AUTOMATED STORAGE RETRIEVAL...

92
REQUEST FOR PROPOSALS FOR FURNISHING AND DELIVERY OF AUTOMATED STORAGE RETRIEVAL SYSTEM FOR THE CURATORS OF THE UNIVERSITY OF MISSOURI FOR THE UNIVERSITY OF MISSOURI – KANSAS CITY RFP # 6925 OPENING DATE: February 21, 2008 TIME: 2:00 PM, CST Prepared by: Catherine Barker Office of the Manager Procurement Services University of Missouri-Kansas City Location Address: 1011 East 51 st Street Room 108 General Services Building Kansas City, Mo. 64110 Mailing Address: 5100 Rockhill Road 108 GSB Kansas City, Mo. 64110

Transcript of AUTOMATED STORAGE RETRIEVAL...

Page 1: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

REQUEST FOR PROPOSALS

FOR

FURNISHING AND DELIVERY

OF

AUTOMATED STORAGE RETRIEVAL SYSTEM

FOR

THE CURATORS OF THE UNIVERSITY OF MISSOURI

FOR

THE UNIVERSITY OF MISSOURI – KANSAS CITY

RFP # 6925

OPENING DATE: February 21, 2008

TIME: 2:00 PM, CST

Prepared by:

Catherine Barker Office of the Manager Procurement Services University of Missouri-Kansas City Location Address: 1011 East 51st Street Room 108 General Services Building Kansas City, Mo. 64110 Mailing Address: 5100 Rockhill Road 108 GSB Kansas City, Mo. 64110

Page 2: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

2

REQUEST FOR PROPOSALS

FOR

FURNISHING AND DELIVERY

OF

AUTOMATED STORAGE RETRIEVAL SYSTEM

FOR

THE CURATORS OF THE UNIVERSITY OF MISSOURI

FOR

THE UNIVERSITY OF MISSOURI – KANSAS CITY

RFP # 6925

OPENING DATE: February 21, 2008

TIME: 2:00 PM, CST

INDEX

SECTION PAGE NUMBER Notice to Respondents 3 General Terms & Conditions and Instructions to Respondents 4 – 15 Detailed Specifications and Special Conditions 16 – 28 Compliance Checklist 29 - 30 Proposal 31 - 32 Attached Exhibits: Exhibit A-Volumes of Materials Exhibit B-Prevailing Wage Orders Exhibit C-Construction General Conditions Exhibit D-Drawings Exhibit E-Isometric

Page 3: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

3

NOTICE TO RESPONDENTS The University of Missouri – Kansas City requests proposals for Furnishing and Delivery of Automated Storage Retrieval System, RFP # 6925, which will be received by the undersigned at the Office of the Manager, Procurement Services, University of Missouri-Kansas City, 1011 East 51st Street, Kansas City, Mo. 64110 until 2:00 p.m., CST, February 21, 2008. Proposals will be opened and identified starting at 2:05 p.m., CST. Specifications and the conditions of proposal together with the printed form on which proposals must be made may be obtained from Catherine Barker, Procurement Services, University of Missouri-Kansas City, 1011 East 51st Street, Kansas City, Mo. 64110 by calling (816) 235-1371 or downloading from the web at: http://www.umsystem.edu/ums/departments/fa/management/procurement/bids/listview_Bids.php The University reserves the right to waive any informalities in proposals and to reject any or all proposals.

THE CURATORS OF THE UNIVERSITY OF MISSOURI

By: Catherine Barker

Procurement Services

Page 4: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

UNIVERSITY OF MISSOURI GENERAL TERMS AND CONDITIONS

AND INSTRUCTIONS TO RESPONDENTS

REQUEST FOR PROPOSAL (RFP)

A. GENERAL TERMS AND CONDITIONS

1. Purpose: The purpose of these specifications is to require the furnishing of the highest quality equipment, supplies, material and/or service in accordance with the specifications. These documents, and any subsequent addenda, constitute the complete set of specification requirements and proposal response forms.

2. Governing Laws and Regulations: Any contract issued as a result of this RFP

shall be construed according to the laws of the State of Missouri. Additionally, the contractor shall comply with all local, state, and federal laws and regulations related to the performance of the contract to the extent that the same may be applicable.

3. Taxes: The contractor shall assume and pay all taxes and contributions

including, but not limited to, State, Federal and Municipal which are payable by virtue of the furnishing and delivery of item(s) specified herein. Materials and services furnished the University are not subject to either Federal Excise Taxes or Missouri Sales Tax.

4. Sovereign Immunity: The Curators of the University of Missouri, due to its

status as a state entity and its entitlement to sovereign immunity, is unable to accept contract provisions, which require The Curators to indemnify another party (537.600, RSMo). Any indemnity language in proposed terms and conditions will be modified to conform to language that The Curators are able to accept.

5. Preference for Missouri Firms: In accordance with University policy,

preference shall be given to Missouri products, materials, services and firms when the goods or services to be provided are equally or better suited for the intended purpose and can be obtained without additional cost. Firms are considered "Missouri firms" if they maintain a regular place of business in the State of Missouri.

6. Equal Opportunity and Non-Discrimination: In connection with the furnishing

of equipment, supplies, and/or services under the contract, the contractor and all subcontractors shall agree not to discriminate against any recipients of services, or employees or applicants for employment on the basis of race, color, religion, national origin, sex, age, disability, or veteran status. The contractor shall comply with federal laws, rules and regulations applicable to subcontractors of government contracts including those relating to equal employment of minorities,

Page 5: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

5

women, persons with disabilities, and certain veterans. Contract clauses required by the United Sates Government in such circumstances are incorporated herein by reference.

7. Minority and Women Business Enterprise Participation: It is the policy of

the University of Missouri to ensure full and equitable economic opportunities to persons and businesses that compete for business with the University, including Minority and Women Business Enterprises (M/WBEs). To this end, the University has established participation goals as outlined in this RFP.

The University encourages M/WBE participation in contracts for goods and services by firms that are certified. The University accepts certifications provided by those entities identified on the page in this RFP titled Certifying M/WBE Agencies. This may either be by the primary supplier/contractor being a certified M/WBE or by the utilization of qualified subcontractors, suppliers, joint ventures, or other arrangements that afford meaningful opportunities for M/WBE participation. Work performed by M/WBEs must provide a commercially useful function related to the delivery of the service/product required herein. Second tier participation where suppliers generally provide supplies to a corporation but that are not directly related to this contract does not qualify as meaningful participation. The University may consider certifications from agencies not located in Missouri for M/WBEs not located in Missouri with the approval of the UM Director of Minority and Women Business Development. M/WBE means a business that is a sole proprietorship, partnership. joint venture, or corporation in which at least fifty-one percent (51%) of the ownership interest is held by minorities or women and the management and daily business operations of which are controlled by one or more minorities or women who own it. Minority is defined as belonging to one of the following racial minority groups: African Americans, Native Americans, Hispanic Americans, Asian Americans, American Indians, Eskimos, Aleuts and other groups that may be recognized by the Office of Advocacy, United States Small Business Administration, Washington, D.C. Bidders must indicate their MBE and WBE participation levels committed to this contract on the M/WBE Participation Form included in this RFP. The names and percent participation of each MBE and WBE should also be provided on this form. The evaluation of proposals will include the proposed level of M/WBE participation (see evaluation of Proposals section). Five (5%) percent of the contract award criteria will be based on MBE and WBE participation. The University may consider the relative participation of the bidders in awarding points. However, proposals with zero participation for MBEs and/or WBEs will receive none of the MBE or WBE points respectively.

Page 6: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

6

The contractor/supplier shall provide annual reports or more frequently if requested, of the financial participation of M/WBEs. The report shall include the name(s) and address(es) of the certified M/WBEs, products or services provided and the total dollar amount or percentage of utilization. The annual report shall also include separately, all second tier participation the contractor/supplier may have. The University will monitor the contractor/supplier’s compliance in meeting the M/WBE participation levels committed to in the awarded proposal. If the contractor/supplier's payments to participating M/WBEs are less than the amount committed to in the contract, the University may cancel the contract, suspend or debar the contractor/supplier from participating in future contracts, or retain payments to the contractor/supplier in an amount equal to the value of the M/WBE participation commitment less actual payments made to M/WBEs.

If a participating M/WBE fails to retain their certification or is unable to satisfactorily perform, the contractor/supplier must obtain other certified M/WBEs to fulfill the M/WBE participation requirements committed to in the awarded proposal. The contractor/supplier must obtain the written approval of the Chief Procurement Officer of Procurement Services for any new M/WBE participants. This approval shall not be arbitrarily withheld. If the contractor/supplier cannot obtain a M/WBE replacement, the contractor/supplier must submit documentation to the Chief Procurement Officer detailing all efforts made to secure an M/WBE replacement. The Chief Procurement Officer shall have sole discretion in determining if the actions taken by the contractor/supplier constitute a good faith effort to secure the participation of M/WBEs and whether the contract will be amended to change the M/WBE participation commitment.

8. Applicable Laws and Regulations: The University serves from time to time as a

contractor for the United States government. Accordingly, the provider of goods and/or services shall comply with federal laws, rules and regulations applicable to subcontractors of government contracts including those relating to equal employment opportunity and affirmative action in the employment of minorities (Executive Order 11246), women (Executive Order 11375), persons with disabilities (29 USC 706 and Executive Order 11758), and certain veterans (38 USC 4212 formerly [2012]) contracting with business concerns with small disadvantaged business concerns (Publication L. 95-507). Contract clauses required by the Government in such circumstances are incorporated herein by reference.

9. Appropriation: The Curators of the University of Missouri is a public

corporation and, as such, cannot create an indebtedness in any one year (the fiscal year beginning July 1 to June 30) above what they can pay out of the annual income of said year as set forth in 172.250, RSMo. Therefore, if the University determines it has not received adequate appropriations, budget allocations or

Page 7: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

7

income to enable it to meet the terms of this contract, the University reserves the right to cancel this contract with 30 days notice.

10. Applicable Health Related Laws and Regulations: If these specifications or

any resulting contract involves health care services or products, the Contractor agrees to maintain, and will further assure such compliance by its employees or subcontractors, the confidential nature of all information which may come to Contractor with regard to patients of the University. All services provided pursuant to this contract shall be provided in accordance with all applicable federal and state laws including The Health Insurance Portability and Accountability Act of 1996, Public Law 104-191, sections 261-264 (the Administrative Simplification sections) and the regulations promulgated pursuant thereto and regulations of the Joint Commission on Accreditation of Healthcare Organization and the Health Care Financing Administration.

Respondents understand and agree that the Curators of the University of Missouri, in the operation of the University Hospitals and Clinics, is regulated under federal or state laws with regard to contracting with vendors. The Contractor represents that it is not currently excluded or threatened with exclusion from participating in any federal or state funded health care program, including Medicare and Medicaid. Contractor agrees to notify the University of any imposed exclusions or sanctions covered by this representation.

The University will regularly check the "List of Excluded Individuals/Entities" (LEIE), maintained by the Office of Inspector General, United States Department of Health and Human Services (“OIG”) to determine if any Bidders/Respondents have been excluded from participation in federal health care programs, as that term is defined in 42 U.S.C. §1320a-7b(f). The University reserves the sole right to reject any respondents who are excluded by the OIG, who have been debarred by the federal government, or who have otherwise committed any act that could furnish a basis for such exclusion or debarment.

11. Inventions, Patents, and Copyrights: The Contractor shall pay for all royalties,

license fees, patent or invention rights, or copyrights and defend all suits or claims for infringements of any patent or invention right or copyrights involved in the items furnished hereunder. The Contractor shall defend, protect, and hold harmless the University its officers, agents, servants and employees against all suits of law or in equity resulting from patent and or copyright infringement concerning the contractor's performance or products produced under the terms of the contract.

Copyrights for any item developed for the University shall be the property of the University and inure to its benefit and the Contractor shall execute such documents as the University may require for the perfection thereof.

Page 8: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

8

12. Insurance: The Contractor shall purchase and maintain such insurance as will protect the Contractor and the University against any and all claims and demands arising from the execution of the contract. Further, when stated in the Detailed Specifications and Special Conditions, the Contractor shall be required to procure and maintain the types and limits of insurance as specified.

13. Performance Bond/Payment Bond: The Contractor shall furnish to the

University, along with their signed contract, a performance and payment bond payable to the Curators of the University of Missouri in the full contract amount, as surety for faithful performance under the terms and conditions of the contract.

14. Debarment and Suspension Certification - The contractor certifies to the best of its knowledge and belief that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency in accordance with Executive Order 12549 (2/18/86).

B. INSTRUCTIONS TO RESPONDENTS

1. Request For Proposal (RFP) Document: Respondents are expected to examine the complete RFP document and all attachments including drawings, specifications, and instructions. Failure to do so is at respondent's risk. It is the respondent's responsibility to ask questions, request changes or clarifications, or otherwise advise the University if any language, specifications or requirements of a RFP appear to be ambiguous, contradictory, and/or arbitrary, or appear to inadvertently restrict or limit the requirements stated in the RFP to a single source.

Any and all communications from respondents regarding specifications, requirements, competitive proposal process, etc., should be directed to the University buyer of record referenced in this RFP. It is the responsibility of the person or organization communicating the request to ensure that it is received. To guarantee a timely response, such communication should follow the schedule as set in the Detailed Specifications and Special Conditions, Paragraph IV. The terms and conditions as distributed by the University or made available on a University website, shall not be modified by anyone submitting a proposal. Regardless of any modification to these terms and conditions that may appear in the submitted proposal, the original University terms and conditions apply. Any exceptions to the terms and conditions shall be stated clearly and it is at the University's discretion whether the exception shall be accepted or shall invalidate the proposal.

Page 9: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

9

The RFP document and any attachments constitute the complete set of specifications and proposal response forms. No verbal or written information that is obtained other than through this RFP or its addenda shall be binding on the University. No employee of the University is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to that contained in or amended to this written RFP document. In case of any doubt or difference of opinion as to the true intent of the RFP, the decision of the University's Chief Procurement Officer shall be final and binding on all parties.

2. Preparation of Proposals: All proposals must be submitted, in 12 copies (2 hard copy, 10 soft copies preferably on CD) copies, on the proposal form accompanying these specifications and must be enclosed in a sealed envelope plainly marked: "Proposal for Furnishing and Delivery of Automated Storage Retrieval System" and addressed, mailed and/or delivered to University of Missouri-Kansas City, 5100 Rockhill Road, 108 GSB, Kansas City, Mo. 64110, Attn: Catherine Barker.

To receive consideration, proposals must be received, at the above address, prior to the proposal opening time and date stated in this RFP. Respondents assume full responsibility for the actual delivery of proposals during business hours at the specified address. Unless otherwise specifically stated in the RFP, all specifications and requirements constitute minimum requirements. All proposals must meet or exceed the stated specifications or requirements. All equipment and supplies offered must be new, of current production, and available for marketing by the manufacturer unless the RFP clearly specifies that used, reconditioned, or remanufactured equipment and supplies may be offered. Unless specifically stated and allowed in the Detailed Specifications and Special Conditions, all pricing submitted in response to this RFP is firm and fixed. Whenever the name of a manufacturer, trade name, brand name, or model and catalog numbers followed by the words "or equal" or "approved equal" are used in the specifications it is for the purpose of item identification and to establish standards of quality, style, and features. Proposals on equivalent items of the same quality are invited. However, to receive consideration, such equivalent proposals must be accompanied by sufficient descriptive literature and/or specifications to clearly identify the item and provide for competitive evaluation. The University will be the sole judge of equality and suitability. Whenever the name of a manufacturer is mentioned in the specifications and the words "or equal" do not follow, it shall be deemed that the words "or equal" follow unless the context specifies "no substitution." Unless noted on the proposal form, it will be deemed that the article furnished is that designated by the specifications. The University reserves the right to return, at contractor's expense, all items that are furnished which are not acceptable as equals to items specified and contractor agrees to replace such items with satisfactory items at the original proposal price.

Page 10: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

10

Time will be of the essence for any orders placed as a result of this RFP. The University reserves the right to cancel any orders, or part thereof, without obligation if delivery is not made in accordance with the schedule specified by the respondent and accepted by the University. Unless otherwise specified in the Detailed Specifications and Special Conditions, all proposals shall include all packing, handling, and shipping charges FOB destination, freight prepaid and allowed.

3. Submission of Proposals: Respondents shall furnish information required by the solicitation in the form requested. The University reserves the right to reject proposals with incomplete information or which are presented on a different form. All proposals shall be signed, in the appropriate location, by a duly authorized representative of the respondent's organization. Signature on the proposal certifies that the respondent has read and fully understands all proposal specifications, plans, and terms and conditions.

By submitting a proposal, the respondent agrees to provide the specified equipment, supplies and/or services in the RFP, at the prices quoted, pursuant to all requirements and specifications contained therein. Furthermore, the respondent certifies that: (1) the proposal is genuine and is not made in the interest of or on behalf of any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, or corporation; (2) the respondent has not directly or indirectly induced or solicited any other respondent to submit a false or sham proposal; (3) the respondent has not solicited or induced any person, firm, or corporation to refrain from responding; (4) the respondent has not sought by collusion or otherwise to obtain any advantage over any other respondent or over the University.

Modifications or erasures made before proposal submission must be initialed in ink by the person signing the proposal. Proposals, once submitted, may be modified in writing prior to the exact date and time set for the proposal closing. Any such modifications shall be prepared on company letterhead, signed by a duly authorized representative, and state the new document supersedes or modifies the prior proposal. The modification must be submitted in a sealed envelope marked "Proposal Modification" and clearly identifying the RFP title, RFP number and closing time and date. Proposals may not be modified after the proposal closing time and date. Telephone and facsimile modifications are not permitted. Proposals may be withdrawn in writing, on company letterhead, signed by a duly authorized representative and received at the designated location prior to the date and time set for proposal closing. Proposals may be withdrawn in person before the proposal closing upon presentation of proper identification. Proposals may not be withdrawn for a period of sixty (60) days after the scheduled closing time for the receipt of proposals.

Page 11: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

11

All proposals, information, and materials received by the University in connection with an RFP response shall be deemed open records pursuant to 610.021 RSMo. If a respondent believes any of the information contained in the respondent's response is exempt from 610.021 RSMo, then the respondent's response must specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the University will treat all materials received as open records. The University shall make the final determination as to what materials are or are not exempt.

4. Evaluation and Award: Any clerical errors, apparent on its face, may be corrected by the Buyer before contract award. Upon discovering an apparent clerical error, the Buyer shall contact the respondent and request clarification of the intended proposal. The correction shall be incorporated in the notice of award. The University reserves the right to request clarification of any portion of the respondent's response in order to verify the intent. The respondent is cautioned, however, that its response may be subject to acceptance or rejection without further clarification. The University reserves the right to make an award to the responsive and responsible respondent whose product or service meets the terms, conditions, and specifications of the RFP and whose proposal is considered to best serve the University's interest. In determining responsiveness and the responsibility of the Respondent, the following shall be considered when applicable: the ability, capacity, and skill of the respondent to perform as required; whether the respondent can perform promptly, or within the time specified without delay or interference; the character, integrity, reputation, judgment, experience and efficiency of the respondent; the quality of past performance by the respondent; the previous and existing compliance by the respondent with related laws and regulations; the sufficiency of the respondent's financial resources; the availability, quality and adaptability of the respondents equipment, supplies and/or services to the required use; the ability of the respondent to provide future maintenance, service and parts. The University has established formal protest procedures. For more information about these procedures, contact the Buyer in Campus Procurement Services. The University reserves the right to accept or reject any or all proposals and to waive any technicality or informality.

5. Contract Award and Assignment: The successful respondent shall, within ten

(10) days after the receipt of formal notice of award of the contract, enter into a contract, in duplicate, prepared by the University. The Contract Documents shall include the Notice to Bidders, Specifications and Addenda, Exhibits, Proposal Form, Form of Contract, Letter of Award, University Purchase Order, Form of Performance Bond, General Conditions and Prevailing Wage Order.

Page 12: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

12

The contract to be awarded and any amount to be paid thereunder shall not be transferred, sublet, or assigned without the prior approval of the University.

6. Contract Termination for Cause: In the event the Contractor violates any provisions of the contract, the University may serve written notice upon Contractor and Surety setting forth the violations and demanding compliance with the contract. Unless within ten (10) days after serving such notice, such violations shall cease and satisfactory arrangements for correction be made, the University may terminate the contract by serving written notice upon the Contractor; but the liability of Contractor and Surety for such violation; and for any and all damages resulting therefrom, as well as from such termination, shall not be affected by any such termination. See General Conditions Article 14.1

7. Contract Termination for Convenience: The University reserves the right, in its best interest as determined by the University, to cancel the contract by given written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. See General Conditions Article 14.2

8. Warranty and Acceptance: The Contractor expressly warrants that all

equipment, supplies, and/or services provided shall: (1) conform to each and every specification, drawing, sample or other description which was furnished or adopted by the University, (2) be fit and sufficient for the purpose expressed in the RFP, (3) be merchantable, (4) be of good materials and workmanship, (5) be free from defect. Such warranty shall survive delivery and shall not be deemed waived either by reason of the University's acceptance of or payment for such equipment, supplies, and/or services.

No equipment, supplies, and/or services received by the University pursuant to a contract shall be deemed accepted until the University has had a reasonable opportunity to inspect said equipment, supplies and/or services. All equipment, supplies, and/or services which do not comply with specifications and/or requirements or which are otherwise unacceptable or defective may be rejected. In addition, all equipment, supplies, and/or services which are discovered to be defective or which do not conform to any warranty of the Contractor upon inspection (or at any later time if the defects contained were not reasonably ascertainable upon the initial inspection) may be rejected. See General Conditions Article 3.1

9. Payment: Payment terms, unless otherwise stated in the RFP, will be considered to be net 30 days after the date of satisfactory delivery and acceptance by the University and upon receipt of correct invoice whichever occurs last. Cash discounts for prompt payment may be offered but they will not be considered in determination of award unless specifically stated in the Detailed Specifications and Special Conditions. The University may withhold payment or make such deductions as may be necessary to protect the University from loss or damage on

Page 13: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

13

account of defective work, claims, damages, or to pay for repair or correction of equipment or supplies furnished hereunder. See General Conditions Article 9

10. Accounting Practices: The Contractor shall maintain, during the term of

the contract, all books of account, reports, and records in accordance with generally accepted accounting practices and standard for records directly related to this contract. The Contractor agrees to make available to the University, during normal business hours, all book of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of five (5) years beyond the last day of the contract term. See General Conditions Article 13.7

11. General Conditions of the Contract for Construction & Prevailing Wage

Requirements: Refer to PDF documents provided as an attachment to this RFP.

12. Missouri Laborers in Period of Excessive Unemployment: Due to a declaration of the excessive unemployment work this contract is subject to the requirements of chapter 290, sections 290.550 to 290.580 Revised Statutes of Missouri. Contractors shall employ only Missouri laborers and laborers from nonrestrictive states on such project or improvement. Other laborers may be used when Missouri laborers or laborers from nonrestrictive states are not available, or are incapable of performing the particular type of work involved, if so certified by the contractor and approved by the contracting officer. The statue may be reviewed at http://www.moga.state.mo.us/statutes/C290.HTM.

Page 14: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

14

CERTIFYING MBE/WBE AGENCIES MBE/WBEs are those businesses certified as disadvantaged by an approved agency. The Bidder is responsible for obtaining information regarding the certification status of a firm. A list of certified firms may be obtained by contacting the agencies listed below. Any firm listed as disadvantaged by any of the following agencies will be classified as a MBE or WBE by the Owner. St. Louis Development Corporation 1015 Locust St. Louis, MO 63101 314/622-3400; 314/622-3413 (Fax) CONTACT: Minority Business Development Manager Bi-State Development Agency 707 North First Street St. Louis, MO 63102-2595 314/982-1457; 314/982-1558 (Fax) CONTACT: Disadvantaged Business Enterprise Coordinator St. Louis Minority Business Council 308 North 21st St., 7th Floor St. Louis, MO 63101 314/241-1143; 314/241-1073 (Fax) CONTACT: Executive Director U.S. Small Business Administration - St. Louis, MO 8(a) Contractors, Minority Small Business 815 Olive St., Room 242 St. Louis, MO 63101 314/539-6600; 314/539-3785 (Fax) CONTACT: Business Opportunity Specialist Lambert St. Louis International Airport 4610 N. Lindbergh, Suite 240 Bridgeton, MO 63044 314/551-5000; 314/551-5013 (Fax) CONTACT: Program Specialist City of Kansas City, Missouri Human Relations Department, MBE/WBE Division 4th Floor, City Hall Kansas City, MO 64106 816/274-1432; 816/274-1025 (Fax) CONTACT: Minority Business Specialist Kansas City Minority Supplier Council 777 Admiral Blvd. Kansas City, MO 64106 816/221-4200; 816/221-4212 (Fax) CONTACT: Executive Director U.S. Small Business Administration - Kansas City, MO 8(a) Contractors, Minority Small Business 323 W. 8th Street, Suite 501 Kansas City, MO 66105 816/374-6729; 816/374-6759 (Fax) CONTACT: Business Opportunity Specialist

Page 15: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

15

State of Missouri-Office of Administration Division of Design and Construction, Minority Business Development P.O. Box 809, Harry S. Truman State Office Building Room 730, 301 West High Street Jefferson City, MO 65102 573/751-6908; 573/526-3097 (Fax) CONTACT: Minority Contracts Coordinator Missouri Department of Transportation Division of Construction P.O. Box 270 Jefferson City, MO 65102 573/751-6801; 573/526-5640-6555 (Fax) CONTACT: Disadvantaged Business Enterprise Coordinator Illinois Department of Transportation MBE/WBE Certification Section 2300 Dirkes Parkway Springfield, IL 62764 217/782-5490 CONTACT: Certification Manager State of Missouri-Office of Administration Division of Purchasing & Materials Management Minority Purchasing Unit P.O. Box 809 Jefferson City, MO 65102 800/592-6019; 573/751-7276 (Fax) CONTACT: MBE/WBE Certification Coordinator

Page 16: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

16

UNIVERSITY OF MISSOURI DETAILED SPECIFICATIONS AND SPECIAL CONDITIONS

I. Scope of Contract The Curators of the University of Missouri invites proposals from qualified vendors for the Design, Furnishing, Delivery, Installation and On-Going Support of an Automated Storage Retrieval System for the University of Missouri-Kansas City (UMKC) Miller Nichols Library. II. Introduction/Background The University of Missouri-Kansas City is one of four campuses within the University of Missouri System. UMKC is an urban campus located in greater Kansas City. The main campus (Volker) is located at 5100 Rockhill Road and the health sciences campus (Hospital Hill) is located at 25th & Holmes. The University had a fall 2007 enrollment of 14,256 (9,323 undergraduate, 4,863 graduate/professional), with 2,369 faculty and 1,711 staff. The Miller Nichols Library at the University of Missouri – Kansas City (UMKC) will undergo an expansion and renovation beginning in the Fall of 2008. Phase I of the project, scheduled for completion in the Fall of 2009, will be the construction of an addition to house an Automated Storage Retrieval System (ASRS). This RFP is for the design, purchase and installation of an ASRS. Interested bidders may educate themselves with UMKC Miller Nichols Library and develop and submit their proposal showing how they will assist in meeting the needs of our students, faculty and staff. This information can be found at: http://library.umkc.edu/

III. Goals UMKC is an urban campus with a growing number of traditional residential students, but a significant majority are commuter, non-traditional and transfer students. The addition of the ASRS offers library patrons the convenience to request materials anytime from the online database and to pick the items up from the circulation desk at their convenience. The ASRS will house approximately80% of the current circulating and special collections including anticipated growth for the next 15 years. The capacity of the ASRS facility needs to accommodate approximately 754,915 volumes plus 42,000 cubic feet of archival boxes and 34,646 linear feet of sound recordings and other materials. The materials to be housed in this high density facility will include a wide array of material types including books, journals, sound recordings (LPs, 78s, disks, tapes, cassettes, CDs, etc.), archival materials, microfilm, microfiche, CDs/DVDs, films, and music scores. The variety and size of these various formats dictates flexibility of storage while providing maximum density. Significant portions of these materials are fragile including the 300,000 sound recordings and will, therefore, require conveyances that maintain stability of the materials while in motion.

Page 17: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

17

Although the collections (20%) with the highest frequency of use will be shelved on open shelves in the library, it is anticipated that the circulating collections in the ASRS will be used heavily as well. Currently, at peak times, materials are checked out at a rate of 100 items per hour. The ASRS will have four (4) delivery points:

• Ground level location for Western Historical Manuscripts, which is primarily archival materials (in boxes).

• First level location for general circulating library collections • Third level with delivery points at both ends of the ASRS. The main delivery

point for the Music/Media circulating collection, and a separate secure zone for Special Collections/Marr Sound Archives.

IV. ASRS Systems Requested The Library staff has studied and viewed both the bin/tote and archival shelving system types. Since UMKC has the unique need to store different types of formats (sound recordings and others listed in this RFP) we are requesting three (3) proposal responses as follows:

• A Single System Solution (Archival/Shelving/Unit Load System) • A Hybrid Solution (combination of Archival and Bin/Tote/Mini-Load System) • Open solution to be proposed by vendor; based on needs as defined within this

RFP V. Pre-Proposal Conference A Pre-Proposal Conference is scheduled for February 7, 2008 @1:30 pm CST. It is the intent and desire, by the university, for interested Respondents to understand the culture and campus settings and surroundings at UMKC, therefore, Respondents are highly encouraged to attend. The conference will be held in the UMKC Miller Nichols Library, Room 303, 3rd Floor, located at 800 East 51st Street, Kansas City, Mo. 64110. Interested respondents must respond, indicating their intent to attend the pre-proposal conference by contacting Catherine Barker, Manager of Campus Procurement Services, at [email protected], by Tuesday, February 5, 2007. VI. Issuing Office Procurement Services is the issuing office for this RFP and all subsequent addenda relating to it. Procurement Services is the sole point of contact regarding all Procurement and contractual matters relating to the requirements described in this RFP. Procurement Services is the only office authorized to change, modify, clarify, etc., the specifications, terms, and conditions of this RFP and any contract(s) awarded as a result of this RFP.

Page 18: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

18

A. Prior to Submission of Proposal Questions prior to submission of the proposal should be directed

in writing to Manager of Campus Procurement Services, Catherine Barker. Questions are to be sent by e-mail at [email protected]. The University will make every effort to respond to Contractor questions in a timely fashion. Questions will be accepted until February 18, 2008 and all responses will be sent by February 19, 2008. Questions and responses will be e-mailed to all solicited Contractors.

B. Following Proposal Submission

Questions following proposal submission can be directed verbally to Catherine Barker at (816) 235-1375.

VII. RFP Schedule Vendors who are interested in submitting proposals in response to this RFP should do according to the following schedule. ACTION DATE RFP mailed January 31, 2008 Pre-proposal conference February 7, 2008 Last day to receive written questions regarding RFP February 18, 2008 Response to written questions, if required February 19, 2008 Proposal due date February 21, 2008 Oral presentations March 6, 2008 Notice of Award April 4, 2008

Page 19: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

19

VIII. Requirements

A. Design/Build Services

1. Describe your approach to working with MNL and the architectural and engineering team to provide design assistance. Provide references from clients / design team from similar projects.

2. Identify the prime liaison from your company, for design, engineering,

installation and training.

3. Confirm your ability to meet or exceed the following project schedule:

a. Design complete October 2008 b. Installation complete October 2009

4. Confirm compliance with applicable code requirements of the University of

Missouri Adopted Building Codes. The requirements can be found at: http://www.umsystem.edu/ums/departments/fa/management/facilities/guidelines/07_UM_code.pdf

a. ICC International Building Code - 2006 c. ICC International Plumbing Code -2006 d. ICC International Mechanical Code -2006 e. International Existing Building Code -2006 f. National Electric Code -2005 g. NFPA 110 Standard For Emergency And Standby Power Systems-

2005 h. NFPA 101 Life Safety Code-2006 i. NFPA 90a Installation Of Air Conditioning And Ventilating Systems-

2002 j. NFPA 72 National Fire Alarm Code-2007 k. NFPA 54 National Fuel Gas Code-2006 l. NFPA 13 Installation Of Fire Sprinkler Systems-2007 m. Americans with Disabilities Act Accessibility Guidelines (ADAAG)

And American National Standards Institute (ANSI) 117.1. n. University Of Missouri System Facilities Management Adopted

Building Codes

5. Define the methodology of your process of working with MNL to confirm collection storage parameters and finalize rack and shelving configurations.

Page 20: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

20

B. Design

1. Confirm your ability to provide ASRS system drawings in AutoCad 2007 drawing format.

2. Your proposed system should include, at a minimum:

a. 1/16” scale floor plans of the ASRS, indicating rack configuration,

crane rail and overrun configuration, pick station configuration, position of ancillary equipment associated with ASRS operation.

b. ¼” scale pick station plan configurations with dimensions. c. ASRS – cross section showing full extent of racks, overhead bracing. d. ASRS longitudinal cross section showing full extent of racks,

overhead bracing, crane overruns and pick station mechanisms. e. Additional details: isometric drawings or other illustrations you deem

appropriate. f. Recommendation for minimum clear opening requirements for

delivery and installation of ASRS components. g. Drawings illustrating your recommended storage strategy for UMKC

collections including confirmation that your proposed storage solution does not exceed maximum weight capacity of shelves or bins.

h. Photos from other projects / installations illustrating your recommended systems solution.

i. Recommendation for the weight capacity of the entire collection with special consideration of the much great weight of the sound recordings compared to the rest of the collection.

C. Mechanical/Electrical

1. Include in your proposal an outline of specific requirements for in-rack fire suppression system based on your experience with similar institutions. • The successful bidder will be required to provide, within 30

days of Notice of Award, a schematic drawing delineating piping which will be installed by manufacturer versus piping installed by fire protection contractor.

2. Provide listing of minimum and maximum temperature and humidity

operating conditions.

3. The successful bidder will be required to provide, within 30 days of Notice of Award:

• Provide a complete one-line diagram of electrical system for ASRS that designates wiring to be field installed by an electrical contractor. Clearly delineate what electrical and control wiring will be installed by manufacturer versus

Page 21: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

21

electrical contractor. Provide voltage and amperage for each required connection. Provide plan drawings indicating electrical connection points. Include requirements for 120V power for computers and monitors.

• Provide BTUH output of equipment for HVAC sizing.

D. Data/Telecom

1. Provide a complete description of the data/telecom service requirements needed for ASRS operation and installation.

2. Indicate in your proposal any data infrastructure that needs to be installed by UMKC prior to installation.

3. Indicate in your proposal thedata infrastructure components you provide.

4. The successful bidder will be required to provide, within 30 days of Notice of Award:

• Detailed drawings and specifications for computer systems and equipment needed to operate your system.

E. Structural

1. Confirm that you can provide engineered drawings and structural calculations for the ASRS racking system, signed and sealed by a Professional Engineer licensed in the state of Missouri. 2. Confirm that your racking system complies with building code requirements for seismic design. Project is under 2006 IBC, assume site class C. 3.Confirm that your racking system is an independent, self supporting (vertically and laterally) structural system connected to the building at the foundation level only. 4. The successful bidder will be required to provide, within 30 days

of Notice of Award: • Provide estimated maximum reactions (in kips) for your

proposed racking system and it’s contents.

F. Construction Administration

5. Outline your shop drawing / fabricator drawing preparation / review and approval process in your proposal.

6. Specify your approach to overseeing the ASRS installation, including how many on-site visits are included in your proposal.

7. Outline your final inspection / quality assurance and start-up procedures for bringing the ASRS to operational status.

Page 22: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

22

G. Storage Needs

The ASRS will need to meet local needs/requirements for various weights, sizes and types/formats of materials. The operation at UMKC will house some higher-use materials. Some materials require additional shelving support to minimize damage in storage, usage, and movement. Following is a list of the materials which will be house in the ASRS:

• Books • Bound & Un-Bound journals • Microfilm • Microfiche • Sound Recordings (LPs, 45s, 78s, transcription discs, CDs, cassette tapes, reel

tapes, piano rolls, cylinder rolls) • Government documents • Archival materials in boxes of various sizes • Rare and unique printed materials • Musical scores

Exhibit A (attached) provides a summary of the different types of materials; identifying the current volume and capacity need.

H. Preparation

Successful bidder will be responsible for working with the library staff in preparation of moving materials into the ASRS (aside from measuring):

1. Work with the library staff, library consortium office, and the library system

vendor (Innovative Interfaces, Inc.) to ensure real-time systems interfaces. 2. Provide guidance on the best distribution of collection throughout the facility

to provide load-sharing between aisles. 3. Provide training to library staff on operation of the system, software, bar-

coding of storage units, and proper storage of materials. 4. Work with the library staff to specify the design of shelving units that provide

the proper support and containment of materials to protect materials.

Post-construction cleaning of the complete ASRS system, prior to any material being loaded, is required. Bidders shall identify the standard preparation and post-construction cleaning in their responses.

Page 23: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

23

I. Chemically inert components All ASRS components must be produced and/or treated in a manner so no residue will spill over transfer, or leach in the collection, resulting in permanent damage to the materials stored. System components shall not chemically react to the materials in an adverse manner. J. Retrieval/Delivery time ASRS desired must be adequate to meet peak retrieval and delivery times, which is anticipated to be 100 requests per hour. K. Movement during delivery ASRS must be designed to minimize movement of materials during delivery/return, in order to prevent damage. This criteria is especially important for the fragile materials. Bidders must speak to this in their response. L. Storage design Bidder shall identify in their bid how the storage units (either bins/totes or shelving) will be designed to prevent overloading and how the proposed solution provides a desired balance load. M. Conveyors Bidders must identify in their response any required conveyors for the systems proposed. It is the university’s desire to have this option at the Special Collections/Marr Sound Archives delivery location, for the purpose of moving storage unit(s) into a workspace for an extended period of time and allowing material requests to continue at this location. N. Noise Level Bidders are requested to identify the sound decibel level the proposed system generates. O. Training & Start Up Two week on-site training and support will be required for the library staff before, during and after full implementation. Bidders shall also identify on-going training options. In addition, identify vendor’s on-site representation duration for software and technical support. P. Software Support The software supplied with the ASRS shall provide a seamless interface with the current (Innovative Interfaces Inc.) online catalog software currently used by the Miller Nichols Library. Bidders are required to identify software compatibility in their RFP response. Q. Replacement Parts The University expects that they will store some specific replacements parts, on-hand, in order to keep the ASRS in production at all times. While final determination of which parts will be kept onsite will occur with the successful bidders, all Respondents shall include their recommended replacement parts in their response. Provide a list of said parts and the costs included in the proposal. Additionally, identify the location of the

Page 24: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

24

distribution center which parts will be shipped from, and approximate turnaround time for delivery of additional replacement parts. R. Maintenance/Support Bidder shall identify in their proposal response maintenance service contracts available. Include an annual schedule of preventative maintenance. Define routine preventative maintenance needs, and defined repair response time (8 hours or less is desired). In the maintenance response, please identify on-going programming requirements. Bidder shall also identify, in their proposal response, how they would work with the library in the event of library system upgrades or migrations to maintain system interfaces. The University requires a firm quote for maintenance for a period of 5 year. Exceptions to this requirement shall address this request by proposing a firm quote for a specified period of time and including any escalating clauses. IX. Prototype The University requires the successful bidder to provide an operational mock-up of the storage module of the proposed storage unit solution. X. Financial Proposal (Must be submitted under separate cover)

1. Provide an itemized cost proposal, isolating system components by each robotic aisle. Provide separate line items for racks, bins, shelves and robotic systems.

2. Your price proposal shall include the preparation of a mock up of a typical archival shelving unit for general collection book and LP / archival storage demonstrating quality of construction and structural stability of the shelving unit.

3. Provide line item pricing for on-site training, which shall include all necessary travel costs.

4. Include separate price proposal for quarterly preventive maintenance agreements. 5. Provide any costs associated with on-going support for programming needs. 6. Provide your recommendation for spare parts / components that UMKC should

keep and site and itemized cost for the same. XI. Proposal Evaluation:

From the total information requested, determination will be made of the prospective Contractor’s ability to provide the products and services outlined to the University. All information that is requested in this document should be included as a part of the Respondent’s proposal. (See Form of Proposal) Evaluation points are the maximum numbers of points that can be assigned to a Respondent’s proposal. Award of the contract will be granted to the Respondent

Page 25: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

25

who receives the most points of the 100 points possible as outlined below. Points will be assigned in the best judgment of the University. The structure outlined in the proposal is not meant to limit the creativity of Respondents wishing to submit proposals. Respondent should feel free to provide proposals indicating additional services they could provide in this area, and pricing for each additional item. Respondents may submit multiple proposals, if so desired. However, at least one full and complete proposal must be submitted in compliance with the specifications outlined in this document.

Evaluation Strategy Overview:

The University will evaluate proposals in three steps:

Step 1: Mandatory Requirements -The first step is a determination of whether a Respondent meets the mandatory requirements. Mandatory requirements will be evaluated on a pass-fail basis. Only those Respondents that meet all mandatory requirements will be considered further.

Step 2: Desirable Specifications / References - The second step consists of the review committee’s evaluation of the Respondent’s ability to meet the desirable specifications and technical requirements. The Respondents should provide a complete response to each desirable specification as part of their proposals using the same numbering scheme used in the RFP. Additionally, Respondents should fully comply with the specification regarding references.

Step 3: Financial Cost to the University- For the third and final step, the University will evaluate financial cost and integrate these point determinations into the overall point count calculation.

Evaluation Criteria: Maximum

Criteria Points

Demonstrated Industry Experience 20 points Clarity and Applicability of the Approach Proposed 20 points Project Team/Client References 5 points Maintenance/Software Support 5 points M/WBE Participation 5 points Financial Cost 45 points Total 100 points

Note: The University reserves the right to negotiate best and final terms with the respondent selected.

Page 26: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

26

Note in each area each area listed below it is desirable for material submitted to show:

• A clear understanding of the need • A well-defined solution to the issue

MANDATORY – (Pass or Fail): Proposals must meet the following minimum service requirement:

• Demonstrated and proven success in providing an ASRS solution, in a college or university environment, for a period of no less than 2 years.

DESIRABLE

A. Industry Experience - (20 points)

Statement of qualifications. Supplier shall demonstrate their qualifications and capabilities of providing this product by providing a Company profile, detailing capabilities and history of providing this service in a college or university environment.

B. Clarity and Applicability of Approach Proposed - (20 points) The firm’s understanding of the University Library & Community requirements, responsiveness to the Requirements of the Request for Proposal, and completeness of proposal in relation to the information requested under the Technical and Financial Proposal sections of the RFP.

C. Project Team/Client References – (5 points)

Responses shall identify project design and engineering team as well as the overall project lead for ensuring the project is a success from contract award through complete installation.

It is desirable for respondent to provide a list of at least three organizations for which they are or have provided similar services in scope. It is desirable for University contacts with respondent’s references to be positive and demonstrate the success of the prior consulting agreement in achieving the project objectives. (Please provide three references, including contact names and phone numbers of current or recent (3 years or less) clients)

D. Maintenance/Software Support – (5 points) Bidder must provide standard Annual Maintenance Schedule. Response shall identify repair response times for both normal business and emergency hours.

Page 27: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

27

It is also desirable for response to include how the bidder will work with the University on software upgrades & support.

E. M/WBE Participation - (5 points) Any existing partnerships/agreements with Minority or Women Owned Businesses shall be disclosed in the RFP response. If such partnerships exists, first or second tier reporting will become a requirement from the successful bidder, as a final deliverable.

F. Financial Proposal – (45 Points)

Submission including Financials MUST be submitted under separate cover in the proposal submission, marked Financial Proposal.

Page 28: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

28

COMPLIANCE CHECKLIST

Must be completed and submitted with proposal, or response will be considered non-responsive YES NO LOCATION (in response) Design/Build Services Provide references from similar projects

Project team identified with resume and experience

Ability to meet or exceed project schedule

Compliance with applicable code requirements

Methodology proposed for parameters and configurations

Design Able to provide drawings in AutoCad 2007

Appropriate drawings & configurations

Photos from other installations Mechanical/Electrical Outline requirements for in-rack fire suppression system

Data/Telecom Data/Telecom service requirement identified

Structural Engineered drawings & structural calculations provided

Racking system complies with building code requirements

Confirmed racking system is independent and self supporting

Construction/Administration Drawing/prep/review & and approval process defined

Approach to overseeing the ASRS installation

Final inspection/quality assurance/start-up procedures identified

Page 29: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

29

COMPLIANCE CHECKLIST

Must be completed and submitted with proposal, or response will be considered non-responsive

YES NO LOCATION (in response) Non-emitting issue addressed Retrieval/delivery time provided Movement during delivery identified Storage design identified Conveyor issue addressed Noise level addressed Training & Start-up options provided Software Support/Interface identified Replace parts issues identified Maintenance/Support addressed Financial Response Training costs provided Maintenance/Software support identified

On-going programming costs provided Spare parts cost identified

Page 30: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

30

PROPOSAL FORM

(Name of firm or individual responding)

REQUEST FOR PROPOSALS FOR

FURNISHING AND DELIVERY OF

AUTOMATED STORAGE RETRIEVAL SYSTEM FOR

THE CURATORS OF THE UNIVERSITY OF MISSOURI FOR

THE UNIVERSITY OF MISSOURI – KANSAS CITY RFP # 6925

OPENING DATE: February 21, 2008 TIME: 2:00 PM, CST

The undersigned proposes to furnish the following items and/or services at the prices quoted and agrees to perform in accordance with all requirements and specifications contained within this Request For Proposal issued by the University of Missouri.

Page 31: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

31

AUTHORIZED RESPONDENT REPRESENTATION Number of calendar days delivery after receipt of order

Payment Terms

Authorized Signature

Date

Printed Name Title

Company Name Mailing Address City, State, Zip Phone No. Federal Employer ID No.

Fax No.

E-Mail Address

Circle one: Individual Partnership Corporation If a corporation, incorporated under the laws of the State of__________ Licensed to do business in the State of Missouri? ____yes _____no This signature sheet must be returned with your proposal.

Page 32: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

Marr Sound Archives

Marr Sound Archives 6/30/2007Projected to

2022Conventiona

l Shelving ASRS

Secure Closed Stack

Growth ratesLinear feet of collection below 5,638 8,305 Linear Ft 8,305 0 Recordings13.8% / 5 yrsLinear feet for processing 200 Linear Ft. 200 Books 7.7% / 5 yrsTotal Linear Feet for Recordings 5,638 8,505 Linear Ft. 8,305 200 Journals 10.1% / 5 yrs

7" 78's 573 Units10" 78's (1 LF = 48.8 to 56.7 lbs X 915 LF) 71,800 Units12" 78's (1 LF = 71.4 to 84 lbs X 604 LF) 22,760 Units7" LP's 79 Units10" LP's 3,791 Units12" LP's (1 LF = 43.8 to 52.5 lbs X 2552 LF) 121,008 Units 7" 45's 26,765 Units16" Transcription Discs (1 LF = 79.1 lbs) 21,807 Units12" Transcription Discs 1,391 Units16" Instantaneous cut discs 3,890 Units12" Instantaneous cut discs 2,316 Units10" Instantaneous cut discs 648 Units7" Instantaneous cut discs 2 UnitsOpen-reel tape 7,368 UnitsAudiocassette 10,386 UnitsCylinders 1,216 UnitsPiano rolls 118 UnitsRoller organ rolls 27 UnitsMusic box discs 36 UnitsTotal Recording units 295,981 436,205

Marr Sound Archives 6/30/2007Projected to

2022Conventiona

l Shelving ASRS

Secure Closed Stack

Periodicals 476 635 Volumes 6183Books 1,165 1,455 Volumes 1,165Total Volumes 1,641 2,090 Volumes 6,183 1,165

2/1/2008 8:37 AM ExhibitA-BD6925-Volumes.xls

Page 33: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

Special Collections

Special Collections/Marr Sound Archives June 30, 2007Projected to 2022

Conventional

Shelving ASRS

Secure Closed Stack

Growth ratesSpecial Collections Volumes MS Boxes 90ft /yrBooks - Regular sized 42,498 66,679 Volumes 40,007 26,672 Books 16.2% / 5 yrsBooks - Quarto 2744 4305 Volumes 2,583 1,722 Journals 16.2% / 5 yrsBooks - Folio 1933 3033 Volumes 1,820 1,213Books - City DirectoriesJournals, Newspapers (bound periodical volumes) 2884 4525 Volumes 2,715 1,810Dental Library 1000 1000 Volumes 1,000Sub-Total 51,059 79,542 Volumes 48,125 31,417

Special Collections in Linear FeetProcessing 300 300 Linear feet 0 300Books--regular sized 3523 5528 Linear feet 5228 300Books--quarto 318 499 Linear feet 449 50Books--folio 700 1098 Linear feet 0 1098City Directories 36 56 Linear feet 0 56Unprocessed 54 60 Linear feet 60 0Journals, newspapers 701 1100 Linear feet 1000 100Ready Reference (Reading Room) 24 48 Linear feet 0 48

Subtotal Linear Feet 5656 8689 Linear feet 6737 1952

Remainder of collection (includes all materials listed below Bolling Collection (1260 containers) 648 Linear feetMisc. & unprocessed 307 Linear feetSheet Music (777 containers) 186 Linear feetMusic Misc. (523 containers) 223 Linear feetOther Misc. (672 containers) 48 Linear feetTotal Linear Feet 1412 2762 Linear feet 8,947 2,504 Square Footage for cabinetsVertical File Materials Sq. Ft 9.5 sq.ft.Map/print cases (25 cases) Sq. Ft 47 sq.ft.TotalSquare Feet 7068 11451Square feet 15,684 4,456

2/1/2008 8:38 AM ExhibitA-BD6925-Volumes.xls

Page 34: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

Special Collections

Archival container information

Dimensions # boxes Boxes/stack # stacksLinear ft/stack

Total Linear Feet % of total

Projected to 2022

Banker 10X15X12" 449 1 449 15" = 1.2 561.25 45% 601.54Flip-top 10.25X15.25X2. 21 1 21 2.5" = .21 4.41 0% 4.73Flip-top 10.25X15.25X5" 211 1 211 5" = .42' 88.62 7% 94.98Flip-top 10.25X12.25X2. 24 1 24 2.5" = .21 5.04 0% 5.40Flip-top 10.25X12.25X5" 379 1 379 5" = .42' 159.18 13% 170.61Drop-front, deep lid 16.5X20.5X1.5" 7 4 2 20.5" = 1 3.42 0% 3.67Drop-front, deep lid 9.5X12.5X3" 314 4 79 12.5" = 1 82.16 7% 88.06Drop-front, deep lid 11.5X15X3" 866 4 217 15" = 1.2 271.25 22% 290.72Drop-front, deep lid 14.5X18.5X3" 61 4 16 18.5" = 1 24.64 2% 26.41Drop-front, deep lid 16.5x20.5x3" 48 2 24 20.5" = 1 41.04 3% 43.99Drop-front, deep lid 20.5x24.5x3" 7 2 4 24.5" = 2 8.16 1% 8.75Drop-front, deep lid 22x28x3" 4 2 2 28" = 2.3 4.66 0% 4.99Total 1253.83 1343.83

2/1/2008 8:38 AM ExhibitA-BD6925-Volumes.xls

Page 35: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

Western Historical Manuscripts

Western Manuscripts2004

CollectionProjected to 2022

Conventional Shelving ASRS

Secure Closed Stack

16,000 42,000 cubic feet 42,000 CFManuscripts volumesStandard Record Box1/3 Document Box38" Drawing Box54" Drawing BoxFlat storageVertical File StoragePhotographic NegativesMotion Picture FilmTotal 42,000 cubic feet 42,000 CF

2/1/2008 8:39 AM ExhibitA-BD6925-Volumes.xls

Page 36: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 37: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 38: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 39: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 40: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 41: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 42: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 43: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 44: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 45: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 46: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 47: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 48: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 49: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 50: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 51: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 52: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the

 

 

 

 

 

 

 

 

 

 

 

 

THIS PAGE INTENTIONALLY LEFT BLANK 

Page 53: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 54: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 55: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 56: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 57: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 58: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 59: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 60: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 61: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 62: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 63: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 64: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 65: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 66: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 67: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 68: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 69: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 70: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 71: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 72: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 73: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 74: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 75: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 76: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 77: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 78: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 79: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 80: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 81: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 82: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 83: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 84: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 85: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 86: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 87: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 88: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 89: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 90: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 91: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the
Page 92: AUTOMATED STORAGE RETRIEVAL SYSTEMbids.centerdigitalgov.com/NAV_jmorris_02-04-2008_0006_99985.pdf · of Automated Storage Retrieval System, RFP # 6925, which will be received by the