Request for Proposal. Boone Community School District. Copier Equipment Service

Similar documents
Digital Copier Equipment and Service Program

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Proposal: Alton Middle School NETWORK CABLING

City of Malibu Request for Proposal

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. ScanPro Microfilm Scanner

REQUEST FOR PROPOSAL

Request for Proposals

CITY OF LA HABRA HEIGHTS

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS. NOTICE IS HEREBY GIVEN that the City of Forest Park, Georgia, is accepting sealed proposals for:

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

SCHOOL DISTRICT OF BELOIT REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSAL MONOCHROME COPIER / PRINTER

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal: NETWORK FIREWALL

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR TRACT BOOK SCANNING AND HOSTING FOR REGISTER OF DEEDS

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Social Media Management System

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Request for Proposal (RFP) Leasing of Copiers and Copiers Support Services Throughout Garfield School District Re2

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR PROPOSALS

Request for Proposal: Wireless Access Points

1:1 Computer RFP School Year Harrison School District Two

OUTAGAMIE COUNTY REGIONAL AIRPORT REQUEST FOR PROPOSAL FOR MULTI POSITION CUPPING SNOW PLOW. DUE BY: March 16, 2015

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

RE: Request for Proposal Number GCHP081517

Request for Proposal

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR PROPOSALS

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR CISCO SMARTNET SERVICE AGREEMENTS FOR MIS DEPARTMENT

REQUEST FOR PROPOSALS RFP# CAFTB

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

Request for Proposals and Specifications for a Community Solar Project

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Proposal

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Request for Proposal (RFP)

LEGAL NOTICE Request for Proposal for Services

Request for Proposals VoIP E-Rate Project Perry County School District. 105 Main Street. New Augusta, MS

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Request for Proposal PROFESSIONAL AUDIT SERVICES

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University

City of Seattle Department of Information Technology. Request for Proposals #DIT

REQUEST FOR PROPOSAL (RFP) THIS IS NOT AN ORDER

Request for Quotation (RFQ) Solicitation Overview

RAYTOWN C-2 SCHOOL DISTRICT 6608 Raytown Road Raytown, MO / REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL for Wide Area Network Design, Configuration and Installation

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Request for Proposal RFP # , Managed Network Services

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

REQUEST FOR QUALIFICATIONS. Design Professional Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

Request for Proposal. Skidmore Tynan Independent School District. ERate

Request for Proposals Copier Machine Replacement

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

Navajo Division of Transportation

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSAL FOR BUILDING LEASE

Energy Efficiency Programs Process and Impact Evaluation

INSTRUCTIONS TO BIDDERS for ATST Polarization Optics. AURA, Inc. Operating the National Solar Observatory Tucson, Arizona. RFQ Polarization Optics

Solicitation Number RFP No Date Issued Procurement Officer. The Term "Offer" Means Your "Bid" or "Proposal"

INVITATION TO BID (Request for Proposal)

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

Request for Proposals. For RFP # 2011-OOC-KDA-00

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Automated Airport Parking Project

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH DATE DUE: September 20, 2013

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

Transcription:

Request for Proposal Boone Community School District Copier Equipment Service Responses Due: October 24 th, 2014 4:00 p.m. Section 1: RFP Information Section 2: Equipment Section 3: RFP Answers Exhibit A: Current Copier Equipment Exhibit B: Equipment Wanted Attachments: Bid Documents 1

1.1 Purpose and Scope BOONE COMMUNITY SCHOOL DISTRICT, IOWA ( District ) is a public school district organized and existing under the laws of Iowa, teaches about 2,100 students and employs about 200 full time and 175 part time employees at approximately 6 teaching sites in Boone County, Iowa. The purpose of this document is to provide interested parties with sufficient information to enable them to prepare and submit a proposal for providing copier lease and maintenance services for the entire school district. The District is seeking a vendor that will provide consistent quality and continuous process improvements for all areas of the District s fleet multifunctional copy machines. We are looking for a supplier with the demonstrated expertise, technology, resources and commitment to perform the scope of the pre-determined services. Specific Goals for this Request for Proposals (RFP) include reliability, durability, customer service responsiveness, and cost-effectiveness. The District is seeking to eliminate a centralized copy center and replace our copy machine fleet throughout the 6 buildings as our current lease expires in December. This document (RFP) describes the selection process, specs and requirements of the maintenance contract. Proposals that fail to meet the requirements of this document may be disqualified from the selection process. 1.2 Evaluation Process The competency and level of compliance outlined by the Service Provider will be considered in making the award. District reserves the right to accept a proposal, other than the lowest priced, if District determines at its sole and absolute discretion that District interests will best be served by doing so. District reserves the right to withhold all evaluation information. Proposals will be evaluated based on criteria including, but not limited to, the following, the order of which does not indicate relative importance: Experience and capabilities of vendor Cost of solution Value added features References Responsiveness the ability of the firm to provide all information at time of proposal submittal Prior to the award, District will conduct a review of all proposals. District may, at its sole discretion, seek clarification from any Service Provider regarding proposal information and may do so without notification to any other Service Provider. Following submission of the proposal, the number of Service Providers being considered may be reduced to a "short list." Service Providers failing to satisfy the acceptance criteria will be eliminated from future consideration for this RFP. The remaining Service Providers may be asked to participate in a meeting with District during which Service Providers will be asked to present the proposed solution to the District team. Final Service Provider selection will be based on Service Providers responsiveness to District project objectives and the criteria noted above. In the event that District and Service Provider fail to enter into an agreement addressing all subjects that District feels are relevant to District accepting services offered by Service Provider, District reserves the right to reject the proposal and enter into negotiations with any other Service Provider that District may choose. The review procedure will continue until Service Provider is selected successfully or until District chooses to reject all proposals. 1.3 Schedule Completed proposals must be delivered by 4:00 p.m. October 24 th, 2014 as specified in the RFP. Late responses will be rejected at the sole discretion of the Boone Community School District. An approximate schedule for selection is as follows: Issue RFP October 6 th, 2014 Sealed Proposals Due October 24 th, 2014 by 4:00 p.m. Tentative Vendor Selection October 31 st, 2014 Board of Education Consideration/Action November 11 th, 2014 at 6:30 p.m. Installation Timeframe December 29 th, 2014 through January 2 nd, 2015 Lease Start Date January 1, 2015 2

1.4 Notice of Intent to Propose Those submitting proposals are required to submit a Letter of Intent no later than October 10th, 2014 via e-mail to Director of Business Services Paulette Newbold at pnewbold@boone.k12.ia.us. The letter must be submitted on the vendor's letterhead. Please identify the name, address, phone number, fax number, and e-mail address of the person who will serve as key contact for all correspondence regarding this RFP. Submission of the Letter of Intent constitutes the vendor's acceptance of the procedures, evaluation criteria, and all administrative instructions of this RFP. Letters may be withdrawn at any time before the deadline for submission. A list of all vendors submitting a letter of intent will be available upon request. 1.5 Correspondence Upon release of this RFP, all correspondence relating to this RFP shall be conveyed only in writing or via e-mail. All correspondence shall be mailed to the address below or emailed to Brad Manard, Superintendent at bmanard@boone.k12.ia.us; Bog Patterson, Technology Director at bpatterson@boone.k12.ia.us; and Paulette Newbold, Director of Business Services at pnewbold@boone.k12.ia.us. Official answers will be e-mailed to all proposing vendors. In order to make information available to all proposing vendors, no questions will be answered past October 21 st, 2014. The District is a public entity subject to Iowa s Open Meetings and Open Records laws. This document and all submissions shall be deemed public records. 1.6 RFP Submission Proposals must be submitted complete including one compatible electronic format and 4 sets of hardcopy to: Boone Community School District Attn: Paulette Newbold 500 7 th St Boone, IA 50036 RE: Proposal for Copy Services 1.7 : Proposal Validity Period Submission of the proposal will signify the vendor's agreement that their proposal and the content thereof are valid for 90 days following the submission deadline and will become part of the contract that is negotiated between the District and the successful vendor. 1.8 Right of Selection/Rejection - Waiver of Informalities or Irregularities The District reserves the right to reject any or all proposals, to waive any minor informalities or irregularities contained in any proposal, and to accept any proposal deemed to be in the best interest of the District. Selection of a vendor solution shall not be construed as an award of contract, but as a commencement of contract negotiation, including but not limited to the contract price proposed. 1.9 RFP Revisions The District reserves the right to change the schedule or issue amendments to the RFP at any time. The District also reserves the right to cancel or reissue the RFP at any time. Amendments or a notice of cancellation will be communicated to all proposing vendors who have filed a timely Letter of Intent. It is the sole responsibility of the proposer to submit a Letter of Intent as stated in Section 1.4. 1.10 Compensation No payment of any kind will be provided to the submitting vendor, or parties they represent, for obtaining any of the information solicited. Procurement of all equipment and services will be in accordance with subsequent contractual action. 3

1.11 Commitments All quotes should be submitted initially on the most complete basis and with the most favorable financial terms available. The selected vendor's proposal may, at the Boone Community School District s option, be made part of the final purchase contract and all representations in the vendor's proposal may be considered commitments to supply the system as described. Vendors may submit more than one proposal in response to this RFP. However, each proposal must be a separate, complete package, which can be considered independently of any other proposals from the same vendor. 1.12 Contract Award and Execution The District reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be initially submitted on the most favorable terms the vendors can offer. It is understood that the proposal will become a part of the official file on this matter without obligation to the District. The general conditions and specifications of the RFP and the successful vendor's response, as amended by agreements between the District and the vendor, will become part of the contract documents. Additionally, the District will verify vendor representations that appear in the proposal. Failure of the vendor's products to meet the mandatory specifications may result in elimination of the vendor from competition or in contract cancellation or termination. The vendor selected as the apparently successful vendor will be expected to enter into a contract with the District. If the selected vendor fails to sign and return the contract within ten (10) business days of delivery of the final contract, the District may elect to cancel the award and award the contract to the next-highest-ranked vendor. No cost chargeable to the proposed contract may be incurred before the vendor has received a fully executed contract. 1.13 Payment Terms and Conditions The proposal must contain a fee schedule that includes separate line items for equipment, software, consumables, maintenance, professional services, warranties, project management, and installation and training fees. 4

Section 2: Equipment 2.1 : Copier Equipment: All equipment proposed by the Vendor must be new. The District will not accept rebuilt or refurbished copier equipment. All equipment shall be a digital technology copier. 2.2 : School District Electronic Network Configuration and Software User Systems: All digital copier equipment must have the capability of interfacing within the following operating systems and network environment for copying, computer printing, document scanning, and electronic faxing: The Districts current network configuration is: Ethernet Network Cabling: Cat.5e and Cat 6 File Servers: Mac and Window Servers Directory Services OpenLDAP Email: Google Apps for Education Workstations: >92% Mac 10.6+, 10.7+, 10.8+, 10.9+ <8% Windows XP or higher Equipment must use non-dedicated electrical requirements such as existing wall power at the various District locations. The Vendor will be responsible for the installation of any voltage modifying transformers or devices that are required to operate the equipment at no cost to the District. 2.2.1: Software requirement: Equipment must be capable of running PaperCut MF. 2.3 : Copier Supplies to be Provided by the Vendor: The copier Vendor shall provide all of the following copier supplies during the life of the lease/service agreement at no cost to the District: All consumables (toners, fusers, drums, rollers, etc.) Copier equipment repair and/or replacement parts Labor to repair copier equipment 2.4 : Equipment/Machine Setup & Removal Services: The Vendor shall perform initial setup for all new or replacement equipment provided under the Agreement. For purposes of the RFP, setup shall include but will not be limited to the following setup services: 1. Programming of all District Employee User ID s or Mail boxes via directory services. 2. Programming of District Network and Software Operating Systems. The vendor shall be responsible for removal of the leased equipment at the end of the lease term at no cost to the District. 2.5 : Training of District Personnel: The Vendor must be willing to provide employee training at each school building for every model of copier installed or replaced during the lease period. The Vendor must be willing upon request to repeat this training at a minimum of once each school year throughout the term of the lease. Installation of new machines and initial instruction to user staff at each location shall be accomplished within thirty (30) days from the date the formal contract is executed. All future trainings will occur in August or mutually agreeable times during the school year. The Vendor shall provide adequate training that shall include a mini-users guide for future reference. All training shall be done in cooperation with the previous copier service provider so as to keep equipment downtime at a minimum during the transition. 2.6 : Replacement of Copier Equipment Due to Poor Performance: The Vendor will replace any equipment covered under the service agreement that is not performing satisfactorily with an equivalent make and model of machine. Such a determination may be based upon the number of service calls required to repair a particular machine within a three- month period, or the type of service required by the machine. Ultimately the determination of unsatisfactory performance will be determined by the District. The Vendor shall be responsible for the removal of the defective equipment and the delivery and setup of all replacement equipment at no additional cost to the District. 2.7 : Equipment Maintenance: The Vendor must be a certified manufacturer s representative and/or authorized agent and thereby be able to provide warranty and service requirements under the specific warranty agreement issued by the manufacturer. The District shall notify the Vendor via email, phone call or online form to request a service repair. The vendor must respond the same day, but preferably within four (4) hours or less for all service requests. Service call should be performed during normal business hours. 5

2.8 : Additional Machines/Equipment: The Vendor must be willing to provide the District with additional machines of equivalent make and model at the same or lesser monthly lease and/or maintenance rate throughout the duration of the lease/service agreement. The Vendor must be willing to negotiate necessary upgrades due to changing demands throughout the duration of the lease/service agreement. The Vendor shall be responsible for the delivery and setup of all new equipment. 2.9 : Relocation of Equipment: The Vendor must be willing to physically relocate equipment units within the District or within a specific building within the District and perform any setup programming after the equipment has been relocated. 2.10 : Maintenance/Lease Pricing: Vendors are required to submit the same cost per copy for all copiers/units of equipment/maintenance covered under the Agreement. (Example: An agreement request for 10 copier machines of various sizes and functionalities shall all be priced at one cost per copy) 2.11 : Vendor References: The Vendor shall provide a list of five customers. Three of these customers must be other School Districts. At least one of these School District references must have successfully connected the digital copier equipment into the School District s network. 2.12 : Equipment Lease Term: Four (4) year term. 2.13 : Vendor Invoicing & Billing: The Vendor shall issue an invoice each month for the lease payment, which would include equipment lease, maintenance, and supplies. Payment due date shall be a minimum of 30 days following the invoice (This assumes the District receives the invoice within 5 days of the invoice date) 2.14 Environmental Constraints: The Vendor must indicate any environmental constraints required by equipment such as humidity and temperature control, prior to installation of such equipment. The Vendor shall provide in writing the environmental policies of the company regarding recycling of toner and other supply containers provided under the Agreement. 2.15 : Equipment Safety: All equipment provided under the Agreement shall meet OSHA safety regulations. Safety rules shall be provided along with safety decals placed on the equipment. The Vendor will furnish and install any safety guards or accessories if needed. 2.16 : Payment/Cost: The Vendor shall quote per image equipment costs and maintenance costs that include toner, copier equipment repair and/or replacement parts, repair/replacement labor, staples and all consumables. (Please refer to the Copier supplies to be Provided by the Vendor: section 2.3 and the Vendor Invoicing & Billing: section 2.13). 2.17 : No Other Costs or Charges will be Allowed: The District will not be responsible for any other or additional charges beyond the monthly lease payment. The Vendor s cost per image must include all costs (excluding paper), including but not limited to costs associated with equipment delivery, set-up, start-up, replacement of equipment, equipment cabinets/stands, maintenance services, copier supplies, etc. 2.18 : Equipment Locations Within District: The District shall determine the appropriate locations for all equipment. Vendor representatives should contact the business office prior to their bid proposal to view current copier locations that may have size limitations if needed. 2.19 : Equipment Relocation During Facility Renovations: If the District requires the temporary relocation of equipment to meet new construction or renovations, the Vendor agrees to move the equipment at no cost to the District. 6

Section 3: RFP answers 3.1 : Errors in the RFP: If a vendor submitting a proposal discovers any ambiguity, conflict, discrepancy, omission, or other error in the RFP, the vendor should immediately provide the District with written notice of the problem and request that the RFP be clarified or modified. Without disclosing the source of the request, the District may modify the document prior to the date fixed for submission of proposals by issuing an addendum to all vendors to whom the RFP was sent. If prior to the date fixed for submission of proposals, a vendor submitting a proposal knows of or should have known of an error in the RFP but fails to notify the District of the error, the vendor shall bid at its own risk, and if the vendor is awarded the contract, it shall not be entitled to additional compensation or time by reason of the error or its later correction. 3.2 : Questions Regarding the RFP: The District believes that this RFP is complete and does not require explanation. Any questions, however, regarding the RFP may be addressed as stated in Section 1.5, Correspondence. If a vendor's question relates to a proprietary aspect of its proposal or bid and the question would expose proprietary information if disclosed to competitors, the vendor may submit the question in writing, conspicuously marking it as "CONFIDENTIAL." With the question, the vendor must submit a statement explaining why the question is sensitive. If the District concurs that the disclosure of the question or answer would expose proprietary information, the question will be answered, and both the question and answer will be kept in confidence. If the District does not concur regarding the proprietary nature of the question, the question will not be answered in this manner and the vendor will be notified. If a vendor submitting a proposal or bid believes that one or more of the solicitation document's requirements is onerous or unfair, or that it unnecessarily precludes less costly or alternative solutions, the vendor may submit a written request that the RFP be changed. The request must set forth the recommended change and the vendor's reason for proposing the change. Any such request must be submitted to the District no later than three (3) days after receipt of the RFP. 3.3 : Addenda: The District may modify the RFP prior to the date fixed for submission of proposals by faxing an addendum to the vendors that submitted a timely Letter of Intent. If any vendor determines that an addendum unnecessarily restricts its ability to bid, it must notify the District no later than three (3) days following the receipt of the addendum. 3.4 : Withdrawal and Resubmission/Modification of Proposals: A vendor may withdraw its proposal at any time prior to the deadline for submitting proposals by notifying the District in writing of its withdrawal. The vendor may thereafter submit a new or modified proposal, provided that it is received at the District no later than the deadline. Modification offered in any other manner, oral or written, will not be considered. Proposals cannot be changed after the evaluation process begins. 7

Exhibit A: Current Copier Equipment High School Ricoh MPC5000 Color Copier with Fax (Central Office) lease Ricoh MP2851 B&W Copier (Counselors) lease Ricoh MP5000B B&W Copier (High School Office) lease Ricoh MP3350 B&W Copier (Computer Lab G Building) lease Middle School Ricoh MP5000B B&W Copier (Workroom) lease Ricoh 907EX Production Copier (Library) lease Ricoh MP7001 B&W Copier (6 th Grade Hallway) lease Ricoh MP2035e B&W Copier own Franklin Elementary Ricoh MP5000B B&W Copier (Workroom) lease Lincoln Elementary Ricoh MP3350 B&W Copier (Workroom) lease Page Elementary Ricoh MP3350 B&W Copier (Workroom) lease Futures Ricoh MP2510 B&W Copier (Workroom) lease 8

Exhibit B: Equipment Desired High School 2 - Color Copiers with Fax minimum 50 ppm (Central Office & High School Office) 2 - B&W Copiers minimum 60 ppm (B 1 st floor & 2 nd floor) 3 - B&W Copiers minimum 35 ppm (counselors, G 2 nd floor & 3 rd floor) Middle School 1- Color Copiers with Fax minimum 50 ppm (Office/Workroom) 3- B&W Copiers minimum 35 ppm Franklin Elementary 1- Color Copiers with Fax minimum 50 ppm (Office/Workroom) 2- B&W Copiers minimum 35 ppm Lincoln Elementary 1- Color Copiers with Fax minimum 50 ppm (Office/Workroom) Page Elementary 1- Color Copiers with Fax minimum 50 ppm (Office/Workroom) Futures 1- B&W Copiers minimum 35 ppm Total Quantity17 6 color systems minimum 50 ppm with fax 2 monochrome systems minimum 60 ppm 9 monochrome systems minimum 35 ppm Due to elimination of the centralized copy center and redistribution of copiers throughout the District the current print volumes will change. The District is seeking minimum monthly images of 350,000 (or 4,200,000 annually) to include 8,000 color minimum monthly images and 342,000 monochrome minimum monthly images. Capabilities: All copiers shall be capable of holding printed documents and proofing prior to printing entire jobs. All copiers shall be capable of scanning to email. All copiers shall have an automated stapling system. All copiers shall possess an automated document feeder, with a minimum capacity of 50 sheets of 20 lb. bond paper. All copiers shall have a bypass tray for the purpose of printing on specialized stock. All copiers shall be capable of enlarging documents in preset increments to a minimum of 200%. All copiers shall be capable of reducing documents in preset increments to a minimum of 64%. All copiers shall have at least zoom capabilities from 64% to 200%. All copiers shall be capable of producing double- sided prints/copies. All copiers are required to have the capability of printing on stock ranging from 20 lb. Bond to 110 lb. index, on sizes letter (8 1 2 x 11), legal (8 1 2 x 14) and ledger (11 x 17). 9

Boone Community School District Copier Services Proposal Form This form is to be attached to the requested information in the Request For Proposal Document We submit the following proposal for Boone Community Schools: Vendor/Company: Address: City, State, Zip: Authorized Signature: Contact E-Mail: Phone #: Fax # RFP Bidding Instructions: 1. RFP bids must be submitted on this Proposal Form. 2. RFP bids must be dated and bear an authorized company signature. 3. RFP bids must be received 4 p.m. on Friday, October 24 th, 2014. 4. RFP bids must be submitted to the attention of Paulette Newbold. 1. Vendor is capable of meeting all the specifications set forth in the School District s RFP Yes No If No, Please list all exceptions. 2. Please list any additional services not listed in the RFP specifications the Vendor will provide to the School District: 10

Copier and Printer Bid Option 1: Copier Bid: Machine Brand: Model #: Number of Machines & locations: Machine Brand: Model #: Number of Machines & locations: Machine Brand: Model #: Number of Machines & locations: Machine Brand: Model #: Number of Machines & locations: Total Monthly Copier Payment: 11

Customer References Please provide a minimum of five (5) customer references the School District may contact as professional references: (three of the customer references should be other School Districts) Reference #1 School District: Contact Name: Phone: Reference #2 School District: Contact Name: Phone: Reference #3 School District: Contact Name: Phone: Reference #4: Contact Name: Phone: Reference #5: Contact Name: Phone: Bid Authorization: We have reviewed the specifications and agree to and understand the terms outlined in the RFP. Name of Business or Company: Name of Salesman or Authorized Agent: Address: City: State: Zip: Phone: Email: Fax: Authorized Signature Title: Date: 12