those that by their terms survive such termination or expiration.
10.14
TERMINATION OF PURCHASE ORDER
The State may terminate an individual Purchase Order if it determines that the Contractor is unable to
deliver the Application or Licensed Services or provide the Application required in a timely manner, in
order to meet the business needs of the State.
10.15
CONTRACT CANCELLATION FOR CONTRATOR DEFICIENCIES
The State reserves the right to cancel this Contract in whole or in part without penalty, upon written notice
to the Contractor, if the Contractor:

Fails to perform any material obligation required under this Contract after a thirty (30) Day notice
and cure period;

Files a petition in bankruptcy, becomes insolvent, or otherwise takes action to dissolve as a legal
entity;

Makes an assignment for the benefit of creditors;

Fails to follow the sales and use tax certification requirements of s. 77.66, of the Wisconsin
Statutes;

Incurs a delinquent Wisconsin tax liability;

Fails to submit a non-discrimination or affirmative action plan as required herein;

Fails to follow the non-discrimination or affirmative action requirements of subch. II, Chapter 111,
of the Wisconsin Statutes (Wisconsin’s Fair Employment Law);

Becomes a State or federally debarred Contractor, or is excluded from federal Contracts;

Fails to maintain and keep in force all insurance, permits and licenses as required under this
Contract;
Page 15 of 28
10.16

Fails to maintain the confidentiality of the State’s information or Data that is considered to be
Confidential Information, proprietary, or containing Personally Identifiable Information; or

In the sole opinion of the State, threatens the health or safety of a State employee, citizen, or
customer by the Contractor’s performance of this Contract.
MODIFICATIONS OF CONTRACT
Any alterations made to the Contract shall be rendered in writing and signed by both responsible parties;
no changes without such signed documentation shall be valid. No alterations outside of the general
scope and intent of the original RFB or in excess of allowable and accepted price changes shall be made.
In the event of Contract award, the contents of this RFB (including all attachments), RFB addenda and
revisions, the Bid response from the successful Bidder as accepted by the Procuring Agency, and any
additional terms agreed to in writing by the parties shall be incorporated into the Contract. Failure of the
successful Bidder to accept these elements into the Contract will result in the cancellation of the Contract
award.
In the event of conflict with the incorporated elements of the Contract, the following order of precedence
will prevail:




Official Purchase Order
Final Signed Contract with clarifications included
Bid Response as accepted by the State of Wisconsin
Request for Bid
10.17
TAX EXEMPTIONS AND CERTIFICATION OF COLLECTION OF SALES AND USE TAX
The State of Wisconsin shall not enter into a Contract with a Bidder, and reserves the right to cancel any
existing Contract, if the Vendor or Contractor has not met or complied with the requirements of s.77.66
Wis. Stats., and related statutes regarding certification for collection of Wisconsin sales and use tax.
10.18
LIQUIDATED DAMAGES
Both parties acknowledge that it can be difficult to ascertain actual damages when a Contractor fails to
carry out the responsibilities of the Contract. The Contractor acknowledges that for the resulting
Contract, they shall negotiate liquidated damages, as required by the State, for the Contract. The
Contractor agrees that the Agency shall have the right to liquidate such damages, through deduction from
the Contractor's invoices, in the amount equal to the damages incurred, or by direct billing to the
Contractor.
10.19
PANDEMIC/DISASTER PLANNING
Contractor shall be expected to respond, upon request, with its plans for continuation of contracted
services in the event of wide-spread contagious illness affecting providers of services or major disaster.
This plan is not required with Bids, but if requested, may be required from awarded Contractor(s). See
Section 35.0 of the Standard Terms and Conditions titled “Force Majeure” of this RFB.
Page 16 of 28
Wisconsin Department of Administration
DOA-3054 (R10/2005)
Ch. 16, 19, 51, Wis. Stats.
Page 1 of 3
Standard Terms And Conditions
(Request For Bids / Proposals)
1.0
2.0
3.0
SPECIFICATIONS: The specifications in this request are
the minimum acceptable. When specific manufacturer and
model numbers are used, they are to establish a design,
type of construction, quality, functional capability and/or
performance level desired.
When alternates are
bid/proposed, they must be identified by manufacturer, stock
number, and such other information necessary to establish
equivalency. The State of Wisconsin shall be the sole judge
of equivalency. Bidders/proposers are cautioned to avoid
bidding alternates to the specifications which may result in
rejection of their bid/proposal.
DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from original text, terms, conditions, or specifications
shall be described fully, on the bidder's/proposer's letterhead, signed, and attached to the request. In the absence
of such statement, the bid/proposal shall be accepted as in
strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable.
QUALITY: Unless otherwise indicated in the request, all
material shall be first quality. Items which are used,
demonstrators, obsolete, seconds, or which have been
discontinued are unacceptable without prior written approval
by the State of Wisconsin.
4.0
QUANTITIES: The quantities shown on this request are
based on estimated needs. The state reserves the right to
increase or decrease quantities to meet actual needs.
5.0
DELIVERY: Deliveries shall be F.O.B. destination freight
prepaid and included unless otherwise specified.
6.0
PRICING AND DISCOUNT: The State of Wisconsin qualifies for governmental discounts and its educational institutions also qualify for educational discounts. Unit prices shall
reflect these discounts.
6.1
6.2
6.3
Unit prices shown on the bid/proposal or contract
shall be the price per unit of sale (e.g., gal., cs., doz.,
ea.) as stated on the request or contract. For any
given item, the quantity multiplied by the unit price
shall establish the extended price, the unit price shall
govern in the bid/proposal evaluation and contract
administration.
Prices established in continuing agreements and
term contracts may be lowered due to general market
conditions, but prices shall not be subject to increase
for ninety (90) calendar days from the date of award.
Any increase proposed shall be submitted to the
contracting agency thirty (30) calendar days before
the proposed effective date of the price increase, and
shall be limited to fully documented cost increases to
the contractor which are demonstrated to be industrywide. The conditions under which price increases
may be granted shall be expressed in bid/proposal
documents and contracts or agreements.
7.0
UNFAIR SALES ACT: Prices quoted to the State of
Wisconsin are not governed by the Unfair Sales Act.
8.0
ACCEPTANCE-REJECTION: The State of Wisconsin
reserves the right to accept or reject any or all
bids/proposals, to waive any technicality in any bid/proposal
submitted, and to accept any part of a bid/proposal as
deemed to be in the best interests of the State of
Wisconsin.
Bids/proposals MUST be date and time stamped by the
soliciting purchasing office on or before the date and time
that the bid/proposal is due. Bids/proposals date and time
stamped in another office will be rejected. Receipt of a
bid/proposal by the mail system does not constitute receipt
of a bid/proposal by the purchasing office.
9.0
METHOD OF AWARD: Award shall be made to the lowest
responsible, responsive bidder unless otherwise specified.
10.0
ORDERING: Purchase orders or releases via purchasing
cards shall be placed directly to the contractor by an
authorized agency.
No other purchase orders are
authorized.
11.0
PAYMENT TERMS AND INVOICING:
The State of
Wisconsin normally will pay properly submitted vendor
invoices within thirty (30) days of receipt providing goods
and/or services have been delivered, installed (if required),
and accepted as specified.
Invoices presented for payment must be submitted in
accordance with instructions contained on the purchase
order including reference to purchase order number and
submittal to the correct address for processing.
A good faith dispute creates an exception to prompt
payment.
12.0
TAXES: The State of Wisconsin and its agencies are
exempt from payment of all federal tax and Wisconsin state
and local taxes on its purchases except Wisconsin excise
taxes as described below.
The State of Wisconsin, including all its agencies, is
required to pay the Wisconsin excise or occupation tax on
its purchase of beer, liquor, wine, cigarettes, tobacco
products, motor vehicle fuel and general aviation fuel.
However, it is exempt from payment of Wisconsin sales or
use tax on its purchases. The State of Wisconsin may be
subject to other states' taxes on its purchases in that state
depending on the laws of that state. Contractors performing construction activities are required to pay state use tax
on the cost of materials.
13.0
In determination of award, discounts for early
payment will only be considered when all other conditions are equal and when payment terms allow at
least fifteen (15) days, providing the discount terms
are deemed favorable. All payment terms must allow
the option of net thirty (30).
Page 17 of 28
GUARANTEED DELIVERY: Failure of the contractor to
adhere to delivery schedules as specified or to promptly
replace rejected materials shall render the contractor liable
for all costs in excess of the contract price when alternate
procurement is necessary. Excess costs shall include the
administrative costs.
DOA-3054 (R10/2005)
14.0
15.0
16.0
ENTIRE AGREEMENT:
These Standard Terms and
Conditions shall apply to any contract or order awarded as
a result of this request except where special requirements
are stated elsewhere in the request; in such cases, the
special requirements shall apply. Further, the written
contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other
terms and conditions in any document, acceptance, or
acknowledgment shall be effective or binding unless
expressly agreed to in writing by the contracting authority.
APPLICABLE LAW: This contract shall be governed under
the laws of the State of Wisconsin. The contractor shall at
all times comply with and observe all federal and state
laws, local laws, ordinances, and regulations which are in
effect during the period of this contract and which in any
manner affect the work or its conduct. The State of
Wisconsin reserves the right to cancel this contract if the
contractor fails to follow the requirements of s. 77.66, Wis.
Stats., and related statutes regarding certification for
collection of sales and use tax. The State of Wisconsin
also reserves the right to cancel this contract with any
federally debarred contractor or a contractor that is
presently identified on the list of parties excluded from
federal procurement and non-procurement contracts.
ANTITRUST ASSIGNMENT: The contractor and the State
of Wisconsin recognize that in actual economic practice,
overcharges resulting from antitrust violations are in fact
usually borne by the State of Wisconsin (purchaser).
Therefore, the contractor hereby assigns to the State of
Wisconsin any and all claims for such overcharges as to
goods, materials or services purchased in connection with
this contract.
17.0
ASSIGNMENT: No right or duty in whole or in part of the
contractor under this contract may be assigned or delegated without the prior written consent of the State of
Wisconsin.
18.0
WORK CENTER CRITERIA: A work center must be certified under s. 16.752, Wis. Stats., and must ensure that
when engaged in the production of materials, supplies or
equipment or the performance of contractual services, not
less than seventy-five percent (75%) of the total hours of
direct labor are performed by severely handicapped
individuals.
19.0
NONDISCRIMINATION / AFFIRMATIVE ACTION: In
connection with the performance of work under this
contract, the contractor agrees not to discriminate against
any employee or applicant for employment because of age,
race, religion, color, handicap, sex, physical condition,
developmental disability as defined in s. 51.01(5), Wis.
Stats., sexual orientation as defined in s. 111.32(13m), Wis.
Stats., or national origin. This provision shall include, but
not be limited to, the following: employment, upgrading,
demotion or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. Except with respect to sexual orientation, the
contractor further agrees to take affirmative action to
ensure equal employment opportunities.
19.1
a workforce of less than twenty-five (25) employees.
Within fifteen (15) working days after the contract is
awarded, the contractor must submit the plan to the
contracting state agency for approval. Instructions
on preparing the plan and technical assistance
regarding this clause are available from the
contracting state agency.
19.2
The contractor agrees to post in conspicuous places,
available for employees and applicants for employment, a notice to be provided by the contracting state
agency that sets forth the provisions of the State of
Wisconsin's nondiscrimination law.
19.3
Failure to comply with the conditions of this clause
may result in the contractor's becoming declared an
"ineligible" contractor, termination of the contract, or
withholding of payment.
20.0
PATENT INFRINGEMENT: The contractor selling to the
State of Wisconsin the articles described herein guarantees
the articles were manufactured or produced in accordance
with applicable federal labor laws. Further, that the sale or
use of the articles described herein will not infringe any
United States patent. The contractor covenants that it will
at its own expense defend every suit which shall be brought
against the State of Wisconsin (provided that such
contractor is promptly notified of such suit, and all papers
therein are delivered to it) for any alleged infringement of
any patent by reason of the sale or use of such articles, and
agrees that it will pay all costs, damages, and profits recoverable in any such suit.
21.0
SAFETY REQUIREMENTS: All materials, equipment, and
supplies provided to the State of Wisconsin must comply
fully with all safety requirements as set forth by the
Wisconsin Administrative Code and all applicable OSHA
Standards.
22.0
WARRANTY: Unless otherwise specifically stated by the
bidder/proposer, equipment purchased as a result of this
request shall be warranted against defects by the
bidder/proposer for one (1) year from date of receipt. The
equipment manufacturer's standard warranty shall apply as
a minimum and must be honored by the contractor.
23.0
INSURANCE RESPONSIBILITY: The contractor performing services for the State of Wisconsin shall:
23.1
Maintain worker's compensation insurance as
required by Wisconsin Statutes, for all employees
engaged in the work.
23.2
Maintain commercial liability, bodily injury and property damage insurance against any claim(s) which
might occur in carrying out this agreement/contract.
Minimum coverage shall be one million dollars
($1,000,000) liability for bodily injury and property
damage including products liability and completed
operations. Provide motor vehicle insurance for all
owned, non-owned and hired vehicles that are used
in carrying out this contract. Minimum coverage shall
be one million dollars ($1,000,000) per occurrence
combined single limit for automobile liability and
property damage.
Contracts estimated to be over twenty-five thousand
dollars ($25,000) require the submission of a written
affirmative action plan by the contractor. An exemption occurs from this requirement if the contractor has
23.3
24.0
Page 18 of 28
The state reserves the right to require higher or lower
limits where warranted.
CANCELLATION: The State of Wisconsin reserves the
right to cancel any contract in whole or in part without
DOA-3054 (R10/2005)
25.0
26.0
penalty due to nonappropriation of funds or for failure of
the contractor to comply with terms, conditions, and
specifications of this contract.
VENDOR TAX DELINQUENCY: Vendors who have a
delinquent Wisconsin tax liability may have their
payments offset by the State of Wisconsin.
30.0
MATERIAL SAFETY DATA SHEET: If any item(s) on an
order(s) resulting from this award(s) is a hazardous
chemical, as defined under 29CFR 1910.1200, provide
one (1) copy of a Material Safety Data Sheet for each
item with the shipped container(s) and one (1) copy with
the invoice(s).
PUBLIC RECORDS ACCESS: It is the intention of the
state to maintain an open and public process in the
solicitation, submission, review, and approval of
procurement activities.
31.0
PROMOTIONAL ADVERTISING / NEWS RELEASES:
Reference to or use of the State of Wisconsin, any of its
departments, agencies or other sub-units, or any state
official or employee for commercial promotion is
prohibited. News releases pertaining to this procurement
shall not be made without prior approval of the State of
Wisconsin. Release of broadcast e-mails pertaining to
this procurement shall not be made without prior written
authorization of the contracting.
32.0
HOLD HARMLESS: The contractor will indemnify and
save harmless the State of Wisconsin and all of its
officers, agents and employees from all suits, actions, or
claims of any character brought for or on account of any
injuries or damages received by any persons or property
resulting from the operations of the contractor, or of any
of its contractors, in prosecuting work under this
agreement.
33.0
FOREIGN CORPORATION: A foreign corporation (any
corporation other than a Wisconsin corporation) which
becomes a party to this Agreement is required to conform
to all the requirements of Chapter 180, Wis. Stats.,
relating to a foreign corporation and must possess a
certificate of authority from the Wisconsin Department of
Financial Institutions, unless the corporation is
transacting business in interstate commerce or is
otherwise exempt from the requirement of obtaining a
certificate of authority. Any foreign corporation which
desires to apply for a certificate of authority should
contact the Department of Financial Institutions, Division
of Corporation, P. O. Box 7846, Madison, WI 537077846; telephone (608) 267-7577.
34.0
WORK CENTER PROGRAM:
The successful
bidder/proposer shall agree to implement processes that
allow the State agencies, including the State of Wisconsin
System, to satisfy the State's obligation to purchase
goods and services produced by work centers certified
under the State Use Law, s.16.752, Wis. Stat. This shall
result in requiring the successful bidder/proposer to
include products provided by work centers in its catalog
for State agencies and campuses or to block the sale of
comparable items to State agencies and campuses.
35.0
FORCE MAJEURE: Neither party shall be in default by
reason of any failure in performance of this Agreement in
accordance with reasonable control and without fault or
negligence on their part. Such causes may include, but
are not restricted to, acts of nature or the public enemy,
acts of the government in either its sovereign or
contractual capacity, fires, floods, epidemics, quarantine
restrictions, strikes, freight embargoes and unusually
severe weather, but in every case the failure to perform
such must be beyond the reasonable control and without
the fault or negligence of the party.
Bid/proposal openings are public unless otherwise specified. Records may not be available for public inspection
prior to issuance of the notice of intent to award or the
award of the contract.
27.0
28.0
PROPRIETARY INFORMATION: Any restrictions on the
use of data contained within a request, must be clearly
stated in the bid/proposal itself. Proprietary information
submitted in response to a request will be handled in
accordance with applicable State of Wisconsin
procurement regulations and the Wisconsin public
records law. Proprietary restrictions normally are not
accepted. However, when accepted, it is the vendor's
responsibility to defend the determination in the event of
an appeal or litigation.
27.1
Data contained in a bid/proposal, all documentation
provided therein, and innovations developed as a
result of the contracted commodities or services
cannot be copyrighted or patented. All data, documentation, and innovations become the property of
the State of Wisconsin.
27.2
Any material submitted by the vendor in response
to this request that the vendor considers
confidential and proprietary information and which
qualifies as a trade secret, as provided in s.
19.36(5), Wis. Stats., or material which can be kept
confidential under the Wisconsin public records
law, must be identified on a Designation of
Confidential and Proprietary Information form
(DOA-3027). Bidders/proposers may request the
form if it is not part of the Request for Bid/Request
for Proposal package. Bid/proposal prices cannot
be held confidential.
DISCLOSURE: If a state public official (s. 19.42, Wis.
Stats.), a member of a state public official's immediate
family, or any organization in which a state public official
or a member of the official's immediate family owns or
controls a ten percent (10%) interest, is a party to this
agreement, and if this agreement involves payment of
more than three thousand dollars ($3,000) within a twelve
(12) month period, this contract is voidable by the state
unless appropriate disclosure is made according to s.
19.45(6), Wis. Stats., before signing the contract.
Disclosure must be made to the State of Wisconsin Ethics
Board, 44 East Mifflin Street, Suite 601, Madison,
Wisconsin 53703 (Telephone 608-266-8123).
State classified and former employees and certain State
of Wisconsin faculty/staff are subject to separate
disclosure requirements, s. 16.417, Wis. Stats.
29.0
RECYCLED MATERIALS: The State of Wisconsin is
required to purchase products incorporating recycled
materials whenever technically and economically
feasible. Bidders are encouraged to bid products with
recycled content which meet specifications.
Page 19 of 28
State of Wisconsin
Department of Administration
Division of Agency Services
Bureau of Procurement
DOA-3681 (01/2001)
ss. 16, 19 and 51, Wis. Stats.
Supplemental Standard Terms and Conditions
for Procurements for Services
1.0
2.0
ACCEPTANCE OF BID/PROPOSAL CONTENT: The contents of the bid/proposal of the successful contractor will
become contractual obligations if procurement action ensues.
CERTIFICATION
OF
INDEPENDENT
PRICE
DETERMINATION:
By signing this bid/proposal, the
bidder/proposer certifies, and in the case of a joint
bid/proposal, each party thereto certifies as to its own organization, that in connection with this procurement:
2.1
The prices in this bid/proposal have been arrived at
independently, without consultation, communication,
or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any
other bidder/proposer or with any competitor;
2.2
Unless otherwise required by law, the prices which
have been quoted in this bid/proposal have not been
knowingly disclosed by the bidder/proposer and will
not knowingly be disclosed by the bidder/proposer
prior to opening in the case of an advertised procurement or prior to award in the case of a negotiated
procurement, directly or indirectly to any other
bidder/proposer or to any competitor; and
2.3
No attempt has been made or will be made by the
bidder/proposer to induce any other person or firm to
submit or not to submit a bid/proposal for the purpose
of restricting competition.
2.4
Each person signing this bid/proposal certifies that:
He/she is the person in the bidder's/proposer's organization responsible within that organization for the
decision as to the prices being offered herein and that
he/she has not participated, and will not participate, in
any action contrary to 2.1 through 2.3 above; (or)
He/she is not the person in the bidder's/proposer's
organization responsible within that organization for
the decision as to the prices being offered herein, but
that he/she has been authorized in writing to act as
agent for the persons responsible for such decisions
in certifying that such persons have not participated,
and will not participate in any action contrary to 2.1
through 2.3 above, and as their agent does hereby so
certify; and he/she has not participated, and will not
participate, in any action contrary to 2.1 through 2.3
above.
3.0
3.2
4.0
DUAL EMPLOYMENT:
Section 16.417, Wis. Stats.,
prohibits an individual who is a State of Wisconsin employee
or who is retained as a contractor full-time by a State of
Wisconsin agency from being retained as a contractor by the
same or another State of Wisconsin agency where the
individual receives more than $12,000 as compensation for
the individual’s services during the same year.
This
prohibition does not apply to individuals who have full-time
appointments for less than twelve (12) months during any
period of time that is not included in the appointment. It does
not include corporations or partnerships.
5.0
EMPLOYMENT: The contractor will not engage the services
of any person or persons now employed by the State of
Wisconsin, including any department, commission or board
thereof, to provide services relating to this agreement without
the written consent of the employing agency of such person
or persons and of the contracting agency.
6.0
CONFLICT OF INTEREST: Private and non-profit corporations are bound by ss. 180.0831, 180.1911(1), and 181.0831
Wis. Stats., regarding conflicts of interests by directors in the
conduct of state contracts.
7.0
RECORDKEEPING AND RECORD RETENTION:
The
contractor shall establish and maintain adequate records of
all expenditures incurred under the contract. All records must
be kept in accordance with generally accepted accounting
procedures. All procedures must be in accordance with
federal, state and local ordinances.
The contracting agency shall have the right to audit, review,
examine, copy, and transcribe any pertinent records or
documents relating to any contract resulting from this
bid/proposal held by the contractor. The contractor will retain
all documents applicable to the contract for a period of not
less than three (3) years after final payment is made.
DISCLOSURE OF INDEPENDENCE AND RELATIONSHIP:
3.1
Prior to award of any contract, a potential contractor
shall certify in writing to the procuring agency that no
relationship exists between the potential contractor
and the procuring or contracting agency that interferes
with fair competition or is a conflict of interest, and no
relationship exists between the contractor and another
person or organization that constitutes a conflict of
interest with respect to a state contract.
The
Department of Administration may waive this provi-
sion, in writing, if those activities of the potential contractor will not be adverse to the interests of the state.
Contractors shall agree as part of the contract for
services that during performance of the contract, the
contractor will neither provide contractual services nor
enter into any agreement to provide services to a
person or organization that is regulated or funded by
the contracting agency or has interests that are
adverse to the contracting agency. The Department
of Administration may waive this provision, in writing, if
those activities of the contractor will not be adverse to
the interests of the state.
8.0
INDEPENDENT CAPACITY OF CONTRACTOR:
The
parties hereto agree that the contractor, its officers, agents,
and employees, in the performance of this agreement shall
act in the capacity of an independent contractor and not as
an officer, employee, or agent of the state. The contractor
agrees to take such steps as may be necessary to ensure
that each subcontractor of the contractor will be deemed to
be an independent contractor and will not be considered or
permitted to be an agent, servant, joint venturer, or partner of
the state.
Page 20 of 28
STATE OF WISCONSIN
DEPARTMENT OF ADMINISTRATION
DIVISION OF ENTERPRISE OPERATIONS
BUREAU OF PROCUREMENT
S. 16.765, WIS. STATS.
DOA-3477 (R01/08)
VA140562
Bid / Proposal #
Commodity / Service
OZONE LAUNDRY EQUIPMENT
Vendor Information
1.
BIDDING / PROPOSING COMPANY NAME
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
2.
State
Zip + 4
Name the person to contact for questions concerning this bid / proposal.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
3.
State
Zip + 4
Any vendor awarded over $50,000 on this contract must submit affirmative action information to the
department. Please name the Personnel / Human Resource and Development or other person responsible
for affirmative action in the company to contact about this plan.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
4.
State
Zip + 4
Mailing address to which state purchase orders are mailed and person the department may contact
concerning orders and billings.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
5.
State
Zip + 4
CEO / President Name
This document can be made available in accessible formats to qualified individuals with disabilities.
Page 21 of 28
STATE OF WISCONSIN
Bid#
VA140562
OZONE LAUNDRY EQUIPMENT
DOA-3478 (R12/96)
VENDOR REFERENCE
FOR VENDOR:
Provide company name, address, contact person, telephone number, and appropriate information on the
product(s) and/or service(s) used for three (3) or more installations with requirements similar to those included in
this solicitation document. If Vendor is proposing any arrangement involving a third party, the named references
should also be involved in a similar arrangement.
Company Name
Address (include Zip + 4)
Contact Person
Phone No.
Product(s) and/or Service(s) Used
Company Name
Address (include Zip + 4)
Contact Person
Phone No.
Product(s) and/or Service(s) Used
Company Name
Address (include Zip + 4)
Contact Person
Phone No
Product(s) and/or Service(s) Used
Company Name
Address (include Zip + 4)
Contact Person
Phone No.
Product(s) and/or Service(s) Used
This document can be made available in accessible formats to qualified individuals with disabilities.
Page 22 of 28
Division of State Agency Services
State Bureau of Procurement
State of Wisconsin
Department of Administration
DOA-3333 (R03/2004)
VENDOR AGREEMENT
Wisconsin’s Cooperative Purchasing Service
Wisconsin statutes (s. 16.73, Wis. Stats.) establish authority to allow Wisconsin municipalities to purchase from state contracts.
Participating in the service gives vendors opportunities for additional sales without additional bidding. Municipalities use the
service to expedite purchases. A "municipality" is defined as any county, city, village, town, school district, board of school
directors, sewer district, drainage district, vocational, technical and adult education district, or any other public body having the
authority to award public contracts (s. 16.70(8), Wis. Stats.). Federally recognized Indian tribes and bands in this state may
participate in cooperative purchasing with the state or any municipality under ss. 66.0301(1) and (2), Wis.Stats.
Interested municipalities:

will contact the contractor directly to place orders referencing the state agency contract number; and

are responsible for receipt, acceptance, inspection of commodities directly from the contractor, and making payment
directly to the contractor.
The State of Wisconsin is not a party to these purchases or any dispute arising from these purchases and is not liable for
delivery or payment of any of these purchases.
The State of Wisconsin will determine the contractor’s participation by checking a box below.
MANDATORY: Bidders/Proposers must agree to furnish the commodities or services of this bid/proposal to Wisconsin
municipalities. Vendors should note any special conditions below.
OPTIONAL: Bidders/Proposers may or may not agree to furnish the commodities or services of this bid/proposal to
Wisconsin municipalities. A vendor’s decision on participating in this service has no effect on awarding this contract.
A vendor in the service may specify minimum order sizes by volume or dollar amount, additional charges beyond normal
delivery areas, or other minimal changes for municipalities.
Vendor: please check one of the following boxes in response.
I Agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities with any special
conditions noted below.
I Do Not Agree to furnish the commodities or services to Wisconsin municipalities.
Special Conditions (if applicable):
Signature
Date (mm/dd/ccyy)
Name (Type or Print)
Title
Company
Telephone
(
Address (Street)
City
State
)
ZIP + 4
Commodity/Service
Request for Bid/Proposal Number
OZONE LAUNDRY SYSTEM EQUIPMENT
VA140562
This form can be made available in accessible formats upon request to qualified individuals with disabilities.
Page 23 of 28
STATE OF WISCONSIN
DOA-3027 N(R01/98)
DESIGNATION OF CONFIDENTIAL AND PROPRIETARY INFORMATION
The attached material submitted in response to Bid # VA140562, OZONE LAUNDRY SYSTEM EQUIPMENT,
includes proprietary and confidential information which qualifies as a trade secret, as provided in s. 19.36(5), Wis.
Stats., or is otherwise material that can be kept confidential under the Wisconsin Open Records Law. As such, we
ask that certain pages, as indicated below, of this bid/proposal response be treated as confidential material and not
be released without our written approval.
Prices always become public information when bids/proposals are opened, and therefore cannot be
kept confidential.
Other information cannot be kept confidential unless it is a trade secret. Trade secret is defined in s. 134.90(1)(c),
Wis. Stats. as follows: "Trade secret" means information, including a formula, pattern, compilation, program,
device, method, technique or process to which all of the following apply:
1. The information derives independent economic value, actual or potential, from not being generally known to,
and not being readily ascertainable by proper means by, other persons who can obtain economic value from its
disclosure or use.
2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances.
We request that the following pages not be released. Please state the reasons.
Section
Page #
Topic
________________________________________________________________________________________________________
________________________________________________________________________________________________________
________________________________________________________________________________________________________
________________________________________________________________________________________________________
________________________________________________________________________________________________________
IN THE EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFORMATION IS CHALLENGED, THE
UNDERSIGNED HEREBY AGREES TO PROVIDE LEGAL COUNSEL OR OTHER NECESSARY ASSISTANCE TO
DEFEND THE DESIGNATION OF CONFIDENTIALITY AND AGREES TO HOLD THE STATE HARMLESS FOR ANY
COSTS OR DAMAGES ARISING OUT OF THE STATE'S AGREEING TO WITHHOLD THE MATERIALS.
Failure to include this form in the bid/proposal response may mean that all information provided as part of the bid/proposal
response will be open to examination and copying. The State considers other markings of confidential in the bid/proposal
document to be insufficient. The undersigned agrees to hold the State harmless for any damages arising out of the release of
any materials unless they are specifically identified above.
Company Name
___________________________________________
Authorized Representative
___________________________________________
Signature
Authorized Representative
___________________________________________
Type or Print
Date
___________________________________________
This document can be made available in accessible formats to qualified individuals with disabilities.
Page 24 of 28
ATTACHMENT A: COST SHEET
REQUEST FOR BID # VA140562
OZONE LAUNDRY SYSTEM EQUIPMENT FOR THE VETERANS HOME AT KING, WI
BIDDER’S COMPANY NAME:___________________________________________________
INSTRUCTIONS
1. The Bidder must provide pricing for items 1-3 and a net total cost below and shall
not alter the Attachment A - Cost Sheet in any manner. Failure to provide pricing
for Line Items shall result in rejection of Bid. Alternate pricing formats will not be
accepted and may result in disqualification of the Bid.
2. Bidder must submit on a separate page a unit cost sheet with an itemized price
list that includes all equipment, parts, freight, delivery and complete installation
for this Ozone Laundry System Equipment RFB.
DELIVERY: FOB DESTINATION, FREIGHT PREPAID AND INSTALLED TO WVH-K
ITEMS
DESCRIPTION
LINE ITEM COST
1
Ozone Laundry System Equipment Installed
(Refer to Section 10.2, Machine Information)
$___________________
2
Two-Year Standard Warranty Agreement
$___________________
(Refer to Section 7.5, Warranty)
3
Maintenance and Inspection Annual Cost
(Refer to Section 7.2, Maintenance)
$___________________
NET TOTAL COST: $____________
Page 25 of 28
ATTACHMENT B: BIDDER RESPONSE SHEET
REQUEST FOR BID # VA140562
OZONE LAUNDRY SYSTEM EQUIPMENT FOR THE VETERANS HOME AT KING, WI
BIDDER’S COMPANY NAME:___________________________________________________
Only if Subcontractor will be used:
Subcontractor Name: _______________________________________________________________
Subcontractor Address: _____________________________________________________________
City: _________________________________ State: _______ Zip code: _____________________
INSTRUCTIONS
Bidders must complete the following table. All specifications are mandatory
unless specifically noted. A check indicating “Yes” certifies that the Bidder is fully
capable of providing the service or qualification described, and agrees to the
requirement and/or specification. A response of ‘No’, or failure to respond ‘Yes’
to all specifications may result in rejection of the Bid. In the event that no Bidder
is able to meet an individual mandatory requirement, the State reserves the right
to continue the review of Bids and to select the Bid that most closely meets the
requirements specified in this RFB.
QUALIFICATIONS AND REQUIREMENTS
Section
Requirement Description
2.0
BIDDER QUALIFICATIONS
5.0
MANDATORY SPECIFICATIONS OF BID
6.0
PERFORMANCE REQUIREMENTS
7.0
SUPPORT REQUIREMENTS
Page 26 of 28
YES, I can meet the
requirements in this
section of the RFB.
NO, I cannot meet the
requirements in this
section of the RFB.
ATTACHMENT C: BIDDER QUALIFICATIONS RESPONSE SHEETS
REQUEST FOR BID VA140562
OZONE LAUNDRY SYSTEM EQUIPMENT FOR THE VETERANS HOME AT KING, WI
BIDDER’S COMPANY NAME:___________________________________________________
INSTRUCTIONS
All Bidder qualifications in this section are mandatory. Failure to meet a
qualification may disqualify your Bid. In the event that no Bidder is able to meet
an individual mandatory requirement, the State reserves the right to continue the
review of Bids and to select the Bid that most closely meets the requirements
specified in this RFB.
Section 2.1 Business Classification and Contact Information
Bidder shall be in the business of providing installation, maintenance and service capabilities for the provided ozone
laundry system equipment as either the original equipment manufacturer, authorized distributor, or dealer authorized by
the manufacturer.
REQUIRED DOCUMENTATION: Bidder must specify if their business is the original equipment manufacturer,
authorized distributor, or dealer authorized by the manufacturer, and then list the contact information in the spaces
provided below.
Original Equipment
Manufacturer
Authorized Distributor
Manufacturer/Brand
Bidder Facility Name
Bidder Facility Address
Bidder Facility City
Bidder Facility State
Bidder Facility Zip Code
Bidder Contact Name
Bidder Contact Phone #
Bidder Contact Email
Page 27 of 28
Dealer Authorized by the
Manufacturer
Section 2.2 Business of Providing and Installing Ozone Laundry System Equipment
Bidder must be in the business of providing and installing ozone laundry system equipment and shall be required to
demonstrate proof of the successful completion and project time duration of these types of services for clients of similar
size and magnitude as the VA Home at King.
REQUIRED DOCUMENTATION: Bidder must submit three previous clients to demonstrate proof of the successful
completion and project time duration of these types of services for clients of the similar size and magnitude as the VA
Home at King.
Client 1
Client 2
Client 3
Facility Name
Facility Number of Beds
Facility Address
Facility City
Facility State
Facility Zip Code
Contact Name
Contact Email Address
Contact Phone Number
Project Start: mth/yr
Project End: mth/yr
Section 2.3 Provide Preventive Maintenance, Standard Maintenance, and Continuing Service
Bidders must have a minimum of three years of successful experience providing preventative maintenance, standard
maintenance, and continuing service on ozone laundry system equipment. The Bidder shall be required to demonstrate
proof that they have successfully completed these types of services for clients of the same size and magnitude for a
minimum of three years.
REQUIRED DOCUMENTATION: Bidder must submit three previous clients to demonstrate proof of the successful
experience providing preventative maintenance, standard maintenance, and continuing service on ozone laundry
system equipment for clients of the similar size and magnitude as the VA Home at King.
Client 1
Client 2
Facility Name
Facility Number of Beds
Facility Address
Facility City
Facility State
Facility Zip Code
Contact Name
Contact Email Address
Contact Phone Number
Maintenance & Service
Start: mth/yr
Maintenance & Service
End: mth/yr
Page 28 of 28
Client 3
Download