Loading...
Park & Rec Board Minutes - 3/10/2014 Request for Quote Copiers RFP Circulation Date: Deadline for Emailed Questions: Questions Answered By: Proposal Submission Deadline: 5 TABLE OF CONTENTS This Request for Proposal includes the following Sections: Section 1. Executive Summary Section 2. Services/Requirements Section 3. Managed Print Service-Printers Section 4. Proposal Requirements Section 5. Selection/Evaluation Criteria Section 6. Special Terms Section 7. Attachments 6 Section 1 Reason for Quote The City of Muskego invites proposals from prospective respondents that will provide full- service copy/scanner/print/fax equipment. These copiers will be located within the City of Muskego at various City facilities. The City of Muskego will require a single vendor to deliver and support the replacement of 3 copiers The City is appreciative of your time and effort in preparing this quote. Each bidder’s response to this quote request shall offer one machine model per volume level, and detail a full-service scenario whereby the vendor provides, places, maintains and services the equipment including toner and parts. A list of existing copy machines, along with approximate monthly usage can be found in the table below. These machines have color, multiple paper trays, stapler, collates and reads and prints two-sided. Make Model Average Monthly Print/Copy Volume 5,000 3.500 10,000 Note: These figures should not be construed as a guarantee of future volume. The City is open to recommendations that will best suit the volume of copies and the City’s needs. Section- 2 MFP’s-Requirements The City intends to reduce its current footprint of copiers, moving and consolidating copier volume to the required multifunction copier/scanner/printer/fax machines. The City requires one (1) multifunction copier/scanner/printer/fax machines to be located at its City Hall building for the Finance Department to use. The City Requires one (1) multifunction copier/scanner/printer to be located at its Department of Public Works Building (DPW). The City requires 1 multifunction copier/scanner/printer/fax machines to be located at its Police Department building. These machines will be used by various personnel including Administration, Crime Investigation, and Records Management. Must have encryption. 7 Minimum Equipment Specifications o Copy, Print, Fax, scan to network file folders in PDF format. o Black/White units- 35-45ppm+- Color units 30-35 ppm+ (min) o Extra-large capacity paper tray o Normal drawer hold a ream of copy paper-minimum o Bypass Tray o Document Feeder o Duplexing o Enlargement and Reeducation, image shift capabilities o Collating and stapling, Off Set Stacking o Standard Print Management Capabilities o Built in Fax (2 machines only) o Same Manufacturer- so they operate similar o Security- PIN number for walk up user if needed o Encryption Must perform OCR (Optical Character Recognition)- to make documents searchable within our city’s network. The city understands not all documents can be converted, however the option should be there. The solution should have the option to provide a naming convention, determined by the city, based on type of document. SERVICE Requirements:  4 hour response time  Click charge needs to include- service, repairs, parts, labor, toner/ink, drum, and developer.  New equipment training within 2 days of install  Unlimited onsite training Rate Increases: No allowance will be made for any rate increase (equipment, supplies, parts, labor) during term of contract. Machine Removal, Delivery, Set-up and Acceptance – All pricing must be inclusive of machine delivery charges to City locations. Normal installation is to include initial operating supplies (except paper and staples). A pre-delivery walkthrough of each site and equipment location will be coordinated with the City to ensure access and power requirements are acceptable. An operator’s manual is to be delivered with each machine. 8 Copies - Billing for copies shall be on a Quarterly basis, with all copiers under one contract. Example: Citywide quarterly usage allowance 30,000 copies. Copies made during service are not included in the usage charges. The vendor is responsible for all copies made during service. Management and Reporting Requirements The City requires the following management and reporting processes from the selected vendor for ALL printers are part of a resulting contract. Electronic monitoring of all output devices. Maintaining service records to report individual device performance. Access to electronic monthly usage reports per device. Monthly electronically generated status reports communicating equipment issues to the Information Technology & Data Manager. Ability to measure and manage output at a job, user, department, or building level. Ability to allocate cost by job, user, department or building level. Ability to manage user access and workflows. Managed fleet optimization. Additional features available that have been proven to reduce paper and print waste. (i.e.: scan to print/walk up printing, etc.) 9 Section 3 – Quote Requirements The City has limited funding allotted for the completion of this project. Vendors are encouraged to be creative for the most cost effective solution. All costs incurred in the preparation and presentation on this proposal is the vendor’s responsibility. All Quotes should contain the following:  Experience in public sector within Wisconsin.  Three recent public sector references, with contact information that City can contact for information about Respondent’s performance within the past 12 months.  A written plan that clearly identifies the equipment and services proposed and a detailed description of how the Respondent proposes to implement the plan, this should include training for employees. This should include a timeline, and any explanation of what work, if any, City employees will need to be responsible for. 1. Requested Responses: Proposal Due Date: June 30, 2014 Issuing Department: City of Muskego Information Technology Dept. W182 S8200 Racine Ave Muskego, WI 53150 Contact: Barbara Loudon Director of Information Technology (262) 679-5589 bloudon@cityofmsukego.org 10 Section 4: Special Terms & Conditions Equipment offered must be new, unused, current models. Vendors may be asked to provide demonstrations of proposed machines prior to selection. The machines shall be delivered, installed and made ready for use by the selected vendor. The vendor shall coordinate and provide delivery at no additional fee. The vendor shall provide end-user training to city staff at no additional fee. Multifunction machines will perform to manufacturer’s specifications for a minimum of 98% of the time during normal city office hours averaged over a three month time frame. Any machine that fails to meet this standard shall be replaced with an equal or better model at no cost to the City. If Vendor fails to correct the non-performance, the City reserves the right to terminate the contract by giving a ten (10) day notice to the Vendor after which no further obligation is due from the City. Vendor will provide routine maintenance and repair services for no additional fee. Service will be furnished to the City between 8:00 a.m. and 4:30 p.m., Monday through Friday. Only fully trained and qualified technicians shall perform the maintenance on the copiers. Please note once vendor is selected, vendor will need to provide list of technicians for background checks. The maintenance price will be fixed for the contract term with no price increase. Proposed prices will include all federal, state, and local taxes as applicable. All proposals must contain descriptive literature on the proposed multifunction device(s). At least one technical sheet must be provided for each machine model, accessory or option. Manufacturer specifications must specify certified monthly volumes for each machine. Other descriptive literature or reports, including award certificates from an independent testing agency, will be accepted in addition to required literature. A. Contract Period. The Contract Period shall begin August 1, 2014 and continue for 4 (4) years. The Contract may be extended for up to three (3) additional one-year contract periods, beginning in 2018. The additional one-year contract extension periods shall be exercised at the sole discretion of the City. B. Independent Contractor’s Status. 11 Vendor shall at all times during the term of the contract perform the services described as an independent contractor, and hereby waives any claims for any compensation or benefits afforded to City’s employees. I. RESPONDENT QUALIFICATIONS The City will only consider proposals from Respondents that: 1. Can demonstrate a proven track records of successfully and reliably providing similar services to public and private entities. 2. Are not involved in any adverse claims against the City and are not delinquent in their financial obligations to the City. 3. Can demonstrate substantial compliance with this Request. 12 EVALUATION CRITERIA A review team will evaluate the proposals. The relative importance of each factor is a management Judgment.  Meets technical specifications  Total cost is within city budget  Relevant qualifications/experiences for similar sized municipalizes/clients and qualifications of assigned staff.  Feedback from references 13 14 15