DUNLAP CUSD #323 COPIER RFP Dunlap CUSD #323 Copier RFP Version 1.1 DUNLAP CUSD #323 COPIER RFP Dear Prospective Vendor, The Dunlap Community Unit School District #323 is seeking bids for the district-wide replacement and maintenance of its print fleet. This document will serve as the official bid documents for this highly competitive bidding process. The pages in this bid package will contain instructions, specifications, and timeline for this project. The bids will be opened in a meeting open to all bidders on March 1, 2016 at 10:00 AM at the Dunlap CUSD #323 District Office at 3020 W. Willow knolls Road, Peoria, IL 61614. In the current financial climate, price is always a consideration when it comes to bids, however, we will not award this bid based solely on price. Each vendor will be evaluated for experience, reputation, and quality. The district reserves the right to reject any and all bids. All questions pertaining to this RFP must be submitted via email to mjensen@dunlapcusd.net. Do not contact individual schools, administrators, or any other staff in relation to this RFP. This could be grounds for disqualification. All questions will need to be emailed prior to Wednesday February 17, 2016. At that time, all questions will be answered, and posted to the district website on Monday February 22, 2016. Thank you for your interest in this project, Matt Jensen Director of Technology Dunlap CUSD #323 1 Dunlap CUSD #323 Copier RFP Version 1.1 BACKGROUND & OVERVIE W Dunlap Community Unit School District #323 is seeking proposals from qualified vendors to provide and maintain a fleet of document processing equipment. This will be a single phase project to replace/maintain all of the district’s copier fleet and maintain the district’s laser printing fleet. The selected vendor will provide the district with a replacement plan of industry recognized multifunction devices capable of reliably performing all common handling functions. Vendors must submit a proposal to cover the entire copy / print fleet. The proposal must clearly include separate pricing for the following: 1) 2) 3) 4) A five-year lease / purchase of the equipment including the assumed interest rate Monthly service cost on a per copy / print basis Monthly service cost per print for Laser Printing District outright purchase of equipment VENDOR RESPONSIBILIT Y Proposers must thoroughly read and examine the entire bid package. Failure to do this, will not be basis for requesting extra compensation after the award of the contract. TIMELINE Issue Date: February 9, 2016 Vendor Questions Due: February 17, 2016 District Reply to Questions: February 22, 2016 RFP Due: March 1st, 2016 by 10:00am CST Public Bid Opening: March 1st, 2016 10:00 am CST 2 Dunlap CUSD #323 Copier RFP Version 1.1 SUBMISSION OF PROPOSALS To facilitate the evaluation, submit the proposal in two separate parts described below. Each part must be submitted in separate sealed envelopes and clearly marked as Technical Proposal or Pricing Proposal. TECHNICAL PROPOSAL Submit two original copies of the completed, signed, and marked “Technical Proposal.” Electronic copies will only be required by winning bidder. The following documents should be in this proposal: 1) Response to Technical Requirements 2) Signed Proposal 3) All other information requested in the RFP PRICING PROPOSAL Submit two original copies of the completed and signed proposal. The Pricing Proposal standard format is included in the Appendix of this bid document. It must be signed by the appropriate vendor representative. The document will be a breakdown of pricing proposals and will include areas for: 1) 2) 3) 4) A five-year lease / purchase of the equipment including the assumed interest rate Monthly service cost on a per copy / print basis Monthly service cost per print for Laser Printing A five-year lease / purchase of the print / copy accounting software including the assumed interest rate SUBMISSION Proposals may be either delivered by hand or sent through US Mail, express, or other courier services to: Karen Beverlin Dunlap CUSD #323 3020 West Willow Knolls Road Peoria, IL 61614 The following information must be included in the submission: 1) 2) 3) 4) A brief background of the firm and experience with supporting copier / print equipment Name, address, phone, and email of primary contact person at company A list of names of personnel who will be responsible for service, sales, and support If subcontractors will be used, provide a list of their names / addresses and what service they provide 5) Five references of current public K-12 clients, including names, email address, phone numbers, and what your company is providing. The district will contact these references. 6) Company’s most recent annual report and financial statements including Balance Sheets and Statement of Revenue and Expenses. 7) Any other information the vendor sees fit for qualification purposes. 3 Dunlap CUSD #323 Copier RFP Version 1.1 SERVICE AND PERFORMANCE PLAN The vendor must provide a service and performance plan that outlines and supports their proposals to provide equipment, maintenance, and supplies to the school district. This plan will also include an implementation plan, training schedule, and delivery schedule. This plan should contain a list of commitments and expectations not only for the vendor but the school district. The district expects the vendor will provide similar working examples of plans in place at other K-12 clients. VENDOR PROPOSAL RESPONSIBILITY Vendors are responsible to insure that proposals are actually received by March 1st, 2016 by 10:00am CST. The district assumes no responsibility for any proposal not so received, regardless of whether the delay is caused by the courier or the district’s internal postal delivery system. No proposals received after March 1st, 2016 at 10:00am CST will be accepted. After submission, the bid documents are the property of Dunlap CUSD #323. The district has the right to reject any and all bids. Each vendor is expected to comply with true intent of this RFP taken as a whole and shall not avail itself of any errors or omissions to the detriment of the services. Should the vendor suspect any error, omission, or discrepancy in the specifications or instructions, the vendor shall immediately notify the Director of Technology, electronically, and the district will issue written instructions. The vendor is responsible for the contents of its proposal and for satisfying the requirements set forth in the RFP. CURRENT EQUIPMENT The district currently has a large fleet of copiers and printers. Each copier is a multifunctional unit that copies, scans, and prints. Each school and Unit Office have one (1) multifunctional color copier that includes a fax communication board. The copier manufacturer is Canon, and the majority of printers are Hewlett Packard. Appendix B contains a summary of current devices in use. The school district is currently maintaining a centralized printing strategy. Only computer labs contain printers, not classrooms. The district goal is to continue reducing printing. SUBCONTRACTORS If the vendor intends to use subcontractors in the performance of any work in connection with the requirements of this RFP, it must be clearly stated in their response. The vendor’s response shall include a description of which portion(s) of the work will be subcontracted, the names and addresses of potential subcontractors, and expected amount of money each will receive under the contract. The vendor may not use the services of other contractors or subcontractors not named in this RFP without prior permission of the district. 4 Dunlap CUSD #323 Copier RFP Version 1.1 PRESENTATIONS The school district reserves the right to request (and require) the vendor to make a presentation at the vendor’s expense. No vendors will be entitled to be present during, or otherwise receive any information regarding the presentation made by another vendor. All presentations are considered confidential and proprietary. EVALUATION All proposals submitted in response to this RFP will be evaluated by district personnel. The district intends to award the equipment and services in this RFP to the most qualified vendor based on resources, service levels, references, and technical expertise, and cost. TECHNICAL DETAILS & EXPERTISE Vendors must submit an introductory section that will apply to all proposals. The information in each section is a critical component of the evaluation. QUALIFICATIONS 1) Extensive background in multifunction copiers and laser printers in K-12 environments 2) Five years or more experience in servicing and repairing copiers and printers 3) Documented commitment to service, customer satisfaction, and cost-effectiveness NEW EQUIPMENT SPECIFICATIONS 1) The primary objective for the district is ease of use and reliability to our users. Users must have the flexibility to utilize any machine throughout the school district. 2) All hardware must be NEW, no factory refurbished, used, or off-lease equipment will be considered. 3) In terms of flexibility and scalability, the district realizes that the current fleet may not be “right-sized” for the environment. The vendor may submit a proposal that allows a degree of flexibility in regards to capacity and quantity. However, the “user experience” should not be degraded by these changes. 4) The entire fleet of copiers are described in Appendix B. At a minimum, the vendor should specify hardware that meets or exceeds the current units. The vendor is encouraged to supply more information on features or options that could be beneficial to the district that the district may be unaware of. The district will emphasize the combination of equipment and service costs, equipment quality and durability, and service commitment in its evaluation. The district reserves the right to modify these requirements at any time. 5 Dunlap CUSD #323 Copier RFP Version 1.1 SCOPE OF SERVICES – MFD COPIERS / SERVICE / SUPPLIES Dunlap Community Unit School District #323 seeks proposals from qualified vendors to provide and maintain a fleet of industry multifunction (MFD) at each location listed in Appendix B. The district intends to have at least one high capacity MFD (High Volume) in six schools. One color copier will be in each school and the district office. Each color copier should also have fax capabilities. Three low volume black / white copiers will also require faxing capabilities. For bid purposes, vendors should utilize copy counts found in Appendix B. There will also be a number of “low” and “mid-range” units throughout the schools also found in Appendix B. Vendors should use the copier report in Appendix B to develop their proposals. Quantities are located on the bid sheet. The district emphasizes the need for flexibility, scalability, and reliability. The ideal solution will excel at providing staff members a uniform and user friendly environment. The current service arrangement for Dunlap CUSD #323 calls for the Service Provider to provide toner when requested by the school offices. Repair services are also provided by the Service Provider on an “on-call” basis to minimize disruptions. The arrangement thus far has worked properly, and could be used as a future template with the addition of proactive maintenance plans. These proactive plans would call for a time in which copiers are cleaned, serviced, and deemed in acceptable working condition. The current district IT staff does not handle day-to-day service or maintenance of the equipment. The IT staff maintains the network connection, print servers, and assisting staff with installs of the devices. SERVICE, MAINTENANCE, AND SUPPLY REQUIREMENTS As proposers formulate their service, maintenance, and supply plans, the District must remind them of the demanding and dynamic environment their equipment will be expected to reliably perform within. Document processes needs now extend to all hours of the day with peak hours between 7:00 am and 4:00 pm through the school year. With this in mind, the district asks vendors to submit detailed plans that clearly demonstrate how they intend to fully support the copy and print fleet throughout the school year. A list of requirements that the district feel are ideal service, maintenance, and supply solutions appears below. Service 1) 4 hour response time to service calls placed during District hours (7:30am to 4:00pm) with 1 hour response if all copiers are out of service in a single location 2) 1 hour confirmation of service call receipt 3) 1 business day maximum downtime for equipment 4) Replacement of chronically malfunctioning machines upon district demand 5) No cost equipment moves and relocations (5 day advance notice) Service Management 1) 2) 3) 4) 5) Centralized equipment monitoring and management system for district staff to utilize Ability to initiative service via web / phone Confirmation of service Detailed logs of service within 1 week of service Escalation path provided by vendor when service is not acceptable Service Conduct 6 Dunlap CUSD #323 Copier RFP Version 1.1 1) Vendor personnel must comply with all district policies regarding employee conduct while on district property 2) Vendor personnel must be factory trained, uniformed, and clearly identified with an id badge 3) Vendor personnel must fully cooperate with district personnel in the timely resolution of requests 4) The district is not responsible for injuries, accidents, or workplace infractions while on district property 5) The district is not responsible for parking infractions, moving violations, fees or fine incurred by vendor while on district property 6) The district is not responsible for any tools, computers, equipment, or personal items brought onto campus by vendor personnel 7) All copies or “clicks” made by vendor personnel in the performance of their maintenance duties must be deducted from the districts overall cost Supply Capabilities 1) Monitoring and management system should, at a minimum, allow for remote monitoring and possible automatic reordering of consumables 2) Technicians must carry ample parts inventory to return all MFD equipment to service within one business day after commonly occurring failures or malfunctions 3) Parts supply/warehouse must be in close proximity of Dunlap, IL and ability to overnight parts at no cost to the district 4) Parts and consumables such as staples, will be supplied upon request by district personnel within one business day and the vendor will supply all contact information and instruction necessary to place such orders. SUMMARY OF MFD / SUPPLIES / SERVICE The Dunlap Community Unit School District 323 is seeking bids from qualified vendors for NEW copiers, Service for the new copiers, and Supplies for the new copiers in this proposal. Staples must be included in the supply cost. All equipment, service, and supply should be included as “cost per copy” rate charged to Dunlap CUSD #323 on a monthly basis, with possible outright machine purchase. See bid sheet for more information. Total annual cost is based on that rate multiplied by a set page volume and billed monthly. 7 Dunlap CUSD #323 Copier RFP Version 1.1 SCOPE OF SERVICES – LASER PRINTING SERVI CE AND SUPPLIES Dunlap Community Unit School District #323 seeks proposals from qualified vendors to provide laser printing service and supplies to district-owned devices. The district owns a number of Hewlett-Packard laser printers generally found in computer labs. The current service arrangement for Dunlap CUSD #323 calls for the Service Provider to provide toner when requested by the school offices. Repair services are also provided by the Service Provider on an “on-call” basis to minimize disruptions. The arrangement thus far has worked properly, and could be used as a future template with the addition of proactive maintenance plans. These proactive plans would call for a time in which printers are cleaned, serviced, and deemed in acceptable working condition. The current district IT staff does not handle day-to-day service or maintenance of the equipment. The IT staff maintains the network connection, print servers, and assisting staff with installs of the devices. All laser printing will be done in black and white. No color toner will be provided to the district or schools. SERVICE, MAINTENANCE, AND SUPPLY REQUIREMENTS As proposers formulate their service, maintenance, and supply plans, the District must remind them of the demanding and dynamic environment their equipment will be expected to reliably perform within. Document processes needs now extend to all hours of the day with peak hours between 7:00 am and 4:00 pm through the school year. With this in mind, the district asks vendors to submit detailed plans that clearly demonstrate how they intend to fully support the copy and print fleet throughout the school year. A list of requirements that the district feel are ideal service, maintenance, and supply solutions appears below. Service 1) 4 hour response time to service calls placed during District hours (7:30am to 4:00pm) with 1 hour response if all copiers are out of service in a single location 2) 1 hour confirmation of service call receipt 3) 1 business day maximum downtime for equipment Service Management 1) Ability to initiative service via web / phone 2) Confirmation of service Service Conduct 1) Vendor personnel must comply with all district policies regarding employee conduct while on district property 2) Vendor personnel must be factory trained, uniformed, and clearly identified with an id badge 3) Vendor personnel must fully cooperate with district personnel in the timely resolution of requests 4) The district is not responsible for injuries, accidents, or workplace infractions while on district property 5) The district is not responsible for parking infractions, moving violations, fees or fine incurred by vendor while on district property 6) The district is not responsible for any tools, computers, equipment, or personal items brought onto campus by vendor personnel 8 Dunlap CUSD #323 Copier RFP Version 1.1 7) All copies or “clicks” made by vendor personnel in the performance of their maintenance duties must be deducted from the districts overall cost Supply Capabilities 1) Monitoring and management system should, at a minimum, allow for remote monitoring and possible automatic reordering of consumables 2) Technicians must carry ample parts inventory to return all print equipment to service within one business day after commonly occurring failures or malfunctions 3) Parts supply/warehouse must be in close proximity of Dunlap, IL and ability to overnight parts at no cost to the district SUMMARY OF LASER PRINTING SERVICE AND SUPPLIES The Dunlap Community Unit School District 323 is seeking bids from qualified vendors for Service and Supplies for the laser printing fleet. All service and supplies should be included as “cost per print” rate charged to Dunlap CUSD #323 on a monthly basis. Total annual cost is based on that rate multiplied by a set page volume and billed monthly. SCOPE OF SERVICES – PRINTING ACCOUNTING SYSTEM Dunlap Community Unit School District #323 seeks proposals from qualified vendors to provide an accounting system that will allow the district to monitor printing / copying across the district. The system should allow for quota setting, integrate with Active Directory, and any other functions the vendor sees as “features.” The software should also include the following features: 1) 2) 3) 4) 5) 6) Reporting Quota setting Centralized management of users across ALL copiers Centralized configuration management of copiers Address book on copier population from AD or centralized software Follow me printing SUMMARY OF ACCOUNTING The Dunlap Community Unit School District 323 is seeking bids from qualified vendors for an accounting and print management system that would monitor all copying and printing in the district. The cost of the software will be billed to Dunlap CUSD #323 on a monthly basis or outright purchased. 9 Dunlap CUSD #323 Copier RFP Version 1.1 APPENDIX A: SPECIFIC ATIONS FOR MFD / COPIERS Below are minimum specifications for all copiers throughout the district. HIGH VOLUME SYSTEM - See Appendix B (Labeled as H) Specifications to meet or exceed: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) 13) Machine volumes at least 75,000 per month Black and White Only Minimum 75-Pages-Per Minute Copy / Print Speed 100-Sheet Duplex Scan Single-Pass Document Feeder – Black & White / Full Color Network PCL6 Compatible TCP/IP Protocols, SSL, SNMPv2/3 Minimum 1.5GB memory 160 GB Hard drive Minimum two adjustable 500-sheet paper drawers (8.5” x 11” to 11” x 17”) High Capacity Drawer with minimum 2,000 sheet capacity for 8.5” x 11” paper Scan to email, network folders, and Google Apps High Volume Finisher with 4,000 sheet output capacity and 50-sheet stapling capacity 3-Hole Punch Unit MEDIUM VOLUME SYSTEM - See Appendix B (Labeled as M) Specifications to meet or exceed: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) 13) Machine volumes at least 50,000 per month Black and White Only Minimum 65-Pages-Per Minute Copy / Print Speed 100-Sheet Duplex Scan Single-Pass Document Feeder – Black & White / Full Color Network PCL6 Compatible TCP/IP Protocols, SSL, SNMPv2/3 Minimum 1.5GB memory 80 GB Hard drive Minimum two adjustable 500-sheet paper drawers (8.5” x 11” to 11” x 17”) High Capacity Drawer with minimum 2,000 sheet capacity for 8.5” x 11” paper Scan to email, network folders, and Google Apps Finisher with 50-sheet stapling capacity 3-Hole Punch Unit MEDIUM VOLUME SYSTEM WITH COLOR - See Appendix (Labeled as M/C) Same specifications as Medium Volume, but with color copying and printing capabilities 10 Dunlap CUSD #323 Copier RFP Version 1.1 LOW VOLUME SYSTEM - See Appendix B for quantities and locations (Labeled as L) Specifications to meet or exceed: 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) Machine volumes for at least 10,000 per month Black and White Minimum 35-Pages-Per Minute Copy / Print Speed 100-Sheet Duplex Scan Single-Pass Document Feeder – Black & White / Full Color Network PCL6 Compatible TCP/IP Protocols, SSL, SNMPv2/3 Minimum 1.5GB memory 80 GB Hard drive Minimum two adjustable 500-sheet paper drawers (8.5” x 11” to 11” x 17”) Scan to email, network folders, and Google Apps Finisher with 50-sheet stapling capacity LOW VOLUME SYSTEM WITH COLOR - See Appendix (Labeled as L/C) Same specifications as Low Volume, but with color copying and printing capabilities 11 Dunlap CUSD #323 Copier RFP Version 1.1 APPENDIX B: CURRENT FLEET / VOLUMES / LOCATIONS Copiers / MFD Building BES BES BES BES DAC - Trans DGS DGS DGS DHS DHS DHS DHS DHS DHS DHS DHS DHS DHS - SS DMS DMS DMS DMS DMS DMS DVMS DVMS DVMS DVMS DVMS HGES HGES HGES HGES HGES HGES HGES HGES HGES HGES RES RES RES Manufacturer CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON CANON Model iR C5185 iR5055 iR5055 iR7095 iR3230 iR C4580 iR5065 iR5050 iR C5185 iR5050 iR5050 iR5050 iR5055 iR5050 iR7095 iR5055 iR5055 iR3030 iR3030 iR C5185 iR5055 iR5075 iR5055 iR7086 iR5055 iR C5185 iR5050 iR5055 iR7095 iR C3080 iR C4080 iR5055 iR5055 iR5065 iR5055 iR5065 iR5055 iR7086 iR5065 iR C5185 iR5075 iR5065 Monthly Averages B/W Color Total 6,613 4,447 11,061 16,157 0 16,157 19,430 0 19,430 34,003 0 34,003 609 0 609 4,824 1,548 6,372 12,366 0 12,366 14,906 0 14,906 7,234 1,419 8,654 13,655 0 13,655 21,272 0 21,272 28,996 0 28,996 29,645 0 29,645 29,944 0 29,944 34,434 0 34,434 38,021 0 38,021 42,304 0 42,304 2,267 0 2,267 2,639 0 2,639 3,689 2,078 5,768 13,421 0 13,421 14,246 0 14,246 17,787 0 17,787 41,438 0 41,438 1,125 0 1,125 3,461 731 4,192 8,094 0 8,094 8,433 0 8,433 17,776 0 17,776 665 95 760 2,840 2,433 5,273 5,424 0 5,424 13,541 0 13,541 14,049 0 14,049 14,284 0 14,284 14,907 0 14,907 15,706 0 15,706 16,570 0 16,570 16,961 0 16,961 2,665 3,756 6,422 19,481 0 19,481 43,613 0 43,613 12 Dunlap CUSD #323 Copier RFP Version 1.1 RES UO UO WW WW WW WW WW CANON CANON CANON CANON CANON CANON CANON CANON iR7095 iR C3480 iR5065 iR1023 iR C2880 iR3225 iR5075 iR5055 48,830 338 37,419 1,629 1,286 6,117 20,207 33,361 0 1,284 0 0 1,981 0 0 0 48,830 1,623 37,419 1,629 3,268 6,117 20,207 33,361 PRINT FLEET Building BES DAC-Technology DGS DHS DHS DHS DHS DHS DHS DHS DHS DHS DHS DHS DHS DHS DMS DMS DMS-PLTW HGES HGES RES WW Manufacturer HP HP HP HP HP HP HP HP HP HP HP HP HP HP HP HP HP HP HP HP HP HP HP Model LJ P4014 LJ P3010 LJ P4014 LJ 4000 LJ 4240 LJ P2055dn LJ P3010 LJ P3010 LJ P3010 LJ P4014 LJ P4014 LJ P4014 LJ P4014 LJ P4014 LJ P4015 LJ P4015 LJ 600 M601 LJ P4014 LJ 4250 LJ 600 M601 LJ 600 M601 LJ P4014 LJ P4014 B/W 566 7 159 0 100 56 444 315 246 3,250 1,250 1,184 741 633 1,134 612 473 1,202 0 837 301 695 682 13 Dunlap CUSD #323 Copier RFP Version 1.1 APPENDIX C: BID SHEET Dunlap CUSD #323 Pricing Proposal for Copier and Multi-Functional Devices 1. Having carefully examined all bid documents, as well as the proposed program, the undersigned BIDDER hereby proposes to furnish all equipment and services set forth, being familiar with local conditions affecting the cost of the work; Invitation to Bid; Instructions and Contract Provisions to Bidder; General Specifications; and Bid Proposal Form; hereby propose to furnish all labor, materials, equipment, and services required, referred to and described in the complete bid package. 2. In submitting this bid, it is understood that the right is reserved by the DISTRICT to reject any and all bids, or parts thereof, and it is agreed that this bid may not be withdrawn during the period of ninety (90) days from the time of the award of bid. 3. The Bidder certifies that the firm is qualified and licensed to perform the services described. 4. The Bidder certifies that the firm will provide a Quality Control review and corrective action plan acceptable to the District within ten business days of the award of the Contract. 5. For services, the BIDDER will provide a detailed staffing plan with the bid proposal to accomplish the requirements, upon award of the contract, the staffing plan shall be amended to include certification provided directly to the district naming all employees to be engaged in services have up to date and valid licenses and permits as may be required to operate equipment. 6. References shall include a minimum of five references of similar job scopes over the prior five years, name of company, contact name and telephone number. 7. Name, office address and office and cell telephone numbers of BIDDER REPRESENTATIVE assigned to provide on-site management/supervision of work shall be provided at time of contract award. 14 Dunlap CUSD #323 Copier RFP Version 1.1 Terms of the published Request for Proposal are incorporated into this Pricing Proposal. *Quantities are subject to change based on pricing. Copier Type High Volume Medium Volume Medium Volume w/ Color (with fax) Low Volume (2 with fax) Low Volume w/ Color (3 with fax) Quantity 6 Price Each 27 Price Each 6 Price Each 11 Price Each 3 Price Each Purchase Price (One Time Payment, installed) $ $ $ $ $ $ $ $ $ $ Assumed Interest Rate Print Fleet Service / Maintenance Lease/Purchase (monthly cost for 5 years with $1.00 buyout after 5 years) $ $ $ $ $ $ $ $ $ $ % 23 Print / Copy Accounting Software Assumed Interest Rate Service / Supplies (Cost Per Copy / Print for 5 years, 4 decimal places, e.g. $0.0321) $ n/a $ n/a $ n/a $ n/a $ n/a $ $ $ % *Specify separate costs for Color / B&W (e.g. $0.1234/$0.1234) Submitted by: FIRM NAME ______________________________________________________ ADDRESS ______________________________________________________ ______________________________________________________ SIGNED ______________________________________________________ PRINT NAME ______________________________________________________ TITLE ______________________________________________________ TELEPHONE _______________________ FAX _______________________ 15 Dunlap CUSD #323 Copier RFP Version 1.1 APPENDIX D GENERAL P ROVISIONS: 1. CERTIFICATION The undersigned bidder or contractor hereby certifies that he is not barred from bidding on this contract as a result of a violation of either the bid-rigging or bid-rotation provision of Article 33E of the Criminal Code of 1961, as amended. He also certifies that he has read, understands and agrees that acceptance by Consolidated School District 158Dunlap Community Unit Schoool District #323 of the bidder's offer by issuance of a purchase order (specifications and bidding conditions per bid and bid addendums contained therein) will create a binding contract. 2. NON-COLLUSION AFFIDAVIT The undersigned bidder or agent states that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting, nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. He further states that no person, firm or corporation has, or will receive directly or indirectly, any rebate, fee, gift, commission or thing of value on account of such sale. 3. SEXUAL HARASSMENT Each bidder certifies that he has complied with the requirements of §2-105 of the Illinois Human Rights Act (Public Act 87-1257) effective July 1, 1993, with respect to sexual harassment policies. The terms of that law, as applicable, are hereby incorporated into this contract. The Consolidated School District 158Dunlap Community Unit School District #323 Board of Education states that it is in compliance with said law. 4. NO SMOKING Bidder agrees that he, his employees and sub-contractors, will abide by the District no smoking policy on all District 158 323 properties. 5. CONTRACTOR’S PERSONNEL/SUBCONTRACTORS a. The bidder understands that any and all employees or subcontractors working in any capacity under this contract must submit to and pass a background and fingerprinting check at the Peoria County Regional Office of Education prior to performing any service within any District #323 facility. The cost of the background checks and fingerprinting are the sole responsibility of the winning bidder. b. If any person employed on the work site, in the opinion of the building staff or District Administration, is intemperate, disorderly, incompetent, willfully negligent or dishonest in the performance of his/her duties, he or she shall be directed, by the Contractor, to cease work and vacate the job site immediately. 6. PERFORMANCE BOND Not Required 7. INSURANCE The Successful Bidder shall expressly bind himself/herself to defend and save the District harmless from all suits or actions of every name and description. Successful Bidder shall carry insurance, in company or companies acceptable to the District, for Worker's Compensation, Commercial General Liability, and Automobile liability. a. Comprehensive General Liability Insurance: The Successful Bidder shall maintain at all times during the contract Comprehensive Liability Insurance (including Broad Form Property Damage) with limits for combined bodily injury and property damage of not less than 16 Dunlap CUSD #323 Copier RFP Version 1.1 $1,000,000 for each occurrence and not less than $2,000,000 aggregate. b. Owner's Protective Liability: The Successful Bidder shall maintain at all times during the contract Owner's Protective Liability with limits for combined bodily injury and property damage of not less than $1,000,000 for each occurrence and not less than $2,000,000 aggregate. c. Comprehensive Auto Liability Insurance: The Successful Bidder shall maintain at all times during the contract Comprehensive Auto Liability with limits for combined bodily injury and property damage of not less than $1,000,000 for each occurrence and not less than $2,000,000 aggregate. d. Excess Liability: An umbrella policy is required with minimum lists of $5,000,000 per occurrence and will apply to both bodily injury and property damage. The umbrella policy shall apply over all primary coverage and limits of liability as listed in the preceding section. The umbrella coverage must be as broad as the primary policies and must be free of any restrictions that do not appear in the underlying policies. e. Owned/Rented Equipment Insurance: The Contractor shall secure, pay for and maintain whatever Fire or Extended coverage Insurance deemed necessary to protect the Contractor against loss of owned or rented capital equipment and tools, including any tools owned by mechanics, and any tools, equipment, scaffoldings, staging, towers and forms owned or rented by the Contractor. The requirement to secure and maintain such insurance is solely for the benefit of the Contractor; Contractor shall require same coverage of Subcontractor. Failure of the Contractor to secure such insurance or to maintain adequate levels of coverage shall not obligate Consolidated School District 158Dunlap Community Unit School District #323, or their agents and employees for any losses of owned or rented requirement. f. Waiver of Subrogation: It is expressly understood and agreed that Consolidated School District 158Dunlap Community Unit School District #323 shall have no responsibility therefore, the Contractor secures such insurance the insurance policy shall include a waiver of subrogation clause as follows: “It is agreed that in no event shall this insurance company have any right of recovery against Dunlap Community Unit School District #323 or their agents.” g. Contractor's Obligation: The procuring of the insurance required under this Contract shall be considered solely as securing Contractor's obligation or liabilities assumed under the Contract. Contractor shall remain fully liable and responsible for all such obligations, whether or not the insurance provided by the Contractor is approved by Consolidated School District 158Dunlap Community Unit School District #323. The winning bidder shall submit, within 10 days of the bid award, a certification of insurance in force to meet the above specifications. That certificate shall name Consolidated School District 158Dunlap Community Unit School District #323 as an additional insured and shall state that all insurance listed above is primary. Dunlap Community Unit School District #323 shall be notified 30 days prior to any material change in the insurance. 9. DISTRICT EMPLOYEES/OFFICERS Each bidder shall affirm that no Board of Education member, officer or employee of District 158323 or their immediate family members, is interested financially in the proposed contract. 10. WAGE RATES The general prevailing rate of wages in the locality in which the work is to be performed for each craft or type of worker needed to execute the contract will adhere to all Federal Laws and Laws of the State, and to all local ordinances and regulations applicable to the work hereunder, and having the force of law. 11. OSHA COMPLIANCE 17 Dunlap CUSD #323 Copier RFP Version 1.1 The contractor while on the premises of Consolidated School District 158Dunlap Community Unit School District #323 shall be responsible for conducting all activities on said premises in accordance with the current provisions of the Occupational Safety and Health Act. Contractor agrees to indemnify and hold harmless Consolidated School District 158Dunlap Community Unit School District #323 for all claims and damages resulting from Contractor's failure to conduct his/her activities on Consolidated School District 158'sDistrict #323’s premises in accordance with said Act and the related standards. 12. LIEN WAIVERS Where applicable, supporting partial Waivers of Lien for each subcontractor, supplier and prime contractor must accompany each request for payment. Waivers must spell out exact description of work performed for which Waiver is issued and state whether dollar amount received or amount of work less retainage held by prime contractor. For final payment it is necessary to submit final waivers in the full amount of the contracts for all sub-contractors, suppliers and prime contractors. A sworn statement listing sub-contractors and suppliers, the amounts of their contracts must accompany waivers and the amounts requested. Signature below signifies bidder’s compliance with the requirements above. _________________________ FIRM _________________________ ADDRESS _________________________ ADDRESS _______________________ BIDDER/CONTRACTOR _______________________ PHONE _______________________ DATE 18