Loading...
1985-09855-Minutes for Meeting March 20,1985 Recorded 5/9/1985t DESCHUTES COUNTY BOARD OF COMMISSIONERS e� MARCH 20, 1985 VOL 64 PAGE 3S 85- 9855 Chairman Tuttle called the meeting to order at 9:00 a.m. Commissioners Prante and Maudlin were present; Rick Isham, Legal Counsel was also present. Amendments to Chairman Tuttle stated that there is a 10:00 the Agenda a.m. bid opening for the Library Book Detection System. Public Hearing Chairman Tuttle opened the Hearing; however, Regarding Appli- reqested that a motion be entertained to cations to the postpone the Public Hearing on applications State of Oregon to the State of Oregon Intergovernmental Intergovernmental Relations Division for a grant to provide for Grant to Pro- additional revolving loan funds until the vide Additional regular meeting of March 27, 1985 at 7:30 Revolving Loan p.m. Funds MOTION: PRANTE so moved. MAUDLIN: Second. VOTE: UNANIMOUS APPROVAL. Central Oregon Greg Cushman and Craig Moore, representing Economic Develop- COEDC requested the approval of the Board ment Council for $9,000 to relieve some financial obliga- Presentation tions the organization has encountered. Mr. Cushman stated that a new director of COEDC will be hired within 45 days to help lead COEDC in the 1985/86 budgetary process. Chairman Tuttle suggested that gg prior to the `'-- budgetary process that COEDC meet with repre- sentatives of Deschutes County and invite other counties to express concerns and share information at a preliminary budget meeting. Cn MOTION: PRANTE moved that we grant the `-= request of COEDC and authorize payment in the amount of $9,000. MAUDLIN: Second. VOTE: UNANIMOUS APPROVAL. Request to Pro- Chairman Tuttle explained that this is a one vide Other County time grant to authorize payment of $500 to Funds Grant for Eastern Oregon Health Systems Agency. Eastern Oregon Health Systems MOTION: PRANTE moved to authorize payment Agency of $500 to the Eastern Oregon Health Systems Agency from the Other County Funds Grant. 1 Home Health Close Out Soil Study Con- tract Renewal Signature of Contract with Keeton/King Health Depart- ment Remodel MAUDLIN: Second. r VOL 64 FACE 37 VOTE: UNANIMOUS APPROVAL. Mike Maier, Director of Administrative Services, requested the Board to authorize payment of close out funds to the Home Health Department. Chairman Tuttle entertained a motion to authorize payment of close out funds to the Home Health Department. MOTION: PRANTE so moved. MAUDLIN: Second. VOTE: UNANIMOUS APPROVAL. John Anderson, Community Development, stated that the intent of the contract renewal is to do a soil survey of the County and to renew the contract in the amount of $21,160 - same as last year. Mr. Anderson requested the Board to sign the contract which expresses their intent to appropriate funds for the soil study. MOTION: PRANTE moved to confirm our intent to renew the contract (letter format) for the soil study. Chairman Tuttle stated that prior to signa- ture of the contract, that Legal Counsel review and modify the letter to say we intend to renew the contract. MAUDLIN: Second. VOTE: UNANIMOUS APPROVAL. MOTION: PRANTE moved to sign the contract with Keeton/King for the remodel of the Greenwood Building - Health Department Remodel in the amount of $246,674.33. MAUDLIN: Second. VOTE: UNANIMOUS APPROVAL. Chairman Tuttle left at this time and Commissioner Prante took the chair. Declaration of Dave Hoerning, County Engineer, explained Dedications, that the Declaration of Dedications, Brooks Brooks Resources, Resources/J.L. Ward Company; Bob Hershey; J.L. Ward Company/ Ross Every, and Acceptance of Declaration of Bob Hershey;Ross Dedication for the Necessary Right of Way to 0 VOL 64 PACE 38 Every/Acceptance Realign Parrell Road at the China Hat Road of Declaration of and Highway 97 Intersection should have been Dedication for the placed on the agenda together and recommended Necessary Right the Board's acceptance of those deeds. of Way to Realign Parrell Road at MOTION: PRANTE entertained the motion the China Hat to accept the Declaration of Road and Highway Dedication for Brooks Resources for 97 Intersection the China Hat Road Project. MAUDLIN: Second. VOTE: UNANIMOUS APPROVAL. MOTION: MAUDLIN moved to accept the Declaration of Dedication for the Odem Medo Project PRANTE: Second. VOTE: UNANIMOUS APPROVAL. Computer Enhance- Mike Maier, Director of Administrative ment Approval - Services, stated that the Computer Upgrade Upgrade the was discussed extensively at the Work Session Deschutes County on Monday; therefore, the recommendation Central Computer would be to the Board would be to approve and Library the enhancement of the main frame computer Computer System in addition to the Library computer. MOTION: MAUDLIN moved to approve the computer enhancement and the upgrade of the County Central Computer and Library Computer Systems. PRANTE: Second. VOTE: UNANIMOUS APPROVAL. Appointment of Clyde Rose, P.O. Box 1119, Sisters, Oregon, the Panoramic Ac- explained the situation surrounding the cess Special urgency to appoint a Board of Directors for Road District the Panoramic Access Special Road District Board of in Sisters, stating that they missed the 1984 Directors levy and are approaching the 1985 levy; therefore the need for a Board of Directors is immediate. MOTION: MAUDLIN moved to appoint Bruce Withers to the Board for one year, term expiring December 31, 1985; Kenneth Blatchley, two year term expiring December 31, 1986; and Bob Branstetter, three year term expiring December 31, 1987. PRANTE: Second. VOTE: UNANIMOUS APPROVAL. 3 Appointments to the Farm Advisory Request for Re- funds/Community Development Department 10:00 a.m. Bid Opening for the Library Book Detection VOL 64 FACE 39 MOTION: MAUDLIN moved to reappoint Don Williams to the Farm Advisory Board PRANTE: Second. VOTE: UNANIMOUS APPROVAL. Commissioner Prante read aloud the request for refunds from the Community Development Department Ralph Delamarter, County Librarian, presented the bids for the Library Book Detection System. (See attached) The meeting was adjourned. DESCHUTES COUNTY BOARD OF COMMISSIONERS LAURE_CX LE, CHAI AN O BRIST W PRANTE, OMM IONER iVA2&t", D MAUDLIN, COMMISSIONER BOCC:kbw 4 BID PROPOSAL TO: BOARD OF COUNTY COMMISSIONERS Deschutes County Courthouse Annex Bend, Oregon 97701 DIVISION n �VOL 64 :�AG� BID PROP06AL 40 Page 1 of 4 PROJECT NAME: DESCHUTES COUNTY LIBRARY BOOK DETECTION SYSTEM The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this proposal are those named herein; that this proposal is, in all respects, fair and without fraud; and it is made without collusion with any Official of Deschutes County, hereinafter called County; and that the proposal is made without any connection or collusion with any person making another proposal on this Contract. The Bidder further declares that he has carefully examined the Contract documents; that he has personally inspected the site; that he has satisfied himself as to the quantities in- volved, including materials and equipment, and conditions of work involved, including the fact that the description of the quan- tities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract documents; and that this Proposal is made according to the provisions and under the terms of the Contract documents, which documents are hereby made a part of this proposal. The Bidder further agrees that he has exercised his own judgment regarding the interpretation of subsurface information and has utilized all data which he believes pertinent from the Librarian, the County, and other sources in arriving at his conclusions. The Bidder agrees that all of the applicable provisions of Oregon law relating to public contracts (ORS Chapter 279) are, by this reference, incorporated in and made a part of this Proposal. The Bidder further agrees that if this proposal is accepted, he will, within ten (10) calendar days after notifications of acceptance, execute the Contract with the County in the form of Contract annexed hereto; and will, at the time of execution of the Contract, deliver to the County the performance bond required herein, and will, to the extent of his proposal, furnish all materials necessary to complete the work in the manner, in the time, and according to the methods as specified in the Contract documents and required by the Librarian thereunder. The Bidder agrees to commence work on or before the 10th day following the issuance of a "Notice to Proceed" by the County and 1 - BID PROPOSAL DIVISION D NOl BID PROPOSAL Page 2 of 4 fully complete the project within the number of consecutive calen- dar days after the date appearing on the "Notice to Proceed" in the time schedule specially set forth in the Contract documents. Bidder agrees to pay the actual damages incurred by County for each consecutive calendar day thereafter which are incurred by County for delay in construction of said project. It is agreed that if the Bidder is awarded the Contract for the work herein proposed and shall fail or refuse to execute"the Contract and furnish the specified performance bond within ten (10) calendar days after receipt of notification of acceptance bf his proposal, then, in that event, the bid security deposited herewith, according to the conditions of the invitation to bid and information for bidders, shall be retained by the County as liquidated damages; and it is agreed that the said sum is a fair measure of the amount of damage the County will sustain in case the Bidder shall fail or refuse to enter into the Contract for the said work and to furnish the performance bond as specified in the Contract documents. Bid security in the form of a certified check shall be subject to the same requirements as a bid bond. If the Bidder is awarded a construction contract on this proposal, the surety who will provide the performance bond will be Hartford Accident & Indemnity Company , whose address is P. 0. Box 87 Somerdale N. J. 08083 STREET CITY STATE ZIP BID SCHEDULE For: DESCHUTES COUNTY LIBRARY BOOK DETECTION SYSTEM The undersigned, having visited the site of proposed construction of the above noted project, and having familiarized himself with local conditions affecting the cost of the work and with all re- quirements of Contract documents as prepared by Librarian, and all addenda to said documents, hereby proposes to furnish all things as required by said documents and addenda thereto for the construction of said building for the following amounts: Alternative 1 Seven Thousand Four Hundred Five and No Cents DOLLARS ($2,405.00 ) Alternative 2 DOLLARS ($ ) DIVISION'D BID PROPOSAL Page 4 of 4' VD! �4 f At c42 (IF SOLE PROPRIETOR OR PARTNERSHIP) IN WITNESS HERETO, the undersigned has set his/its hand this 15th day of March. , 1985. Signature of -bidder ROBERT F. CANTONO Title: SENIOR VICE PRESIDENT (IF CORPORATION) IN WITNESS WHEREOF, the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officer this 15 day of March r 1985. CHECKPOINT SYSTEMS, INC. Name of Corporation By. QftE T Title: SENIOR VICE PRESIDENT Attest: a' / FRANCIS J. aDOS, SECRETARY TIME OF COMPLETION DIVISION D BID PROPOSAL Page 3 of 4 FVOL 64 FACE 43 If awarded this Contract, the undersigned will complete the work within 30 - 45 calendar days from the date of the notice to proceed.Note: B dder shall insert time of completion.) ADDENDUM RECEIPT Receipt of the following addenda to the Contract documents are acknowledged: Addendum No. 1 Dated February 25, 1985 Addendum No. 2 Dated March 6, 1985 BID ACCEPTANCE If written notice of the acceptance of this bid is mailed, tele- graphedt -or delivered to the undersigned within twenty one (21) days after; -the date for opening of bids or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing, telegraphing, or delivery of such notice, execute and deliver Contracts, and furnish performance and payment bond, in accordance with the specifications and bid as accepted. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: (Name and address of the Bidder who is submitting this proposal) lM T which is the address to which all communications concerned with this proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this proposal, or of the partnership, or of all persons inter- ested in the proposal, as principals, are as follows: A. E. WOLF PRESIDENT ROBERT F. CANTONO SENIOR VICE PRESIDENT GERALD KLEIN TREASURER FRANCIS J. KARDOS SECRETARY cHcct����s s'5'M"S W i VOL 64 FACE 44. ENCLOSURE # 3 - CP MK III COMPONENT PRICING BREAKDOWN ,& WARRANTY INFORMATION I. The equipment components included in the total bid price for furnishing and installing a Library Theft Security System for the Deschutes County Library are as follows: A - One (1) CP MK III QSL Library Security System Full Circulation - Single Aisle B - One (1) Audio -Visual Pod C - Sixty Five Thousand (65,000) Detection Tags* D - Four Hundred Thousand (400,000) Date -Due Tabs E - Lot - Installation for Items A and B F - Lot - Freight for all the above TOTAL BID PRICE: $7,405.00 NOTE: The price for additional detection tags will be guaranteed for one (1) year at $.07. DIVISION I - EQUIPMENT SPECIFICATIONS EVALUATION PAGE 4 OF 4 1. $7,405.00 2. $1,000.00 per year for detuning tabs to check out 400,000 items. 3. With the CHECKPOINT system using date -due tabs, book cards, pockets, etc. will not be required. 4. Service is handled by Checkpoint factory representatives; and based on Checkpoint's national statistics, Checkpoint library systems require an average of less than one (1) call per year. One (1) Year Maintenance/Service Contract: $ 475.00 Three (3) Year Maintenance/Service Contract: $1,187.50 NOTE: IF SERVICE IS NOT REQUIRED DURING THE CONTRACT YEAR, YOU WOULD RECEIVE A REBATE OF $200.00. cccc Ew�.3. s SYSTEMS M DESCHUTES COUNTY LIBRARY ENCLOSURE #3 Page 2 AVO! 64 FAGE 45 5. The operation of activation and deactivation can be done at any number of locations you desire since it does not require any equipment at all. Also, more importantly, there is no sensitizer/desensitizer that could interfere with or damage any computers, tapes, discs or other magnetic - based equipment or software. 6. There is no damage to library materials when applying detection devices. As with any system, any time a patron tries to defeat the system, damage may or may not occur, depending on the sophistication of the thief. Prices quoted F.O.B. Delivered & Installed (excluding Federal, State and Local Taxes). Terms: Net 30 days Please refer to enclosed specifications for descriptive details. II. ELECTRICAL: The Library shall provide one standard 117 volt AC Convenience Outlet (2 wire and ground) near the sensing screens. III. WARRANTY: Each CHECKPOINT System is unconditionally guaranteed (fair wear and tear) for a period of six (6) months from the date of installation. All parts, labor and travel are included in the warranty. An optional Maintenance/Service Contract is available after that period. BID PROPOSAL TO: BOARD OF COUNTY COMMISSIONERS Deschutes County Courthouse Annex Bend, Oregon 97701 f VOL, 64 PAGE 46 DIVISION D BID PROPOSAL Page 1 of 4 PROJECT NAME: DESCHUTES COUNTY LIBRARY BOOK DETECTION SYSTEM The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this proposal are those named herein; that this proposal is, in all respects, fair and without fraud; and it is made without collusion with any Official of Deschutes County, hereinafter called County; and that the proposal is made without any connection or collusion with any person making another proposal on this Contract. The Bidder further declares that he has carefully examined the Contract documents; that he has personally inspected the site; that he has satisfied himself as to the quantities in- volved, including materials and equipment, and conditions of work involved, including the fact that the description of the quan- tities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract documents; and that this Proposal is made according to the provisions andunderthe terms of the Contract documents, which documents are he made a part of this proposal. The Bidder further agrees that he has exercised his own judgment regarding the interpretation of subsurface information and has utilized all data which he believes pertinent from the Librarian, the County, and other sources in arriving at his conclusions. The Bidder agrees that all of the applicable provisions of Oregon law relating to public contracts (ORS Chapter 279) are, by this reference, incorporated in and made a part of this Proposal. The Bidder further agrees that if this proposal is accepted, he will, within ten .(10) calendar days after notifications of acceptance, execute the Contract with the County in the form of Contract annexed hereto; and will, at the time of execution of the Contract, deliver to the County the performance bond required herein, and will, to the extent of his proposal, furnish all materials necessary to complete the work in the manner, in the time, and according to the methods as specified in the Contract documents and required by the Librarian thereunder. The Bidder agrees to commence work on or before the loth day following the issuance of a "Notice to Proceed" by the County and 1 - BID PROPOSAL J f VOL 64 PAGE 47 DIVISION D 0 ti� BID PROPOSAL �tv Page 2 of 4 �a w c fully complete the project within the number of consecutive cal m-�` ti �ti, dar days after the date appearing on the "Notice to Proceed" in C the time schedule specially set forth in the Contract documents. Bidder agrees to pay the actual damages incurred by County for each consecutive calendar day thereafter which are incurred by County for delay in'construction of said project. It is agreed that if the Bidder is awarded the Contract for the work herein proposed and shall fail or refuse to execute the Contract and furnish the specified performance bond within ten (10) calendar days after receipt of notification of acceptance of his proposal, then, in that event, the bid security deposited herewith, according to the conditions of the invitation to bid and information for bidders, shall be retained by the County as liquidated damages; and it is agreed that the said sum is a fair measure of the amount of damage the County will sustain in case the Bidder shall fail or refuse to enter into the Contract for the said work and to furnish the performance bond as specified in the Contract documents.. Bid security in the form of a certified check shall be subject to the same requirements as a bid bond. If the Bidder is awarded a construction contract on this proposal, the surety who will provide the performance bond will be Safeco Inst,rance Company of America , whose address is Safeco Plaza Seattle Washington 98185 STREET CITY STATE ZIP BID SCHEDULE For: DESCHUTES COUNTY LIBRARY BOOK DETECTION SYSTEM The undersigned, having visited the site of proposed construction of the above noted project, and having familiarized himself with local conditions affecting the cost of the work and with all re- quirements of Contract documents as prepared by Librarian, and all addenda to said documents, hereby proposes to furnish all things as required by said documents and addenda thereto for the construction of said building for the following amounts: Alternative 1 Eight Thousand Five Hundred Seventy-- DOLLARS ($ 8,570.00 Alternative 2 _Eight Thousand Eight Hundred Eighty-- DOLLARS ($ 8,880.00 ) DIVISION D BID PROPOSAL Page 3 of 4 TIME OF COMPLETION rVOL 64 FAGF 48 If awarded this Contract, the undersigned will complete the work within 45 calendar days from the date of the notice to proceed. Note: Bidder shall insert time of completion.) r ADDENDUM RECEIPT Receipt of the following addenda to the Contract documents are 3 acknowledged: Addendum No. 1 Dated 2/28/85 Addendum No. 2 _ Dated 3/06/85 1 BID ACCEPTANCE If written notice of the acceptance of this bid is mailed, tele- graphed, or delivered to.the undersigned within twenty one (21). days after the date for opening of bids or any time thereafter before this bid is withdrawn, the undersigned will, within ten (10) days after the date of such mailing, telegraphing, or delivery of such notice, execute and deliver Contracts, and furnish performance and payment bond, in accordance with the specifications and bid as accepted. The undersigned hereby designates as his office to which such notice of acceptance may be mailed, telegraphed, or delivered: (Name and address of the Bidder who is submitting this proposal) urina Compan im uenter, . H I CIcl- 2l i— iN St Paul MN 55144 STREET CITY STATE ZIP which is the address to which all communications concerned I with this proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this proposal, or of the partnership, or of all persons inter- ested in the proposal, as principals, are as follows: President James A. Thwaits Treasurer Ralph D. Ebbott Secretary Arlo D. Levi (COPY OF ANNUAL REPORT ATTACHED) VOL 64 FACE 49 DIVISION D BID PROPOSAL Page 4 of 4 (IF SOLE PROPRIETOR OR PARTNERSHIP) IN WITNESS HERETO, the undersigned has set his/its hand this day of , 1985. Signature of Bidder Title: (IF CORPORATION) IN WITNESS WHEREOF, the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officer this 14th day of March ► 1985. Minnes �M'. and Manufacturing Company Name o 9 oration Y B : .`� J. LaValle Title: Chief Clerk Attest: asCO\ 'S\0 sslb'k tag gSe . J Ota6 `O tesPO 6. ATTACHMENT DIVISION I EQUIPMENT'SPECIFICATIONS PAGE 4 OF 4 Evaluation ALTERNATE NUMBER 1 1. Initial cost of equipment and supplies' Alternate number 1 $81570.00 Year 4 - Alternate number 2 $81880.00 2. Five-year Operational Cost Alternate number 1 (400,000 check-outs per year) VOL 64 FACE 50 Year 1 - All operating costs for the first year of Year 4 - $595.00 * operation are completely covered by the initial cost of equipment and supplies which also includes installation, maintenance and freight. Year 2 - $2,052.00 Year 3 $2,252.00 Year 4 $2,452.00 Year 5 - $2,452.00 Alternate number 2 '(Annual Operating Costs) Year 1 - All operating costs are included in the bid price which includes the system, installation, freight and general maintenance. Year 2 - $595.00 * Year 3 - $595.60 * Year 4 - $595.00 * Year 5 - $595.00 * *When new acquisitions are marked with detection strips or detection labels, it will be necessary to estimate your total acquisitions per year and multiply times the cost of detection strips. The price will depend on the quantity purchased. 3. Operational economy, i.e. what supplies such as book pockets and date due slips or cards that might be eliminated. Book pockets, date due slips, and date due cards will be eliminated with both Alternate number 1 and Alternate number 2. I' A L r E J 6. 4. 5. ri I TAC;HMENT Availability oVOL 64 PAGE f service and adjustment. 3M C and the ,frequency of service facility and trained Company Provides a com y Metro Area pan service } which (located in,tic Portland e calls Within 48 hours or guarantee to respond to Maintenance A The details of the r3McGuaranteed Agreement ,is enclosed. Ease of operation, particularly in the activation and deactivation of library materials, 5i Alternate number 1 - Check --out stickers are applied to the detection label for desensitize Pur- poses. The application ss less than 2 seconds. The re ov takes al of the desensitized sticker upon check- in will cause the protected article to be resensitized with adequate security protection. The sticker re- moval and reactivation process takes less than 2 seconds per item. Alternate number 2 Activation and deactivation of materials protected with library Detection Strips can be accomplished e" in less than 1 second b library material in Y bringing the the sensitizer or contact with either Indication desensitizer device. Of marker status is provided byan indicatoror light on the activator/ for the deactivation/act iovation ngoing cost is incurred with this t Process Potential da YPe of system. mage of library materials in a ,users attemltiation of detection supplies or by library, system. P ng to defeat Alternate number 1 A Potential damage may occur if a de- L termined library patron attem r desensitize the Pts to ys material b Protected library � label. Ifthedetection hlabeleision adequately out of sight, then the Potential problem is greatly reduced. Alternate number 2 Potential damage of librar has not proven to be a problem materials t application of detection stripsiand. if the detection strip is applied to either the s Properly area of the item being is or gutter is extremely difficulforprotected, es e,itlibrary user to locate and deactivate the security strip. When the security strip ATTACHMENT VOL 64 FACE 52 r is completely out of sight and undetectable, the problem of mutilation is essentially eliminated. A L T E R N A T I V E