PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS

Similar documents
Specification Part 1 MAILROOM EQUIPMENT

Invitation to Bid. Manhole

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

INVITATION TO BID LETTER

City of Hays Request for Proposals

New 2017 Fairway Deep Tine Aerifier

INVITATION TO BID CITY OF WINSTON-SALEM

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

Order & Quotation Terms & Conditions DEFINITIONS: Buyer Order Product Quotation RFQ Seller Terms and Conditions 1. Applicability:

JACKSONVILLE AVIATION AUTHORITY INVITATION TO BID NUMBER: TIMBER SALE - ARMADILLO VICINITY 2012

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

PROCUREMENT CODE. Part A Project Delivery and Selection Methods

CITY OF GAINESVILLE INVITATION TO BID

LOCAL GOVERNMENT PROMPT PAYMENT ACT

Request For Proposal (RFP) For Multifunction Color Copier/Scanner/Fax/Printer

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

COUNTY OF TANEY, MISSOURI

H. UNIVERSITY PROCUREMENT CODE

EASTERN WEST VIRGINIA COMMUNITY & TECHNICAL COLLEGE REGULATION No. AR- 7.10

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

N O T I C E T O B I D D E R S

Invitation For Bid IFB 2895

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

ROTOR CLIP PURCHASE ORDER GENERAL TERMS AND CONDITIONS

CARRDAN TERMS AND CONDITIONS

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

Charleston County School District. Procurement Services

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

REQUEST FOR PROPOSAL 2017 ASPHALT PAVING SERVICES

City of Keller Glossary of Procurement Terms. Addendum: A written change to a Bid, Quote, RFQ, or RFP during the solicitation process.

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

Chapter 11. Competitive Negotiation: Procedure

REQUEST FOR PROPOSAL. Request Number

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

REQUEST FOR PROPOSALS (RFP) FOR THE SALE OF REAL PROPERTY BY THE VILLAGE OF STICKNEY, ILLINOIS. Village Of Stickney. Attn: Office Of The Village Mayor

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

Contracts and Purchasing. Contracts and Purchasing. Competitive Bid Law Legal Authority for Boards. AASBO Certificate Program April 21 and 22, 2014

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

Bid Document. Inquiry

Terms & Conditions. Cleveland, OH Toledo, OH Pharr, TX. Universal Metal Products, Inc Lakeland Boulevard Cleveland, OH

WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM

Lee County Port Authority Real Estate Broker Compensation Policy

Request for Proposals HQS Inspection Services May 21,

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES NOTICE TO BIDDERS

To establish the structure and content of contracts.

Guidelines and Procedures for the Disposal of Personal Property

AIRBOSS RUBBER SOLUTIONS - TERMS AND CONDITIONS OF SALE

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley

ONE (1) New 2018 Model Year or New 2017 Model Year 1 ton 4wd Regular Cab Pickup Truck with Utility Body

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

Request for Proposals Equipment and Supplies Parks Grass Seed

Purchase Order General Terms and Conditions Revised 1/1/2018

REQUEST FOR PROPOSALS APPRAISAL SERVICES

Terms of Sale Terms of Sale: Samples: Quantities: Buyer s Material:

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

REQUEST FOR PROPOSALS OF ZONING OFFICER AND CODE ENFORCEMENT OFFICER SERVICES (RFP)

HOUSING AUTHORITY OF THE CITY OF PHARR REQUEST FOR PROPOSAL - HQS INSPECTIONS AGENCY OWNED

NEW BEDFORD HARBOR DEVELOPMENT COMMISSION. REQUEST FOR PROPOSALS For OFFICE SPACE Contract No. HDC-FY15-014

REQUEST FOR PROPOSAL COLLECTION OF DELINQUENT REAL ESTATE TAXES DUE TO ERIE COUNTY

School District Bidding Requirements Under North Dakota Law NDSBA Fall School Law Seminar Nicholas C. Grant Ebeltoft. Sickler. Lawyers.

Charter Township of Redford

DELVA TOOL AND MACHINE TERMS AND CONDITIONS OF PURCHASE

The Real Property Services Division is requesting HIGHEST AND BEST OFFERS to lease minerals it may own in the following lands:

OSWEGO COUNTY PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS HYDRAULIC ELEVATOR MODERNIZATION

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

Projects Unlimited, Inc. PURCHASE ORDER TERMS AND CONDITIONS September 15, 2013

Purchase Order Requirements

REQUEST FOR PROPOSAL. SEEKING A MANAGEMENT AGENT for the CASA DE LOS ARCOS HOUSING PROJECT. RFP No

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

ADDENDUM #2. September 14, 2018

Confirmation of Purchase Order/Terms and Conditions of Sale 1. ACCEPTANCE OF ORDER: Natel Engineering Co., Inc. or it s Powercube division ( Natel or

V. TOLERANCES: All dimensions must be limited by a specific tolerance. When not specified, it is understood that the following tolerances will apply:

PURCHASE AGREEMENT FOR STAIR STEP SCREENS AND WASHING PRESSES

Request for Proposals For Village Assessment Services

NON-STANDARD (VENDOR ORIGINATED) CONTRACT PROCESSING PROCEDURE

REQUEST FOR PROPOSAL (RFP) RFP AS. Appraisal Services Valuation of DBHA Properties

CITY OF VERONA. Request for Proposals (RFP) Assessment Services For the Assessment Years

Radnor Township Township Solicitor

SUPPLIER TERMS AND CONDITIONS

ADDENDUM #1 Boulder County Housing Authority Housing Quality Standard (HQS) Inspection Services RFP #

PROCUREMENT CODE: What Districts Need to Know

FINANCIAL SERVICES TABLE OF CONTENTS SECTION TITLE PAGE INTRODUCTION PURPOSE SCOPE ORGANIZATIONAL UNITS INVOLVED 1

Colorado s Facilitative Technology Lemon Law House Bill

Summit Engineering (Birmingham) Ltd. Standard Terms and Conditions for the Purchases of Goods

Missouri Housing Development Commission

MotoRad GmbH GENERAL TERMS & CONDITIONS OF SALE. 1. Definitions 1. The following capitalised terms shall have the meanings ascribed to them below:

TERMS AND CONDITIONS OF SALE

TAX SAVINGS AGREEMENT PROCEDURES

PUBLIC NOTICE SALE OF COUNTY OWNED SURPLUS REAL PROPERTY

PURCHASING LAW BASICS FOR COUNTIES

Standard Terms and Conditions of Sale

INSTRUCTION PAGE. Definitions

DIVISION 2. PURCHASES, CONTRACTS AND SALE OF PROPERTY* Sec Purchasing agent. Sec Purchase and contractual requirements generally.

M.G.L. c. 30B Bidding Basics

Transcription:

1.0 GENERAL INFORMATION 1.1 PURPOSE PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS To obtain proposals from qualified vendors to establish a contract to 1) furnish, deliver, install and maintain through purchase, lease and rental(5) classes of copy machines; and 2) to establish price lists for governmental discounts to purchase, lease, rent, maintain duplicating/printing/copying equipment and supplies that will be required by Departments under the Putnam County Board of County Commissioners. No guarantee or warranty is given or implied by Putnam County as to the total amount of products that may or may not be purchased from the resulting awarded contract. 1.2 PERIOD OF CONTRACT From date of award through September 30, 1998. The County reserves the right to renew this contract or any portion, thereof, for up to three additional contract periods and negotiate with the successful vendor as long as any increases in cost do not aggregate to a percentage greater than the rate of inflation during the contract period. 1.3 ANNUAL APPROPRIATIONS The county and its departments performance and obligation to pay under this contract is contingent upon on annual appropriation by the Putnam County Board of Commissioners. 1.4 PROPOSAL DUE DATE Completed proposals are due in duplicate no later than 1:30 P.M., TUESDAY, FEBRUARY 4, 1997. Proposals shall be valid for 90 days from the due date and should be mailed to Putnam County Purchasing Dept, PO Box 1647, Palatka, Fl 32178-1647 or delivered to the County Administrator s Office, 514 St. Johns Avenue, Palatka, Fl 32177. Only sealed proposals received on or before the stated time and date will be considered. Proposals should be in a sealed envelope and marked RFP 97-2 to be obvious that they are proposals. FAXED PROPOSALS WILL NOT BE ACCEPTED. All proposals will be opened at 1:30 p.m., Tuesday, February 4, 1997 in the conference room in the County Administration Building at 514 St. Johns Avenue, Palatka. 1.5 PREPROPOSAL CONFERENCE To respond to Vendors inquires at a single time, to answer questions about this request for proposals and to furnish additional information, all interested parties are invited, but not required to attend a preproposal conference to be conducted by Mr. William M. Phillips, Purchasing Director, at 2:00

P.M. THURSDAY, January 23, 1997, in the Board of County Commissioners Meeting Room at 107 North 6th Street, Palatka, Fl. 1.6 WAIVER/REJECTION OF PROPOSALS The County reserves the right to waive formalities or informalities in proposals and to reject any or all proposals or portions of proposals, or to accept any proposal(s) or portions of proposals deemed to be in the best interest(s) of the County or to negotiate or not negotiate with Vendors. 1.7 PUBLIC ENTITY CRIMES Paragraph (2)(a)of Section 287.133, Florida Statutes - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract or provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids or leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.8 CONFLICT OF INTEREST The award of contract is subject to the provisions of Chapter 112, Florida Statutes. All proposals shall disclose the name of any officer, director or agent who is also an employee of the County. Further, all proposals shall disclose the name of any County employee who owns, directly or indirectly, an interest of five per cent or more in the Vendor s firm or any of its branches. Failure to make such disclosure in the proposal may be cause for proposal disqualification. 1.9 PURCHASES BY OTHER GOVERNMENTAL AGENCIES: With the consent of successful Vendor, purchases may be made under this request for proposals by other Governmental Agencies and Political Subdivisions within the State of Florida. Such purchases shall be governed by the same Term and Conditions as stated herein. 1.10 EVALUATION OF PROPOSALS The purchase price, maintenance cost, lease and rental costs, service support method, service response time, equipment delivery time and an analysis of the equipment's features as determined to be beneficial to the County or specific user needs will be included in evaluation of the proposals. The order in which these items have been listed does not necessarily reflect their importance.

It is possible that the County, in its judgment, may consider a proposal unacceptable solely because one of these key items is unsatisfactory. For example, a proposal may be considered unacceptable solely on the basis of unsatisfactory cost, or unacceptable solely on the basis of unsatisfactory service coverage, etc. 1.11 SUBSTITUTION / ADDITION Prior written approval from the Putnam Purchasing Department is required for any substitution or addition of copiers awarded under this contract. The County retains sole discretion to accept and approve such requests for substitution or addition.

2.0 SPECIFICATIONS AND REQUIREMENTS 2.1 ACCEPTABLE EQUIPMENT Proposals for equipment shall be for new equipment only. New equipment are units which have not been previously installed and where the County is the first user of the equipment. 2.2 CLASS OF MACHINES This specification includes five (5) classes of plain bond paper copiers utilizing an electrostatic image transfer process, with volume ranges and features that are most commonly used by County Departments. The copy machines shall be furnished with all standard features indicated by the manufacturer's technical documentation or by the applicable publications of this specification. Applicable publications include independent consumer testing reports from industry recognized firms. Other equipment feature options, as available, may be required to meet these specifications and additional options may be accepted if offered. MIN MTHLY VOLUME MAX MTHLY VOLUME COPIES PER MINUTE Class I 0 5,000 11-20 Class II 5,000 15,000 20-30 Class III 15,000 30,000 30-40 Class IV 30,000 50,000 40-60 Class V 50,000 100,000 60-80 Note 1: If, for any of the following classes, a table top unit is proposed, a stand is to be included and incorporated in the price. Note 2: The proposed equipment's copies per minute must meet the minimum requirement by Class and may exceed the upper limit of the range for any Class. Class I Equipped with 250 (or more) sheet tray, letter and legal size capability, Single Sheet (or more) Automatic Document Feeder, Reduction/Enlargement, Manual Duplex. Class II through Class IV Fully automatic duplexing to include two-sided copies from one or two-sided copies. Reduction and enlargement capability.. Sheet sizes to include letter, legal and ledger. Automatic Document Feeder or Recirculating Document Handler or Recirculating Document Feeder.

Class V Equipped with same features as specified for Class II - Class IV except this unit will have a 40 bin sorter/collator with a higher manufacturer's monthly volume rating and higher speed. A copy management system to track usage by Department is required. This machine's paper supply source should have a greater minimum capacity. Any special requirements for ventilation or wiring for the Class V copier should be noted on the proposal form. 3.0 PRICING 3.1 OUTRIGHT PURCHASE 1. The proposal price shall include delivery to purchaser, installation, (which includes initial start-up supplies except paper) and training of key operator(s). The proposal price shall include a meter or auditron key. 2. WARRANTY - a warranty is required against defective material, workmanship, and failure to perform in accordance with required performance criteria for a period of not less than 90 days from date of installation and acceptance. When the manufacturers guarantee for the base unit or any component exceeds 90 days the longer warranty period shall apply. Replacement of all parts found defective, including all labor and materials within the warranty period shall be made without cost to the County. The warranty shall also include preventive maintenance. 3. MAINTENANCE COST - Maintenance prices submitted with this proposal shall remain firm for the period of 9 months immediately following the initial 90 day warranty period on purchased machines. A copy of the maintenance agreement must be submitted with the proposal. 4. Maintenance prices shall include full coverage maintenance including preventive maintenance, all service calls and replacement of all defective or worn parts. Maintenance prices must include all operating supplies except paper. Maintenance prices for the initial, second, and third years are required on the proposal form. Maintenance cost cannot be paid in advance and can not be included in the purchase price of the copier. 5. SUPPLY COST - All operating supplies (black toner, developer, fuser oil, cartridges, photo conductor cost, filter cost, or drum cost, etc.) must be included in the maintenance price. Supply costs cannot be paid in advance and cannot be included in the purchase price of the copier. 6. A copy of the machine description and characteristics or a technical specification summary must be attached to the proposal.

7. The purchase agreement provided by the manufacturer or local dealer s form will be in accordance with applicable Florida Statutes and subject to review and approval by the County Attorney. A copy of the agreement must be submitted with the proposal. 8. The installment purchase agreement provided by the manufacturer or local dealer s form will be in accordance with applicable Florida Statutes and subject to review and approval by the County Attorney. A copy of the agreement must be submitted with the proposal. Any equipment financing may have to be bid separately. 3.2 3 and 5 YEAR LEASE 1. The three year lease is defined as a 36 consecutive month equipment plan (not a lease purchase plan) which shall terminate at the end of the 36 month period. The Vendor will retain title to the equipment throughout the 36 month lease period. The County shall have the option to purchase the equipment following the completion of the initial lease period. No termination notice shall be required by either party. 2. The five year lease is defined as a 60 consecutive month equipment plan (not a lease purchase plan) which shall terminate at the end of the 60 month period. The Vendor will retain title to the equipment throughout the 60 month lease period. The County shall have the option to purchase the equipment following the completion of the initial lease period. No termination notice shall be required by either party. 3. The proposal price shall include the monthly cost for lease including all installation/removal costs of equipment, all maintenance and operating supplies, except paper, at the minimum volume of the class and cost per copy for additional copies above the stated allowance. 4. Individual equipment lease prices shall remain firm throughout the individual 36 or 60 month lease term for any order taken during the contract ordering period. 5. Individual leases are to be held with the Vendor. Leases can not be held by a Third Party Financial Intermediary. 6. The lease agreement provided by the manufacturer or local dealer s form will be in accordance with applicable Florida Statutes and subject to review and approval by the County Attorney. A copy of the agreement must be submitted with the proposal. 3.3 3 YEAR RENTAL 1. The three year rental is defined as a 36 consecutive month equipment plan which the County may be terminate in thirty (30) days after receipt of a written letter to the Vendor. There shall be no termination charge or fee.

2. The proposal price shall include the monthly rental cost including installation/removal costs of the equipment, all maintenance and operating supplies, except paper, at the minimum volume of the class and cost per copy for additional copies above the stated allowance. 3. Individual equipment rental prices shall remain firm throughout the individual 36 month rental term for any order taken during the contract ordering period. 4. The rental agreement provided by the manufacturer or local dealer s form will be in accordance with applicable Florida Statutes and subject to review and approval by the County Attorney. A copy of the agreement must be submitted with the proposal. 4.0 SPECIAL TERMS AND CONDITIONS 4.1 OPERATOR MANUAL Instruction and maintenance manuals shall be included for all equipment installed. The instruction manuals shall contain, but not be limited to: 1. A section defining the capabilities of the equipment (specifications) 2. A general section describing the technical operation of the equipment. 3 A section describing the installation and use criteria of the equip. 4. A section describing general maintenance instructions. 4.2 TRAINING The supplier will schedule sufficient training sessions to adequately instruct personnel in the use of equipment. This is to be performed within 5 days after installation and prior to actual operation. 4.3 SERVICE Service shall include all parts and labor, including drums and developer. The contractor shall provide, as necessary, preventative maintenance of all equipment included in the contract. Normal hours of County operation for purposes of service and routine maintenance functions shall be from 8:00 a.m. until 5:00 p.m. Monday through Friday. Availability of service representatives to assist purchasers in proper application and to resolve technical problems is a requirement of this proposal. Service for copiers at the County shall be performed by factory trained and manufacturer authorized service technicians employed or sub-contracted by the Vendor.

A statement of factory authorized service locations must be submitted with proposal. Also, a statement of maximum response time (in working hours) after notification to service calls shall be submitted with the proposal Working hours are defined as 8:00 A.M. - 5:00 P.M. except Saturdays, Sundays, and County holidays. Only manufacturer approved or authorized parts are to be used in the maintenance and repair of the equipment. The maintenance agreement provided by the manufacturer or local dealer s form will be in accordance with applicable Florida Statutes and subject to review and approval by the County Attorney. A copy of the agreement must be submitted with the proposal. An adequate on-hand quantity of operating supplies such as toner, developer, etc. shall be maintained on site to ensure continuous, routine day-to-day operation of the equipment. A service log should be included in each machine and will be maintained by the Contractor. The make, model, serial number and date of installation shall be recorded by the Contractor. The service representative shall complete the log each time service is requested listing the response time, cause of breakdown and time for repairs. 4.4 REFERENCES For each copier model, the vendor shall list on the proposal form the name, location, contact person and telephone of at least 3 firms located in the State of Florida for whom you are currently providing service for the copier model being proposed. Failure to supply this information may be a basis for the County to determine the proposal non-responsive and reject it. References of other local government agencies are desirable. 4.5 RELIABILITY Failure rate for any copier shall not average more than two (2) malfunctions (breakdowns) per month requiring the Contractor's correction. Copiers which develop a trend of requiring an excessive number of service calls shall require corrective action by the Contractor or based on failure to comply with this provision, the County reserves the right to terminate all awarded portions of the contract with that vendor. Service calls shall be counted in this timeframe due to machine malfunction only and not operator error. 4.6 RECYCLING REQUIREMENTS Putnam County supports recycling and recommends the use of recycled products where possible. Vendors are requested to submit information indicating whether each item bid and / or its packaging contains pre-consumer or post-consumer waste, and if the products and / or packaging may be recycled. 4.7 DELIVERY REQUIREMENTS All prices submitted shall include FOB delivery to purchaser. State the maximum delivery time in days after receipt of purchase order. Indefinite terms such as "promptly" or "without delay" may result in your proposal being declared non-responsive.

4.8 FORMAT OF PROPOSAL SUBMITTALS Vendors are to provide: 1) proposal sheet forms, 2) a description of the method to be employed by the Vendor to support the county requirements; 3) a government discount price list and /or catalog for all available products and supplies; 4) compete product information, including technical and descriptive literature. Price lists, brochures, and/or catalogs should provide full product information. All submittals accompanying a vendor s bid proposal are considered a part of the proposal itself.