lewisville independent school district


[PDF]lewisville independent school district - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

11 downloads 167 Views 3MB Size

LEWISVILLE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT PO BOX 217 LEWISVILLE, TX 75067 NOTICE TO BIDDERS RFP #2393-15 SCOPE OF WORK: Lewisville Independent School District is requesting proposals for Copier Equipment Products and Services. Firm Name

Date

Firm Address

Phone

Authorized Company Contact Representative Name

Direct Phone

Address

Direct Email

Sealed proposals will be received by the Purchasing Department of the Lewisville Independent School District until January 15, 2015 at 2:00pm CST for: COPIER EQUIPMENT PRODUCTS AND SERVICES

Proposals will be opened at this time. Proposals received after this time and date will not be considered. The District is not responsible for unmarked or improperly marked proposals. The District is not responsible for proposals delivered after the scheduled deadline due to the external or internal mail system. The time and date recorded in the Purchasing Office shall be the official time of receipt. Sealed proposals must be properly labeled on the OUTSIDE of the envelope as follows: S. David Lyons, Director of Purchasing William T Bolin Administrative Center Purchasing Department 1565 W. Main Street, Room 220 Lewisville, TX 75067 “Request for Proposal #2393-15 - Copier Equipment Products and Services” 1.

If due to inclement weather, natural disaster, or for any other cause the District office location where bids/proposals are to be submitted is closed on the due date, the deadline for submission shall automatically be extended until the next District business day on which the office is open, unless the bidder is otherwise notified by the District. The time of day for submission shall remain the same.

2.

Any requests for additional information pertaining to these specifications, should be directed in writing by fax or email to S. David Lyons at fax number – 214/222-2450 or email - [email protected] by dates listed in the timetable.

Publish: December 12 and 19, 2014

GENERAL CONDITIONS 1.

Bids shall be completed on the forms provided. All prices must be typed or written in ink. Bids written in pencil will not be accepted. Each bid shall be placed in a separate envelope, sealed and properly identified with the bid title and the time and date to be opened as shown in the “Notice to Bidders”. Please note that the words “proposal” and “bid” may be used interchangeably throughout this packet but shall have the same meaning. The words “bidder” and “vendor” may also be used interchangeably.

2.

Bids must be received in the Lewisville Independent School District Purchasing Department office before the hour and date specified. DO NOT FAX YOUR BID! The Lewisville Independent School District may also be referred to herein as Lewisville ISD, LISD, District or School District. If due to inclement weather, natural disaster, or for any other cause the District office location where bids/proposals are to be submitted is closed on the due date, the deadline for submission shall automatically be extended until the next District business day on which the office is open, unless the bidder is otherwise notified by the District. The time of day for submission shall remain the same.

3.

Prices bid should be F.O.B. destination, inside delivery. All freight charges must be included in your bid pricing. If otherwise, state on Deviation/Compliance Signature form.

4.

Delivery shall be made during normal school hours unless prior approval has been obtained from authorized District personnel.

5.

All items bid must be new, unused, and in first-class condition, packaged in containers suitable for shipment and storage. If otherwise, state on Deviation/Compliance Signature form. All electrical items must meet all applicable OSHA standards and regulations, and must bear the appropriate listing from US, FMRC, NEMA, or U L Laboratories. Materials Safety Data Sheets (MSDS) on chemicals or any other products customarily requiring MSDS Sheets must be provided for each ordering department. MSDS Sheets must be delivered along with the shipment within the contract period. Additional MSDS Sheets must be provided in a timely manner at no charge upon request to the District.

6.

Installation: the successful bidder shall provide the following services on the items bid, at no additional cost to the District, if otherwise, state on Deviation/Compliance Signature form. a. b. c. d. e.

Provide transportation of items to the facility. Place the items in the proper location within the facility. Uncrate and completely assemble (if otherwise, state on Deviation/Compliance Signature form). Provide adjustment by a trained installation mechanic. Remove all debris from site.

7.

The District is exempt from Federal Excise Tax State and City Sales Tax. Do not include Federal Excise Tax, State or City Sales Tax in your bid totals. If it is determined that tax was included in the bid, it will not be included in the tabulation or any awards. LISD will furnish the tax exemption certificate, if required.

8.

Any catalog, brand name, or manufacturer’s reference used in the bid is descriptive and not restrictive and is intended to indicate type and quality desired. Bids on brands of like nature and quality will be considered. If bidding on other than referenced specifications, bid must show manufacturer, brand, model, etc. of item being offered. If other than brand(s) specified is offered, complete descriptive information of each article being bid should be included with the bid. If bidder takes no exception to the specification of referenced data, he will be required to furnish brand names, models, etc. as specified.

9.

Samples, when requested, must be furnished at no cost to the District. Each sample, when requested, should be clearly marked with bidder’s name and item number on the bid. DO NOT ENCLOSE IN OR ATTACH BID TO SAMPLE.

10.

Lewisville Independent School District reserves the right to accept or reject any or all proposals, accept or reject any part of any bid, waive minor technicalities and to accept the bid or bids that are determined to be the best value for the District.

(REV 11/18/14)

2

11.

The District reserves the right to purchase or lease-purchase additional articles as listed on this bid subject to verification of the same or lower prices and conditions on bid.

12.

All items and services being bid must conform to all appropriate local, state, and federal laws, ordinances, and regulations as well as LISD Board policies.

13.

IT IS TO BE UNDERSTOOD THAT THE BIDDER, IF AWARDED AN ORDER OR CONTRACT, AGREES TO PROTECT, DEFEND, AND HOLD HARMLESS THE LEWISVILLE INDEPENDENT SCHOOL DISTRICT AND ITS OFFICIALS AND EMPLOYEES FROM ANY SUITS OR DEMANDS FOR PAYMENT THAT MAY BE BROUGHT AGAINST LEWISVILLE INDEPENDENT SCHOOL DISTRICT AND ITS OFFICIALS AND EMPLOYEES FOR THE USE OF ANY PATENTED MATERIAL, PROCESS, ARTICLE, OR DEVICE THAT MAY ENTER INTO THE MANUFACTURE AND/OR CONSTRUCTION OR FROM A PART OF THE WORK COVERED BY EITHER ORDER OR CONTRACT AND, BIDDER FURTHER AGREES TO INDEMNIFY AND HOLD HARMLESS THE LEWISVILLE INDEPENDENT SCHOOL DISTRICT AND ITS OFFICIALS AND EMPLOYEES FROM SUITS OR ACTIONS OF EVERY NATURE AND DESCRIPTION BROUGHT AGAINST IT FOR, OR ON ACCOUNT OF ANY INJURIES OR DAMAGES RECEIVED OR SUSTAINED BY ANY PARTY OR PARTIES BY, OR FOR ANY OF THE ACTS OF THE BIDDER, HIS EMPLOYEES, SERVANTS OR AGENTS.

14.

It is not the policy of the District to purchase on the basis of low price alone. In evaluating bids submitted and per the Texas Education Code §44.031(b), the following considerations shall be taken into account to determine the best value for the District. a. b. c. d. e. f.

the purchase price; the reputation of the vendor and of the vendor’s goods or services; the quality of the vendor’s goods or services; the extent to which the goods or services meet the district’s needs; the vendor’s past relationship with the district the impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses; g. the total long-term cost to the district to acquire the vendor’s goods or services; h. for a contract for goods and services, other than goods and services related to telecommunications and information services, building construction and maintenance, or instructional materials, whether the vendor or the vendor's ultimate parent company or majority owner: (A) has its principal place of business in this state; or (B) employs at least 500 persons in this state; and i. any other relevant factor specifically listed in the request for bids and proposals. 15.

Contact between bidders and LISD personnel or officials during the proposal process or evaluation process is prohibited. Any attempt by bidders during the proposal process to contact LISD personnel or officials may result in disqualification. All communications shall go through the LISD Purchasing Department during this competitive process.

16.

Any contract awarded will be done in the best interest of Lewisville Independent School District. Additional information regarding contract award may be found in Specific Terms and Conditions Item #1.

17.

Any and all protest s regarding LISD bidding procedures will be governed by the “Lewisville Independent School District Procedure for Protests".

18.

The Lewisville Independent School District shall not be liable for non-funding of a contract.

19.

Bidders not responding appropriately to Bid Requests or Requests for Proposals will be deleted from LISD’s vendor list and will not be reinstated unless specifically requested by the bidder and approved by LISD.

20.

All bidders must execute the “Affidavit of Non-Collusion”, “Felony Conviction Notification”, “Bidder’s Certificate”, “Debarment or Suspension Certification Form”, “Certification Regarding Lobbying”, “Clean Air & Water Act Form”, “Conflict of Interest Questionnaire”, “W-9 Form”, “EPCNT Interlocal Agreement Clause”, and “Deviation/Compliance Signature Form”, or “No Bid Notification” enclosed herein for this bid to be considered. The name of the company representative on these forms should be the same, and must be an individual in a position with actual authority to bind the company submitting the bid.

(REV 11/18/14)

3

21.

Bid results and recommendations will be presented to the Lewisville Independent School District Board of Trustees for approval at the earliest reasonable opportunity following the bid/proposal opening if $20,000 or greater.

22.

It is the policy of the Lewisville Independent School District not to discriminate on the basis of sex, disability, race, color, or national origin in its educational programs and/or activities, nor in its employment practices.

23.

The bidder shall not sell, assign, transfer, or convey any contract resulting from this proposal, in whole or part, without prior written consent from the District. Any such consent shall not relieve the bidder of liability in the event of default by the assignee.

24.

Awarded contracts may not be exclusive and may be awarded to multiple bidders. The District may issue multiple bids or requests for proposals in order to seek additional bidders for the same time period, in the best interest of the District. If needed, the District may also utilize federal and state contracts, interlocal cooperative contracts or any legal procurement method to procure the same or similar products and services.

25.

CERTIFICATION: By signing this proposal the bidder certifies and warrants that: a.

b.

The bidder has not paid, or agreed to pay, any person or entity, other than bidder’s bona fide employees, a fee, percentage, commission or brokerage resulting from the award of any contract resulting from this bid. For breach or violation of this warranty, LISD shall have the right in addition to any other right or rights to cancel a resulting contract without liability and to deduct or otherwise recover the full amount of such fee, percentage, commission or brokerage. The prices in this bid have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices, with any other bidder or potential bidder.

26.

ERRORS OR OMISSIONS: The District is not responsible for any bidder’s errors or omissions.

27.

CONFIDENTIAL INFORMATION: If a bidder believes that a bid, proposal, offer, or specification contains information that should be withheld from public disclosure, a conspicuous statement advising LISD of the alleged confidentiality must be attached and noted on page one and on each and every page believed to contain confidential information. The District is bound by the Texas Public Information Act and shall in no event be liable to any bidder for release of information in accordance with the Texas Public Information Act.

28.

ADDENDUM: In the event that any changes to this Bid Document occur subsequent to the mailing or other delivery of the original Bid Document, the changes or corrections will be made by addendum. It is your responsibility to obtain any addenda that pertains to this Bid Document. LISD is no longer mailing the specifications or addenda.

(REV 11/18/14)

4

STANDARD TERMS AND CONDITIONS 1.

CONTRACT AND PURCHASE ORDERS: Submitting a response to this Bid Document is an offer by bidder to contract with the Lewisville Independent School District based upon the Specifications and the Standard Terms and Conditions and other information contained in this Bid Document. A proposal or bid does not become a contract with LISD unless and until the offer is accepted by the LISD (including approval by the LISD Board of Trustees if necessary) through (a) an Award Letter sent to the bidder and put into effect by the issuance of a LISD Purchase Order(s) signed by an authorized representative of the LISD Purchasing Department; or (b) execution of a separate contract after acceptance by the LISD (including approval by the LISD Board of Trustees if necessary). If LISD and bidder enter into a contract by one of the methods discussed above, the following standard terms and conditions shall apply. If LISD and bidder do not enter into a contract as discussed above, these Standard Terms and Conditions shall not apply. This contract shall collectively include (1) a separate written contract, if applicable, (2) the Specific Terms and Conditions and the Specifications included in the Request for Proposals and any subsequent addenda thereto, (3) the bidder’s signed Notice to Bidders and any other information included with the Request for Proposals, (4) the bidder’s entire response to the Request for Proposals, (5) the bidder’s Award Letter, if applicable, (6) and any additional terms, conditions, or instructions contained in each individual Purchase Order, if applicable. The contract shall be interpreted by and governed under the law of the State of Texas and venue for any disputes shall be in Denton County.

2.

CONTRACT MODIFICATION: No modification of this contract shall bind LISD unless a written contract amendment is executed by LISD and bidder.

3.

(If applicable) vendor shall be responsible for industry standard packing which PACKING AND SHIPPING: conforms to requirements of carrier’s tariffs and ICC regulations. Containers must be clearly marked as to the purchase order number. All shipments are to be F.O.B. destination, freight prepaid, to Lewisville Independent School District at the specific address on the purchase order. Delivery shall be made during normal working hours only, 8:00am to 3:00pm, unless approval for late delivery has been obtained.

4.

NO REPLACEMENT OF DEFECTIVE TENDER: (If applicable) every tender of goods must fully comply with all the provisions of this contract as to time of delivery, quantity, assortment, quality, and the like. If a tender is made which does not fully conform, this shall constitute a breach and vendor shall not have the right to substitute a conforming tender.

6.

DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: (If applicable) each installment or lot of this contract is dependent on every other installment or lot and delivery of non-conforming goods/services or a default of any nature under one installment or lot will impair the value of the whole contract and constitutes a breach of the contract as a whole.

7.

GRATUITIES: LISD may, by written notice to the bidder, cancel this contract without liability to LISD if it is determined by LISD that gratuities, in the form of entertainment, gifts, or otherwise, were offered or given by the bidder, or any agent, or representative of the bidder, to any officer or employee of the Lewisville Independent School District with a view toward securing a contract or an order or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such a contract or order. In the event this contract is canceled by LISD pursuant to this provision, LISD shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurrent by the bidder in providing such gratuities.

8.

WARRANTIES: (If applicable) vendor warrants that all goods delivered under this contract will conform to the requirements of this contract (including all applicable descriptions, specifications, drawings, and samples), and will be free from defects in design and fit for the intended purposes. Any inspection or acceptance of the goods by buyer shall not alter or affect the obligations of vendor or the right of buyer under the foregoing warranties.

9.

ASSIGNMENT-DELEGATION: No right or interest in this contract shall be assigned by bidder without the written permission of LISD, and no delegation of any duty of bidder shall be made without written permission of LISD. Any attempted assignment or delegation by bidder shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph.

(REV 11/18/14)

5

10.

ASSIGNMENT-CLAIMS: Bidder and the Lewisville Independent School District recognize that in actual economic practice overcharges resulting from anti-trust violations are borne by LISD. Therefore, bidder hereby assigns to the District the right to pursue any and all claims for such overcharges.

11.

ADVERTISING: If awarded the contract, bidder shall not advertise or publish, without LISD’s prior written consent, the fact that LISD has entered into this contract, except to the extent necessary to comply with proper requests for information as required by law.

12.

TITLE AND RISK OF LOSS: (If applicable) the title and risk of loss of the goods shall not pass to the District until the District actually receives the goods at the point of delivery.

13.

INSPECTION: (If applicable) all goods are subject to final inspection and acceptable by the District. Material/services failing to meet the requirements of this contract will be held at vendor’s risk and may be returned to vendor. If so returned, the cost of transportation, unpacking, inspection, repackaging, reshipping, or other like expenses are the responsibility of the vendor.

14.

LIENS: All goods delivered and labor performed under this contract shall be free of all liens, and if the District requests, a formal release of all liens will be delivered to the District.

15.

INDEMNIFY: BIDDER AGREES TO INDEMNIFY AND HOLD THE DISTRICT HARMLESS FROM ANY DAMAGE OR EXPENSE WHATSOEVER RESULTING TO THE DISTRICT FROM ANY AND ALL CLAIMS AND DEMANDS ON ACCOUNT OF INFRINGEMENT OR ALLEGED INFRINGEMENT OF ANY PATENT IN CONNECTION WITH THE MANUFACTURE OF USE OF ANY PRODUCT INCLUDED IN THIS CONTRACT. UPON WRITTEN REQUESTS VENDOR WILL DEFEND, AT ITS OWN COST AND EXPENSE, ANY LEGAL ACTION OR SUIT AGAINST THE DISTRICT INVOLVING ANY SUCH ALLEGED PATENT INFRINGEMENT, AND WILL PAY AND SATISFY ANY AND ALL JUDGEMENTS OR DECREES RENDERED IN ANY SUCH LEGAL ACTIONS OR SUITS. BIDDER WILL INDEMNIFY LEWISVILLE INDEPENDENT SCHOOL DISTRICT AGAINST ALL CLAIMS FOR DAMAGES TO PERSONS OR PROPERTY RESULTING FROM DEFECTS IN MATERIALS OR WORKMANSHIP.

16.

REMEDIES AND APPLICABLE LAWS: This contract shall be governed by Lewisville Independent School District policies and LISD and bidder shall have all remedies afforded each by the Uniform Commercial Code, as adopted in the State of Texas, except as otherwise provided in this contract or in statutes pertaining specifically to the State or School District. Whenever the term “Uniform Commercial Code” is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of this contract. This contract shall be governed by the laws of the State of Texas, and disputes pertaining to this contract may be brought only in the courts of the State of Texas in Denton County.

17.

CONFLICT OF INTEREST: This contract is subject to cancellation by LISD if any person significantly involved in initiating, negotiating, securing, drafting or creating the contract on behalf of Lewisville Independent School District, is at any time while the contract is in effect, an employee of any other party to the contract in any capacity or a consultant to any other party of the contract with respect to the subject matter of the contract.

18.

FORCE MAJEURE: Neither party shall be held responsible for losses resulting if the fulfillment of any terms or conditions of this contract are delayed or prevented by a cause not within the control of the party whose performance is interfered with and which, by the exercise of reasonable diligence, said party is unable to prevent.

19.

RIGHT TO ASSURANCE: Whenever one party to this contract in good faith has reason to question the other party’s intent to perform, he/she may demand that the other party give a written assurance of his/her intent to perform. In the event that demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract.

20.

INTERPRETATION-PAROLE EVIDENCE: This contract is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the nature of the performance and opportunity to objection. Whenever a term defined by the Uniform Commercial Code is used in this contract, the definition contained in the Code is to control.

(REV 11/18/14)

6

21.

COMPLIANCE OF LAWS: The final contract must be in compliance with all federal laws and Texas laws and regulations and is subject to termination by the Lewisville Independent School District, including termination for non-availability of funding and for prepayment, without penalty.

22.

CHOICE OF LAW: The parties hereby agree that this contract was negotiated, made and entered into in the State of Texas and under the laws of the State of Texas.

23.

INFRINGEMENT: Bidder agrees to protect and defend Lewisville Independent School District from claims involving infringement.

24.

SPECIFICATIONS: Specifications define the minimum acceptable standard.

25.

REMEDIES FOR NON-PERFORMANCE OF CONTRACT AND TERMINATION OF CONTRACT FOR CAUSE: If the bidder cannot comply with the terms and conditions in fulfilling its contract as anticipated, the bidder must supply the same products or services contracted from other sources at the contract price. The bidder’s refusal or delay in satisfying this provision will constitute a material breach of contract, whereupon the LISD may terminate the contract for cause as provided herein. If any delay or failure of performance is caused by a Force Majeure event as described in Section 10 of these Standard Terms and Conditions, the LISD may, in its sole discretion, terminate this contract in whole or part. Except as otherwise provided herein, this contract may be terminated for cause in whole or in part by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party; provided that no such termination for cause may be implemented unless and until the other party is given (1) at least ten (10) days written notice (delivered by certified mail, return receipt requested) of intent to terminate for cause, and (2) an opportunity for consultation with the terminating party, followed by a reasonable opportunity, of not more than ten (10) working days, to rectify the defects in products or performance, prior to such termination. Valid causes for termination of this contract will include, but are not limited to: (a) The bidder’s failure to adhere to any of the provisions of the General Conditions and Standard Terms and Conditions contained in this Request for Proposals. (b) The bidder delivering any product(s) that fails to meet the Specifications relating to the awarded product(s). (c) The bidder delivering any substitution(s) of product(s) different than those originally bid and awarded without the prior written approval of LISD. (d) Bidder’s noncompliance with any additional terms, conditions, or instructions contained in a separate contract or contained in any individual Purchase Order issued by the LISD.

26.

ORDER OF PRECEDENCE: In the event of conflict between documents, the following order of precedence shall prevail: 1) terms and conditions set forth in a separate written contract by LISD, if applicable, 2) the Standard Terms and Conditions contained herein, 3) provisions set forth in the specifications as well as any addenda thereto, 4) any other terms, conditions, or instructions contained in each individual purchase order, if applicable, 5) the general bidding instructions to bidders, including the General Conditions; and 6) bidder’s response to the Bid.

27.

EXTENSION/NON-APPROPRIATIONS CLAUSE: This contract shall be as listed in the Specific Terms and Conditions, #2, provided however, at the sole option of the District, upon the District giving bidder written notice of the intention to renew not later than the expiration of the then current term, provided that at the time the District gives written notice of renewal the bidder is not in default and the contract has not been terminated. If the bidder does not intend to renew the contract, bidder shall provide the District with written notice via certified mail (return receipt requested) at least ninety (90) days prior to the expiration of the then current term. Negotiations for additional terms and price restructuring shall be completed no later than thirty (30) days prior to renewal date unless approved by the District. Price negotiations may be negotiated to prices below the current prices. The District has the right to terminate this contract for convenience, without penalty, following delivery of written notice to the bidder with fifteen (15) days notification.

(REV 11/18/14)

7

FORM A AFFIDAVIT OF NON COLLUSION

The undersigned certifies that the bid/proposal prices contained in this proposal have been carefully checked and are submitted as correct and final and if the bid/proposal is accepted (within 90 days unless otherwise noted by bidder), agrees to furnish any and/or all services upon which prices are offered, at the price(s) and upon the conditions contained in the Specifications. STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of personally appeared duly sworn, upon oath did depose and say;

, on the day who, after having first been

That the foregoing proposal submitted by Hereinafter called “Bidder” is the duly authorized agent of said company and that the person signing said proposal has been duly authorized to execute the same. The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership, or individual has not prepared this bid in collusion with any other bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. Name and Address of Bidder:

Telephone Number Fax Number Signature Name: Title: SWORN TO AND SUBSCRIBED BEFORE ME THIS

day of

, 20

Notary Public in and for the State of

Company Name

(REV 11/18/14)

8

FORM B FELONY CONVICTION NOTIFICATION Section 44.034, Texas Education Code, Notification of Criminal History, Subsection (a), states “A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony.” Subsection (b) states “A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.” This Notice is Not Required of a Publicly-Held Corporation CRIMINAL HISTORY REVIEW OF CONTRACTOR EMPLOYEES Bidder shall review §22.0834, Texas Education Code and 19 Texas Administrative Code §§153.1101 and 153.1117 regarding criminal history checks of school contractor employees. The rules define continuing duties related to contracted services, direct contact with students, covered contract employee and other relevant terms within the statute. Except as otherwise provided herein, Contractor will obtain and certify in writing, before work begins, and at least annually, that the Contractor has received all criminal history record information that relates to an employee, applicant, agent or Subcontractor of the Contractor or a Subcontractor, if the person has or will have continuing duties related to the contracted services, and the duties are or will be performed on LISD’s property where students are regularly present or at another location where students are regularly present. Contractor shall assume all expenses associated with the background checks and shall immediately remove any employee or agent who was convicted of, received probation for, or received deferred adjudication for any felony as outlined below or any misdemeanor involving moral turpitude, from LISD’s property or other location where students are regularly present. LISD shall determine what constitutes “moral turpitude” or “a location where students are regularly present.” Contractor or sub-contractors may not work on LISD property where students are present when they have been convicted, received probation or deferred adjudication for the following felony offenses: 1. Any offense against a person who was, at the time the offense occurred, under 18 years of age or enrolled at a public school; 2. Any sex offense; 3. Any crimes against persons involving: a. Controlled substances; or b. Property; or 4. Any other offense LISD believes might compromise the safety of students, employees or property. Please complete the information below: I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions and criminal history checks for the company employees, agents, or subcontractors that will be on LISD campuses have been reviewed by me, and shall be complied with, and the following information furnished is true to the best of my knowledge. Vendor’s Name: Authorized Company Official’s Name (please print or type):

A.

My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official:

B.

Date:

My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s):

Signature of Company Official: (Name should be the same as on Form A – Affidavit of Non Collusion) C.

Date:

My firm is a publicly held corporation, therefore, this reporting requirement is not applicable. Signature of Company Official:

(REV 11/18/14)

Date:

9

FORM C BIDDER’S CERTIFICATION

Texas Government Code Chapter 2252 relates to bids by nonresident contractors. The pertinent portions of the Act are as follows: Section 2252.001(3) “Nonresident bidder” refers to a person who is not a resident. Section 2252.001(4) “Resident bidder” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. rd

Section 2252.002, as amended by H.B. 3648, 83 Legislature (2013 Regular Session): “AWARD OF CONTRACT TO NONRESIDENT BIDDER. A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the greater of the following: (1) the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located; or (2) the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which a majority of the manufacturing relating to the contract will be performed.” rd

Section 2252.002, as amended by H.B. 1050, 83 Legislature (2013 Regular Session): “AWARD OF CONTRACT TO NONRESIDENT BIDDER: A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in: (1) the state in which the nonresident’s principal place of business is located; or (2) a state in which the nonresident is a resident manufacturer.” I certify that

is a (Company Name)

Resident Bidder of Texas as defined in Texas Government Code Section 2252.001. Signature Print Name

I certify that

is a (Company Name)

Nonresident Bidder of Texas as defined in Texas Government Code Section 2252.001 and (1) our principal place of business is:

(City and State) (2) a state in which we are a resident manufacturer:

(State) (3) the state in which a majority of the manufacturing relating to the contract will be performed:

State) Signature Print Name

(REV 11/18/14)

10

FORM D

DEBARMENT OR SUSPENSION CERTIFICATION FORM Non-Federal entities are prohibited from contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement of goods or services equal to or in excess of $25,000. Contractors receiving individual awards of $25,000 or more and all sub-recipients must certify that the organizations and its principals are not suspended or debarred. By submitting this offer and signing this certificate, this bidder: ♦

Certifies that no suspension or debarment is in place, which would preclude receiving a federally funded contract under the Federal OMB, A-102, Common Rule (§_.36).

Vendor Name:

Vendor Address:

Vendor Telephone:

Authorized Company Official’s Name: (printed) Signature of Company Official:

Date:

(REV 11/18/14)

11

FORM E

Certification Regarding Lobbying Applicable to Grants, Sub-Grants, Cooperative Agreements, and Contracts Exceeding $100,000 in Federal Funds. Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

The undersigned certifies, to the best of his or her knowledge and belief, that: (1)

No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement.

(2)

If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “disclosure Form to Report Lobbying,” in accordance with its instructions.

(3)

The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly.

____________________________________________ Name/Address of Organization

____________________________________________ Name/Title of Submitting Official

____________________________________________ Signature

(REV 11/18/14)

_____________________ Date

12

FORM F

Clean Air & Water Act I, the Proposer, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement.

Proposer Name

Title of Authorized Representative

Mailing Address

Signature (REV 11/18/14)

13

FORM G

(REV 11/18/14)

14

FORM H

(REV 11/18/14)

15

FORM H (page 2)

(REV 11/18/14)

16

FORM H (page 3)

(REV 11/18/14)

17

FORM H (page 4)

(REV 11/18/14)

18

FORM I

INTERLOCAL AGREEMENT CLAUSE Several governmental entities around the Lewisville Independent School District have indicated an interest in participating under any resulting contract. Should these governmental entities decide to under any resulting contract, would you, (the vendor) agree that all terms, conditions, specifications, and pricing contained herein would apply? Yes ____________

No ___________

If you (the Vendor) checked yes, the following will apply: Governmental entities utilizing interlocal agreements with the Lewisville Independent School District will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entity other than Lewisville Independent School District will be billed directly to that governmental entity and paid by that governmental entity. Lewisville Independent School District will not be responsible for another governmental entity’s debts. Each governmental entity will order its own material/service as needed. For information regarding the Educational Purchasing Cooperative of North Texas, please visit their website at the following address: http://www.epcnt.com/INDEX.htm.

Company Name: (Typed or printed)

Title of Authorized Representative: (Typed or printed)

Signature of Authorized Company Official:

Date Signed:

(REV 11/18/14)

19

FORM J DEVIATION/COMPLIANCE SIGNATURE FORM

COMPANY NAME

ADDRESS

PHONE NUMBER

CITY

STATE

FAX NUMBER

If the bidder intends to deviate from the General Conditions, Standard Terms and Conditions, Specifications, or any other information listed in this Request for Proposals, all such deviations must be listed on this page, with complete and detailed conditions and information included or attached. The District will consider any deviations in its bid award decisions, and the District reserves the right to accept or reject any bid based upon any deviations indicated below or in any attachments or inclusions. In the absence of any deviation entry on this form, the bidder assures the District of bidder’s full compliance with the General Conditions, Standard Terms and Conditions, Specifications, and all other information contained in this Request for Proposals. No Deviation Yes Deviations If yes is checked, please list below.

(REV 11/18/14)

20

FORM K NO BID NOTIFICATION

VENDOR NAME

AGENT’S NAME

ADDRESS

BID NUMBER DESCRIPTION

The Lewisville Independent School District is interested in receiving competitive pricing on all items bid. We also desire to keep your firm as a bidder and supplier of materials, equipment, and services. Therefore, it is important for us to determine why you are not bidding. We will analyze your input carefully and try to determine if future changes are needed in our specifications and/or procedures. I did not bid for the following reason: (PLEASE CHECK ONE OF THE LISTED REASONS) Do not supply the requested product or service Quantities offered are too small or too large to be supplied by my company. (please circle one of the underlined) Specifications are “too tight” or written around a particular product. (Please elaborate)

Cannot bid against manufacturer or jobber on this item. (please circle one of the underlined) Time frame for bidding was too short for my company. Not previously awarded a contract by LISD when you felt you were low bidder or offered best value to LISD. Other:

Please indicate your choice for future notifications. I wish to be notified.*

I do not wish to be notified.

*The Lewisville ISD will make an effort to notify your company, but your selection to be notified does not state or imply a guarantee of notification by the Lewisville ISD. The signing of this form confirms your company is not submitting a proposal and cannot be an awarded vendor for this bid. Do not sign or return this form if your company intends to participate in this bid.

SIGNATURE

DATE

(REV 11/18/14)

21

FORMS CHECKLIST COMPLETION

Completed – Affidavit of Non Collusion - Form A Completed – Felony Conviction Notification - Form B Completed – Bidder’s Certification – Form C Completed – Debarment or Suspension Certification Form – Form D Completed - Certification Regarding Lobbying - Form E Completed - Clean Air & Water Act – Form F Completed – Conflict of Interest Questionnaire (CIQ) – Form G Completed – W-9 – Request for Taxpayer Identification Number – Form H Completed – EPCNT Interlocal Agreement Clause – Form I Completed – Deviation/Compliance Signature – Form J or No Bid Notification – Form K** **Do not sign or return this form if your company intends to participate in this bid.

(REV 11/18/14)

22

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES – CONDITIONS - page 1

RFP #2393-15

SCOPE OF WORK Lewisville Independent School District (LISD) is requesting proposals for the rental of approximately 282 copiers within the district. There are approximately 100 high volume black and white, 169 black and white mid-volume, 10 color mid-volume copiers, and 3 desktop copiers to be included in separate sections of this proposal. The scope will include, at a minimum; the rental price of all the copiers which must include unlimited copies, toner, staples, maintenance and service, parts, all supplies except paper, and relocation of copiers within the District at no cost to the District. Rental of NEW equipment is required unless negotiation for recertified copiers is agreed upon. If agreed upon by LISD, recertified copiers are to carry the same full warranty as new units. The equipment must be installed and ready for operation prior to the expiration of the current rental agreement term with RICOH USA, INC. LISD considers this to be a rental contract and is not responsible for any taxes, including property tax, on the copiers. This bid may be available for members of the Educational Purchasing Cooperative of North Texas to utilize. There are currently over seventy (70) members made up of school districts in Region X and Region XI. A list of current members can be found at the coop’s website http://www.epcnt.com SPECIFIC TERMS AND CONDITIONS 1.

This contract may be awarded to primary and/or secondary vendors, multiple vendors, by line item, by section or in total as determined to be the best value to Lewisville Independent School District. Lewisville Independent School District reserves the right to negotiate with any or all respondents and accept or reject any and/or all proposals, to waive any formalities and/or irregularities and to award in the best interest of the School District

2.

Length of Contract: All responses to this RFP shall be for a three-year (3) agreement between the District and the provider with the option of either two (2) successive one (1) year extensions or a one (1) successive two (2) year extension to be determined and negotiated prior to the end of the third year. Any changes to the scope of services provided under this contract that may result in changes to the terms, conditions, and fees can be redefined and negotiated. In that event, any negotiated items must be placed in writing and provided as an amendment to the contract. All proposers must agree to fully warrant and guarantee all information in its response. Current end date of the existing copier agreement is July 31, 2015. The term of the new contract will be for a three-year term with a start date of August 1, 2015 and ending July 31, 2018 with either two (2) additional one-year term extensions or one (1) two year extension ending on July 31, 2020 based on the long-range needs of the District and mutual consent of both parties not to exceed five (5) years total. A 60 month contract will not be considered. This bid document will serve as the exclusive contract and no other agreement and/or contract will be accepted or agreed to.

3.

No oral statement of any person shall modify or otherwise change, or affect the terms, conditions, or specifications stated in the resulting contract.

4.

Final evaluation of this RFP will be based on the Texas Educational Code §44.031(b). Evaluation of pricing will be based on Unit Price value to be submitted on the attached “PRICING SHEET”. Evaluation criteria for this RFP will be per the following:

Evaluation Criteria Purchase Price Reputation of the vendor and vendor’s goods or services Quality of the vendor’s goods or services Extent to which the goods or services meet the district’s needs Vendor’s past relationship with the district Impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses Total long-term cost to the district Principal place of business or number of employees in the State Other relevant factors specifically listed in this RFP Total Points

Point Value 30 10 15 15 5 0 15 0 10 100

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES – CONDITIONS - page 2 5.

Timetable Release RFP Pre-bid Meeting Deadline for Questions Respond to Questions by Receive and open responses Determine Short List Demos to District Sites Evaluation and Demonstration Phase Recommendation to Board Transition Phase

RFP #2393-15

December 12, 2014 January 7, 2015 – 10:00 AM CST January 8, 2015 – 12:00 Noon January 9, 2015 January 15, 2015 – 2:00 PM January 20, 2015 Week of January 27-30, 2015 February 2, 2015 – February 20, 2015 March 16, 2015 June 1 – July 15, 2015

Training of staff (on-site training) dates and times to be determined by Principals, Executive Directors and Administrative Staff. 6.

Pre-Bid Meeting: LISD will hold a pre-bid meeting on January 7, 2015 at 10:00am CST at the Bolin Administrative Center, Purchasing Department, 1565 West Main Street, Room 220, Lewisville, TX 75067. Attendance is strongly recommended.

7.

LISD Communications: Contact between vendors and LISD personnel or officials during the proposal process or evaluation process is prohibited. Any attempt by vendors during the proposal process to contact LISD personnel or officials may result in disqualification. All communications shall go through the LISD Purchasing Department during this competitive process. Questions received and the corresponding answers will be distributed to all bidders. No verbal responses will be provided. The deadline for questions about this proposal is stated in the timetable above and LISD will not respond to questions after said time and date. Responses to questions will be posted in the form of an addendum to this RFP on the LISD Purchasing website as stated in the timetable. The vendors will be responsible for checking the website for any posted addenda.

8.

Evaluation and Demonstration Phase: The designated copier committee will be responsible for evaluating the submitted proposals and selecting a short list of vendors from the submitted proposals. Those vendors selected will be required to set up demonstrations of the proposed equipment at a site of LISD’s selection for the period of February 2, 2015 – February 20, 2015. Specific locations will be provided by LISD.

9.

Proposal Submittal: One (1) original and six (6) copies of the proposal must be sealed in an envelope clearly marked on the outside with RFP #2393-15 – Copier Equipment Products and Services.

10.

Acceptance: LISD reserves the right to accept or reject any or all of the proposals submitted, waive minor technicalities, and accept the offer most advantageous to the District. The District accepts no financial responsibility for any costs incurred by any proposer in the course of responding to these specifications. Contract, to awarded vendor, will be made to the proposer(s) based on the determined “Best Value for the District“, including price, delivery of services, quality, and any other items or services negotiated. A Purchase Order(s) will be issued reflecting pricing from the “PRICING SHEET” for RFP #2393-15.

11.

All prices must be typed or written in ink. Proposals written in pencil will not be accepted.

12.

Contract shall be put into effect by means of a purchase order(s) executed by the District after proposal has been awarded. This bid document will serve as the exclusive contract and no other agreement and/or contract will be accepted or agreed to.

13.

The District shall have the right to terminate for default all or any part of this contract if Contractor breaches any of the terms herein or if the Contractor becomes insolvent or files any petition in bankruptcy. Such right of termination is in addition to and not in lieu of any other remedies which the District may have in law or equity, specifically including, but not limited to, the right to collect for damages or demand specific performance. The District has the right to terminate this contract for convenience, without penalty, if the District fails to appropriate funds or provide for an annual renewal of a contract, following delivery to the Contractor of a “Notice of Termination” specifying the extent to which performance hereunder is terminated and the date upon which such termination becomes effective.

14.

Transfer of contract by vendor is prohibited.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES – CONDITIONS - page 3 15.

RFP #2393-15

All invoices must be submitted to LISD’s Billing address or via email to [email protected] in Excel Spreadsheet format including campus and campus org #, Purchase Order number, model number, serial number, and contracted rental price. Lewisville ISD Attn: Accounts Payable P O Box 217 Lewisville, TX 75067 If your company uses any other billing address, Lewisville ISD will not be responsible for late payments, service charges, etc. LISD’s purchase order must be referenced on any invoice.

16.

The Lewisville Independent School District reserves the right to use and duplicate as often as necessary any material that is submitted by the awarded vendor.

17.

Transition Phase: The Transition Phase time period is to begin approximately June 1, 2015 and be substantially complete by July 15, 2015. This phase includes but is not all inclusive of the planning, infrastructure set up, move out of existing copiers, installation and set-up of new copiers, and implementation of Training Plan. Please describe your company’s plan to ensure that the copiers are operational by August 1, 2015:

18.

Successful vendor must accept purchase orders issued by the Lewisville Independent School District. Credit application and tax exempt certificate will be supplied by LISD, if requested. Provide LISD with order information on where purchase orders are to be sent: ________________________________________ Company Name ________________________________________ PO/Street Address ________________________________________ City/State/Zip Code

19.

Provide LISD with remit information on where payments are to be sent: ________________________________________ Company Name ________________________________________ PO/Street Address ________________________________________ City/State/Zip Code

20.

________________________________________ Phone Number ________________________________________ Fax Number

Does your company accept purchase orders by email? Yes

No

If yes, please provide the email address: 21.

________________________________________ Phone Number ________________________________________ Fax Number

Provide the contact information for the following: Local Representative: Name:

Phone:

Email:

Fax:

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES – CONDITIONS - page 4

RFP #2393-15

Regional Representative: Name:

Phone:

Email:

Fax:

Technical/Service Manager: Name:

Phone:

Email:

Fax:

Invoice Contact:

22.

Name:

Phone:

Email:

Fax:

The Lewisville Independent School District has implemented an electronic payment solution allowing the District to pay invoices electronically. LISD currently pays all invoices thirty (30) days after receipt of invoice via check through standard USPS. Should the District choose to pay you via an electronic payment solution, the payment time may be drastically reduced. This electronic payment process uses the backbone of the Visa/MasterCard network and the vendor’s payment gateway agreements. *Note* LISD will not be held responsible for fees, if any, associated by the vendor’s payment gateway provider for acceptance and use of this payment process. Will your company accept use of this electronic payment process? Yes_________ No ____________ If yes, Please provide the following information: Email or fax number where the payment can be processed: Contact name for payment processing: _______________________________________ Contact phone for payment processing: _______________________________________ Name of individual for authorizing use of this payment form: ________________________ Phone of individual for authorizing use of this payment form: ________________________ Title of individual authorizing use of this payment form: _____________________________ Signature of individual authorizing use of this payment form: _________________________

23.

What are your days and hours of operation?

______________________________________________

24.

Do you offer these services and supplies to other school districts in Texas? Is your price structure consistent with these districts? Yes No

25.

References: Please provide three (3) references, preferably from school districts in the Dallas Fort Worth area, which have used your services within the last three years. Additional references may be required. DO NOT INCLUDE LISD OR LISD EMPLOYEES AS A REFERENCE.

Yes

i) School District

Contact Name

Telephone Number

Fax Number

School District

Contact Name

Telephone Number

Fax Number

School District

Contact Name

Telephone Number

Fax Number

ii)

iii)

No

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES – CONDITIONS - page 5

26.

RFP #2393-15

INSURANCE: Copies of the successful vendor's liability insurance and workman's compensation certificates are required. This certificate does not amend, extend or alter the minimum coverage afforded by the policies below and required of the vendor.

Insurance Requirements: A.

B.

C.

General Liability Products - Comp/or Aggregate Commercial General Liability Claims Made/Occur. Owner’s Contractor’s Prot. Med. Expense (Any one person)

Limits: General Aggregate Personal & Adv. Injury Each Occurrence Fire Damage (Any one fire)

Umbrella form - Excess liability State the limits that your company carries. Worker’s Compensation and Employer’s Liability Disease-Each employee

$1,000,000 $1,000,000 $1,000,000 $1,000,000 $ 50,000 $ 5,000

.

Statutory Each Accident Disease-Policy Limit

$ 500,000 $ 500,000 $ 500,000

**You are required to submit a certificate of insurance for the above insurance requirements with your bid with at least the minimum coverages listed above.** The insurance requirements, as listed above also apply to any sub-contractor(s) in the event that any work is sublet. The contractor is responsible to insure that the sub-contractor(s) meets the minimum insurance requirement limits as by law. **Items #1, 2, 3, 4 (below) shall be required of the successful vendor(s) only.** 1) Should any of the above described policies be canceled before the expiration date, the issuing company will mail thirty (30) days written notice to the certificate holder, Lewisville I.S.D. 2) The vendor shall agree to waive all right of subrogation against LISD, its officials, employees and volunteers for losses arising from work performed by vendor for the District. 3) THE VENDOR SHALL HOLD LISD HARMLESS FROM AND INDEMNIFY LISD AGAINST ALL LIABILITY, INCLUDING ATTORNEY'S FEES, WHICH MAY ARISE FROM AND ACCRUE DIRECTLY FROM THE PERFORMANCE OF THE WORK OR ANY OBLIGATION OF VENDOR OR FAILURE OF VENDOR TO PERFORM ANY WORK OR OBLIGATION PROVIDED FOR IN THE CONTRACT. 4) The select bidder will be required to supply an insurance certificate naming Lewisville Independent School District as an additional insured. 27.

Vendor accepts full responsibility for adhering to Senate Bill 9 requirements, see Texas Education Code Section 22.0834. At no time shall vendor or vendor’s employees, agents, or subcontractors have unsupervised contact with students.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES – SPECIFICATIONS - page 6

RFP #2393-15

SPECIFICATIONS 1.

Quantities required are substantially correct, but the District reserves the right to rent additional equipment over and above quantities at the same unit price and same ending date of original copiers. The end date of any additional copiers is to be coterminous with the initial copiers placed in the District. No additional contract or agreement will be allowed for add-on copiers. Is your company willing to accept add-on orders for the duration of the original contract period at the pricing plan proposed? Yes

No

2.

All current copiers are RICOH equipment. The majority of the copiers are nearing 5 years old. Approximately 15 of the copiers were replaced with recertified units.

3.

Maintenance: Full-service maintenance on all copier equipment proposed must be included in your proposal pricing. At a minimum, response time must be a maximum of four (4) hours after the service call has taken place. Annual maintenance will be conducted during June and July before the start of teacher in-service training and will include a complete inspection and repair of all copiers. Key components to be considered are service time, location and availability of service technicians provided to the district. It is the responsibility of the awarded vendor to make periodic checks and to ascertain the working condition of all copier equipment placed within the District. The awarded vendor will provide all parts and all labor necessary to maintain the copiers in good working order. All parts will be new. Only parts and components produced or authorized by the original equipment manufacturer will be used in the repair or replacement of defective equipment. The awarded vendor must provide manufacturer’s recommended retrofit and equipment upgrades on the maintenance agreement at no additional charge to the District.

4.

Installation: Installation of the equipment shall consist of delivery to the designated point of use, unpacking, assembly, setup, placing as directed, testing, and making the equipment ready for use. The timeline for delivery and installation will be from approximately June 1, 2015 through July 15, 2015. Entry into the campuses will be supervised and scheduled by LISD Facility Services. Installation will be completed at each campus before moving to another campus. Setup will include the installation of any unique electrical receptacle if the copier plug requires it at no additional cost to the District. All equipment will be U.L. listed. Specify if 110 or 220v circuit is required. Cleanup, removal and disposal of all packing, crates, etc. are the responsibility of the awarded vendor. LISD receptacles may not be used. The district will provide an electrician for any special needs for power.

5.

Attachment “A” contains a listing of copiers, their location, and the average monthly copier volume for 275 of the 282 copiers. The awarded vendor will work closely with the Purchasing Department in the scheduling and installation of the copier equipment to meet the Transition Phase in item #17 of the Specific Terms and Conditions. Below are the monthly average copy counts by copier model. AVERAGE MONTHLY VOLUMES Average Per Copier Model # of Units Unit MP 171 6,510 3 MP 3351/52/53

8,862

169

MP 6001

84,211

95

MP 9001

155,651

5

5,424

10

MPC 3300/01/03 (color) 6.

Guarantee: Each bidder will furnish a letter of guarantee with the proposal response. The letter will state, “If the Lewisville Independent School District is not satisfied with the equipment, based on non-compliance with minimum performance standards, vendor will upon notification by LISD have a specified time-frame of ten working days in which to rectify non-compliance and restore equipment to meet/exceed minimum performance standards. If minimum performance requirements are not met within specified time-frame, at the Lewisville Independent School District’s request the vendor will replace, without charge to LISD, an identical model or a model with comparable or improved features and capabilities.” This letter of guarantee will apply for the term of the contract.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES – SPECIFICATIONS - page 7

RFP #2393-15

Minimum Performance Standards, Specification and Time Frame: Any copier which is below 95 percent reliable or whose copy quality is consistently below manufacturers specifications for like copiers for two consecutive months, will be replaced at the request of the District, free of charge by the vendor with a copier of like model and features, within 10 working days of notification by LISD to the vendor. (Downtime attributed to operator error will not count against the vendor if the service ticket clearly indicates operator error and the school representative signs the ticket.") 7.

Proposed equipment in Sections 1, 2, and 3 must meet existing space requirements. See Attachment “A” for list of copiers at each location. Current space available is as follows for existing equipment: a. b. c.

8.

MP 33XX SERIES: 33ppm MP 6001: 60 ppm MP 9001: 90 ppm

Current pricing is as follows: MP171: MP33XX: MP6001: MP9001: MPC33XX

$34.68 $155.06 (avg) $484.24 $1,019.67 $224.00 (avg)

per month per month per month per month per month

(COLOR)

9.

Complete training of all operators must be included in proposal pricing. This includes any and all additional training as requested by the District. Contact names and telephone numbers for the purpose of scheduling the training sessions can be found in Attachment “B” 14-15 Phone List. Describe, in detail, the training plan you propose and attach a separate sheet titled “Training Plan”. See below three types of training. a.

b. c.

Initial training for a key operator of each copier which shall be provided after each copier is installed and will cover all operating features and troubles that can be cleared without calling in a technician. Subsequent years may require the training in only a few locations where personnel have changed. Initial training for all building personnel in “walk-up” operation. These sessions, of manageable size, shall be scheduled with building principals. Refresher training at each location at the beginning of each year, primarily for new personnel, in “walk-up” operation.

10.

The Lewisville Independent School District will issue annual Purchase Orders for each campus / location.

11.

The attached Pricing Sheet is used to set a minimum standard. Lewisville Independent School District does not want inferior substitute merchandise. Only NEW equipment will be acceptable for this RFP unless negotiation for recertified copiers is agreed upon. If you propose an equal and/or alternate product to the specifications, please clearly state brand name and include complete descriptive brochures (pictures, and detailed specifications of items being proposed) so that your proposal may be considered.

12.

Each bidder must provide an independent, third party document (i.e. Buyer’s Laboratory, Inc., etc.) to substantiate the proposed copier’s speed and ability to produce the requested monthly volume. Failure to provide proper information with the document may cause your item(s) to be eliminated from consideration.

13.

Technology: LISD will be networking all of the black and white and color copiers. Provide a “Print Screen” of the print driver interface for the proposed equipment. Postage drivers will not be required. LISD will be printing some specialized applications. Please state the network requirements for the following: a.

Operating Systems:

b.

Hardware Requirement: (1) Is networking hardware internal or external to proposed equipment? Internal: External: (2) Configuration of hardware:

c.

IP/LPR Capability:

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES – SPECIFICATIONS - page 8

d.

RFP #2393-15

Print Driver(s) Interface: Drivers must be able to support both MAC (iOS) and PC operating systems/platforms and provide printing functionality for both operating systems/platforms on all copiers provided. These are to be included and provided to the District at no additional cost or as add-ons.

14.

Additional Technology Requirements Copiers must have the following features and functionality:  1Gbit/s Network Port  IPv4 & IPv6 protocol support  Color Scanning  Scan to Email  Scan to Excel, Word, and PDF  Scan to FTP/Network Share  Scan to Fax Server (not normal faxing) – (no fax board is needed)  User/Department Codes  Locked Print Jobs  Windows 7, 8, 8.1, 2008, 2008R2, 2012, 2012R2 and Mac OS X, 10.7, 10.8, 10.9, 10.10 + Support  110v or 220v Power  PaperCut MF Embedded Support (Java App Support) [ACD-Inc may need to be consulted here]

15.

Do you have a Universal Driver for your copiers that can be used for all models of copiers provided? ____Yes ____No

16.

Do all your copiers include a card reader? ____Yes ____No If no, can they be outfitted with card readers and what is the cost per copier? ____Yes ____No Cost per card reader: $____________

17.

Upon LISD’s request to relocate a copier, awarded vendor will move the unit at no charge to the District. There will be no charges incurred for a technician’s visit following relocation.

18.

All copiers will have the capability to perform copy control functions allowing the campus to assign codes to different departments to monitor copier and paper usage. High Volume copiers must include batch capability (on board memory where someone can electronically send a job to copier and queue up for batch printing). All copiers proposed are required to have stapling, collating, and duplexing capability. Three hole punch is a requirement on the copiers replacing all copier types except the MP171 desktop copier. The desktop copier is to have duplexing capability. Regular, hardline faxing and finishing are not a requirement. The MP33xx series have the standard number of paper drawer. The MP6001’s and MP9001’s have an external set of paper drawers added to them.

19.

LISD requests the awarded vendor(s) have the capability of reporting copier count readings to a vendor website on a monthly basis. LISD will require access to the copier readings, service history and other relevant information for each copier located in the district. People requiring access will be a single campus contact person, Technology technician, and Purchasing person responsible for the copier contract. Does your company have this capability? Yes No

20.

What type of reports and reporting will be provided to the District? _____________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________

21.

Based on the reporting of copier count readings or other methods, LISD requests the awarded vendor(s) implement a process for automatic replenishment of toner to the individual campuses. The campus will retain the ability to place emergency orders for toner. Does your company have this capability? Yes No

22.

Pick up and removal of existing copiers will be done by RICOH USA, INC.

23.

Under no circumstances will there be removal charges at the end of the contract of three years or possible two (2) one year renewals or possible one (1) two year renewal. Any and all copiers removed are to be certified hard drive “data wiped” and certification is to be sent to the LISD Purchasing Department or District representative.

24.

Charges not specifically identified as part of the proposal will not be considered valid charges during the contract period.

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES - PRICING SHEET - 9

RFP #2393-15

***NEW***

***NEW*** copier pricing Pricing for all copiers must include unlimited copies, toner, staples, maintenance, parts, labor and all supplies, except paper. Item # SECTION 1 - HIGH-VOLUME COPIERS Pricing for Networked Equipment:

Qty

1

MP6001 or equivalent with large paper tray added

95

2

MP9001 or equivalent with large paper tray added

5

Brand Name

Model Number

Monthly Unit Price

Total

Section 1 - PRICE TOTAL SECTION 2 - MID-VOLUME COPIERS

3

Pricing for Networked Equipment:

Qty

MP3351SP/MP3352SP/MP3353SP

169

Brand Name

Model Number

Monthly Unit Price

Total

Section 2 - PRICE TOTAL SECTION 3 - COLOR COPIERS

4

Pricing for COMMUNICATIONS Networked Equipment: MPC3300 color copier or equivalent networked with Apple Talk and MicroSoft O/S

Qty

Brand Name

Model Number

Monthly Unit Price

Total

2

Pricing for DEPARTMENTAL Networked Equipment:

6

MPC3300/MPC3501/MPC3503

8 Section 3 - PRICE TOTAL

SECTION 4 - DESKTOP COPIERS Pricing for Equipment:

7

MP171

Qty 3

Brand Name

Model Number

Monthly Unit Price

Section 4 - PRICE TOTAL

Total

LEWISVILLE INDEPENDENT SCHOOL DISTRICT COPIER EQUIPMENT PRODUCTS AND SERVICES - PRICING SHEET - 10

RFP #2393-15

***RECERTIFIED***

8 9

***RECERTIFIED*** copier pricing Pricing for all copiers must include unlimited copies, toner, staples, maintenance, parts, labor and all supplies, except paper. SECTION 5 - HIGH-VOLUME COPIERS Monthly Unit Pricing for Networked Equipment: Qty Brand Name Model Number Price MP6001 or equivalent with large paper tray added 95 MP9001 or equivalent with large paper tray added 5 Section 1 - PRICE TOTAL

Total

SECTION 6 - MID-VOLUME COPIERS Pricing for Networked Equipment:

10 MP3351SP/MP3352SP/MP3353SP

Qty 169

Brand Name

Model Number

Monthly Unit Price

Total

Section 2 - PRICE TOTAL SECTION 7 - COLOR COPIERS Pricing for COMMUNICATIONS Networked Equipment: MPC3300 color copier or equivalent networked with Apple Talk and 11 MicroSoft O/S

Qty

Brand Name

Model Number

Monthly Unit Price

Total

2

Pricing for DEPARTMENTAL Networked Equipment:

12 MPC3300/MPC3501/MPC3503

8 Section 3 - PRICE TOTAL

SECTION 8 - DESKTOP COPIERS Pricing for Equipment:

13 MP171

Qty 3

Brand Name

Model Number

Monthly Unit Price

Section 4 - PRICE TOTAL SECTION 9 - OTHER PRODUCTS AND SERVICES PERCENT (%) DISCOUNT FROM YOUR CATALOG OR OTHER PRODCUTS AND SERVICES FOR ITEMS NOT LISTED ABOVE. PROVIDE SEPARATE SHEET IF NECESSARY

14 ______________ % (If 0%, please state 0)

Total

LEWISVILLE INDEPENDENT SCHOOL DISTRICT ATTACHMENT " A" COPIER EQUIPMENT PRODUCTS AND SERVICES - page 11

Site Accounts Payable Administration Copy Room Administration Copy Room Advanced Academic Placement Aquatic Center - The Colony Aquatic Center #1 ARAMARK/SODEXO Arbor Creek Middle School Arbor Creek Middle School Arbor Creek Middle School Arbor Creek Middle School Assessment & Accountability Assessment & Accountability Athletic Office Athletic Office Benefits/Insurance Bluebonnet Elementary Bluebonnet Elementary Briarhill Middle School Briarhill Middle School Briarhill Middle School Briarhill Middle School Briarhill Middle School Bridlewood Elementary Bridlewood Elementary Budget Camey Elementary Camey Elementary Campus Support Services Career Center East Career Center East Castle Hills Elementary Castle Hills Elementary Central Elementary Central Elementary Central Elementary College Street Elementary College Street Elementary Communications Coyote Ridge Elementary Coyote Ridge Elementary Creek Valley Middle School Creek Valley Middle School Creek Valley Middle School Creek Valley Middle School Creekside Elementary Creekside Elementary Curriculum Rm201 Curriculum Rm212 Curriculum Rm225 Curriculum Rm225 Degan Elementary Degan Elementary DeLay Middle School DeLay Middle School DeLay Middle School DeLay Middle School Distribution Center DJCC

Ship to Address 1565 W MAIN ST 1800 TIMBER CREEK RD 1800 TIMBER CREEK RD 1565 W MAIN ST 5729 MEMORIAL DR 1778 TIMBER CREEK RD 247 W MAIN ST 2109 ARBOR CREEK DR 2109 ARBOR CREEK DR 2109 ARBOR CREEK DR 2109 ARBOR CREEK DR 900 S MILL ST 900 S MILL ST 1096 W MAIN ST 1096 W MAIN ST 1800 TIMBER CREEK RD 2000 SPINKS RD 2000 SPINKS RD 2100 BRIARHILL BLVD 2100 BRIARHILL BLVD 2100 BRIARHILL BLVD 2100 BRIARHILL BLVD 2100 BRIARHILL BLVD 4901 REMINGTON PARK DR 4901 REMINGTON PARK DR 1565 W MAIN ST 4949 ARBOR GLEN RD 4949 ARBOR GLEN RD 701 S CHARLES ST 2553 PARKER RD 2553 PARKER RD 1025 HOLY GRAIL DR 1025 HOLY GRAIL DR 400 HIGH SCHOOL DR 400 HIGH SCHOOL DR 400 HIGH SCHOOL DR 350 W COLLEGE ST 350 W COLLEGE ST 1800 TIMBER CREEK RD 4520 MAUMEE DR 4520 MAUMEE DR 4109 CREEK VALLEY BLVD 4109 CREEK VALLEY BLVD 4109 CREEK VALLEY BLVD 4109 CREEK VALLEY BLVD 901 VALLEY VIEW DR 901 VALLEY VIEW DR 1800 TIMBER CREEK RD 1800 TIMBER CREEK RD 1800 TIMBER CREEK RD 1800 TIMBER CREEK RD 1680 COLLEGE PKWY 1680 COLLEGE PKWY 2103 SAVAGE LN 2103 SAVAGE LN 2103 SAVAGE LN 2103 SAVAGE LN 601 E PURNELL RD 1597 S EDMONDS LN

RFP #2393-15

City LEWISVILLE FLOWER MOUND FLOWER MOUND LEWISVILLE THE COLONY FLOWER MOUND LEWISVILLE CARROLLTON CARROLLTON CARROLLTON CARROLLTON LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE FLOWER MOUND FLOWER MOUND FLOWER MOUND HIGHLAND VILLAGE HIGHLAND VILLAGE HIGHLAND VILLAGE HIGHLAND VILLAGE HIGHLAND VILLAGE FLOWER MOUND FLOWER MOUND LEWISVILLE THE COLONY THE COLONY LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE FLOWER MOUND CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON LEWISVILLE LEWISVILLE FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE

Zip 75067 75028 75028 75067 75056 75028 75057 75010 75010 75010 75010 75057 75057 75067 75067 75028 75028 75028 75077 75077 75077 75077 75077 75028 75028 75067 75056 75056 75057 75056 75056 75056 75056 75057 75057 75057 75057 75057 75028 75010 75010 75010 75010 75010 75010 75067 75067 75028 75028 75028 75028 75077 75077 75057 75057 75057 75057 75057 75067

Model MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP MPC3300 MP3351SP AFMP6001 MP3351SP MP3351SP MP3351SP AFMP6001 MP3351SP MP3351SP MP3351SP MP3351SP AFMP6001 MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP MP3352SP AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP MPC3503 AFMP6001 MP3351SP AFMP6001 MP3351SP AFMP6001 AFMP6001 MP3351SP AFMP6001 MP3351SP MPC3300 AFMP6001 MP3351SP AFMP6001 MP171 MP3351SP MP3351SP AFMP6001 MP3351SP MP3351SP MP3351SP AFMP6001 MPC3501 AFMP6001 MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP MP3351SP AFMP6001

AMV 5,542 11,992 6,637 7,074 3,012 1,548 9,191 181,593 7,074 16,016 7,536 11,422 1,777 3,229 5,916 4,658 67,379 6,180 73,759 61,113 4,302 11,327 5,027 90,474 14,346 1,647 57,819 7,066 7,168 24,068 3,583 102,463 3,185 54,231 58,822 2,341 55,777 3,780 2,030 118,846 4,673 86,088 13,904 6,750 10,349 79,233 6,048 6,230 3,893 28,718 20,254 86,324 6,513 76,890 97,640 17,936 3,958 12,726 20,437

LEWISVILLE INDEPENDENT SCHOOL DISTRICT ATTACHMENT " A" COPIER EQUIPMENT PRODUCTS AND SERVICES - page 12

Site Donald Elementary Donald Elementary Downing Middle School Downing Middle School Downing Middle School Durham Middle School Durham Middle School Durham Middle School Employee Relations Rm137 Ethridge Elementary Ethridge Elementary Extended School Day Facility Services Facility Services Facility Services Finance Fine Arts Flower Mound Elementary Flower Mound Elementary Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School Flower Mound High School - 9th Grade Campus Flower Mound High School - 9th Grade Campus Flower Mound High School - 9th Grade Campus Forest Vista Elementary Forest Vista Elementary Forestwood Middle School Forestwood Middle School Forestwood Middle School Garden Ridge Elementary Garden Ridge Elementary Griffin Middle School Griffin Middle School Griffin Middle School Hebron High School Hebron High School Hebron High School Hebron High School Hebron High School Hebron High School Hebron High School Hebron High School Hebron High School

Ship to Address 2400 FOREST VISTA DR 2400 FOREST VISTA DR 5555 BRIDLEWOOD BLVD 5555 BRIDLEWOOD BLVD 5555 BRIDLEWOOD BLVD 2075 S EDMONDS LN 2075 S EDMONDS LN 2075 S EDMONDS LN 1800 TIMBER CREEK RD 6001 ETHRIDGE DR 6001 ETHRIDGE DR 701 S CHARLES ST 340 LAKE HAVEN DR 340 LAKE HAVEN DR 340 LAKE HAVEN DR 1565 W MAIN ST 1565 W MAIN ST 4101 CHURCHILL DR 4101 CHURCHILL DR 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411 PETERS COLONY RD 3411B PETERS COLONY RD 3411B PETERS COLONY RD 3411B PETERS COLONY RD 900 FOREST VISTA DR 900 FOREST VISTA DR 2810 MORRISS RD 2810 MORRISS RD 2810 MORRISS RD 2220 S GARDEN RIDGE BLVD 2220 S GARDEN RIDGE BLVD 5105 N COLONY BLVD 5105 N COLONY BLVD 5105 N COLONY BLVD 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY

RFP #2393-15

City FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE FLOWER MOUND THE COLONY THE COLONY LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND THE COLONY THE COLONY THE COLONY CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON

Zip 75028 75028 75028 75028 75028 75067 75067 75067 75028 75056 75056 75057 75057 75057 75057 75067 75067 75028 75028 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75022 75028 75028 75028 75028 75028 75028 75028 75056 75056 75056 75010 75010 75010 75010 75010 75010 75010 75010 75010

Model AFMP6001 MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP MP3351SP MP3351SP AFMP6001 MP3351SP MP3351SP MP3351SP MP3351SP MPC3300 MPC3501 MP3351SP AFMP6001 MP3351SP AFMP6001 AFMP6001 AFMP6001 MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP AFMP6001-RM MP3351SP-RM MP3351SP-RM AFMP6001 MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 AFMP6001 AFMP6001 MP171 MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP

AMV 82,464 4,049 109,797 13,268 6,971 123,783 12,993 10,375 1,594 62,000 8,327 7,657 3,341 2,584 4,643 1,322 3,046 66,572 8,596 176,291 125,641 165,691 1,467 7,013 36,073 7,628 27,452 6,543 8,170 36,767 15,048 21,650 30,044 8,134 13,493 12,547 5,058

63,584 2,163 128,382 14,085 4,710 86,290 4,614 76,128 5,121 3,029 119,162 179,767 146,991 1,914 12,359 21,959 5,873 12,179 3,645

LEWISVILLE INDEPENDENT SCHOOL DISTRICT ATTACHMENT " A" COPIER EQUIPMENT PRODUCTS AND SERVICES - page 13

Site Hebron High School Hebron High School Hebron High School Hebron High School Hebron High School Hebron High School Hebron High School - 9th Grade Campus Hebron High School - 9th Grade Campus Hebron High School - 9th Grade Campus Hebron Valley Elementary Hebron Valley Elementary Hedrick Elementary Hedrick Elementary Hedrick Elementary Hedrick Middle School Hedrick Middle School Hedrick Middle School Heritage Elementary Heritage Elementary Hicks Elementary Hicks Elementary Highland Village Elementary Highland Village Elementary Homestead Elementary Homestead Elementary Huffines Middle School Huffines Middle School Huffines Middle School Huffines Middle School Human Resource Services Human Resources Independence Elementary Independence Elementary Indian Creek Elementary Indian Creek Elementary Killian Middle School Killian Middle School Killian Middle School Lakeland Elementary Lakeland Elementary Lakeland Elementary Lakeview Middle School Lakeview Middle School Lakeview Middle School Lakeview Middle School Lamar Middle School Lamar Middle School Lamar Middle School Learning & Teaching Lewisville Elementary Lewisville Elementary Lewisville High School Lewisville High School Lewisville High School Lewisville High School Lewisville High School Lewisville High School Lewisville High School Lewisville High School

Ship to Address 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4207 PLANO PKWY 4211 PLANO PKWY 4211 PLANO PKWY 4211 PLANO PKWY 4108 CREEK VALLEY BLVD 4108 CREEK VALLEY BLVD 1532 BELLAIRE BLVD 1532 BELLAIRE BLVD 1532 BELLAIRE BLVD 1526 BELLAIRE BLVD 1526 BELLAIRE BLVD 1526 BELLAIRE BLVD 100 BARNETT DR 100 BARNETT DR 3651 COMPASS DR 3651 COMPASS DR 301 BRAZOS BLVD 301 BRAZOS BLVD 1830 E BRANCH HOLLOW DR 1830 E BRANCH HOLLOW DR 1440 N VALLEY PKWY 1440 N VALLEY PKWY 1440 N VALLEY PKWY 1440 N VALLEY PKWY 1800 TIMBER CREEK RD 1800 TIMBER CREEK RD 2511 WINDHAVEN PKWY 2511 WINDHAVEN PKWY 2050 ARBOR CREEK DR 2050 ARBOR CREEK DR 2561 PARKER RD 2561 PARKER RD 2561 PARKER RD 800 FOX AVE 800 FOX AVE 800 FOX AVE 4300 KEYS DR 4300 KEYS DR 4300 KEYS DR 4300 KEYS DR 4000 TIMBER CREEK RD 4000 TIMBER CREEK RD 4000 TIMBER CREEK RD 400 W MAIN ST 285 COUNTRY RDG 285 COUNTRY RDG 1098 W MAIN ST 1098 W MAIN ST 1098 W MAIN ST 1098 W MAIN ST 1098 W MAIN ST 1098 W MAIN ST 1098 W MAIN ST 1098 W MAIN ST

RFP #2393-15

City CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON CARROLLTON LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE HIGHLAND VILLAGE HIGHLAND VILLAGE FRISCO FRISCO HIGHLAND VILLAGE HIGHLAND VILLAGE CARROLLTON CARROLLTON LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE FLOWER MOUND FLOWER MOUND LEWISVILLE LEWISVILLE CARROLLTON CARROLLTON LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE THE COLONY THE COLONY THE COLONY THE COLONY FLOWER MOUND FLOWER MOUND FLOWER MOUND LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE

Zip 75010 75010 75010 75010 75010 75010 75010 75010 75010 75010 75010 75067 75067 75067 75067 75067 75067 75077 75077 75034 75034 75077 75077 75007 75007 75077 75077 75077 75077 75028 75028 75056 75056 75010 75010 75056 75056 75056 75067 75067 75067 75056 75056 75056 75056 75028 75028 75028 75057 75067 75067 75067 75067 75067 75067 75067 75067 75067 75067

Model MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP AFMP6001 AFMP6001 MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP MP3352SP MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP MP3351SP MPC3503 AFMP6001 MP3351SP AFMP6001 AFMP9001 AFMP9001 MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP

AMV 12,178 13,360 4,020 4,312 9,427 6,002 82,489 107,859 3,619 100,193 7,790 68,271 22,517 8,242 106,064 5,428 3,193 123,335 6,581 94,768 18,067 56,030 6,420 95,308 6,232 84,717 86,456 8,195 6,082 3,996 3,041 98,882 8,682 76,544 5,488 85,609 2,700 6,928 105,797 8,146 25,096 55,280 44,902 9,811 7,288 117,023 7,146 19,073 8,195 83,318 6,671 80,140 140,133 97,786 3,868 3,915 5,114 3,960 3,993

LEWISVILLE INDEPENDENT SCHOOL DISTRICT ATTACHMENT " A" COPIER EQUIPMENT PRODUCTS AND SERVICES - page 14

Site Lewisville High School - Harmon Lewisville High School - Harmon Lewisville High School - Harmon Lewisville High School - Harmon Lewisville High School - Harmon Lewisville High School - Killough Lewisville High School - Killough Lewisville High School - Killough Lewisville High School - Killough Lewisville High School - Killough Lewisville Learning Center A202 Lewisville Learning Center Counselor Lewisville Learning Center Office Lewisville Learning Center Workroom Liberty Elementary Liberty Elementary Lillie J Jackson Early Childhood Lillie J Jackson Early Childhood Marcus High School Marcus High School Marcus High School Marcus High School Marcus High School Marcus High School Marcus High School Marcus High School Marcus High School Marcus High School Marcus High School Marcus High School - 9th Grade Campus Marcus High School - 9th Grade Campus Marcus High School - 9th Grade Campus Marcus High School - 9th Grade Campus McAuliffe Elementary McAuliffe Elementary McKamy Middle School McKamy Middle School McKamy Middle School McKamy Middle School Morningside Elementary Morningside Elementary New Construction Niche Old Settlers Elementary Old Settlers Elementary Operations (COO) Owen Elementary Owen Elementary Para Professional Office Parkway Elementary Parkway Elementary Payroll Peters Colony Elementary Peters Colony Elementary Polser Elementary Polser Elementary Prairie Trail Elementary Prairie Trail Elementary Prairie Trail Elementary

Ship to Address 1250 FM 3040 1250 FM 3040 1250 FM 3040 1250 FM 3040 1250 FM 3040 1301 SUMMIT AVE 1301 SUMMIT AVE 1301 SUMMIT AVE 1301 SUMMIT AVE 1301 SUMMIT AVE 1601 S EDMONDS LN 1601 S EDMONDS LN 1601 S EDMONDS LN 1601 S EDMONDS LN 4600 QUAIL RUN 4600 QUAIL RUN 1651 S VALLEY PKWY 1651 S VALLEY PKWY 5707 MORRISS RD 5707 MORRISS RD 5707 MORRISS RD 5707 MORRISS RD 5707 MORRISS RD 5707 MORRISS RD 5707 MORRISS RD 5707 MORRISS RD 5707 MORRISS RD 5707 MORRISS RD 5707 MORRISS RD 5707A MORRISS RD 5707A MORRISS RD 5707A MORRISS RD 5707A MORRISS RD 2300 BRIARHILL BLVD 2300 BRIARHILL BLVD 2401 OLD SETTLERS RD 2401 OLD SETTLERS RD 2401 OLD SETTLERS RD 2401 OLD SETTLERS RD 6350 PAIGE RD 6350 PAIGE RD 1597 S EDMONDS LN 1565 W MAIN ST 2525 OLD SETTLERS RD 2525 OLD SETTLERS RD 1565 W MAIN ST 5640 SQUIRES DR 5640 SQUIRES DR 1800 TIMBER CREEK RD 2100 S VALLEY PKWY 2100 S VALLEY PKWY 1565 W MAIN ST 5101 NASH DR 5101 NASH DR 1520 POLSER RD 1520 POLSER RD 5555 TIMBER CREEK RD 5555 TIMBER CREEK RD 5555 TIMBER CREEK RD

RFP #2393-15

City LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE FLOWER MOUND FLOWER MOUND LEWISVILLE LEWISVILLE FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND HIGHLAND VILLAGE HIGHLAND VILLAGE FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND THE COLONY THE COLONY LEWISVILLE LEWISVILLE FLOWER MOUND FLOWER MOUND LEWISVILLE THE COLONY THE COLONY FLOWER MOUND LEWISVILLE LEWISVILLE LEWISVILLE THE COLONY THE COLONY CARROLLTON CARROLLTON FLOWER MOUND FLOWER MOUND FLOWER MOUND

Zip 75067 75067 75067 75067 75067 75077 75077 75077 75077 75077 75067 75067 75067 75067 75022 75022 75067 75067 75028 75028 75028 75028 75028 75028 75028 75028 75028 75028 75028 75028 75028 75028 75028 75077 75077 75022 75022 75022 75022 75056 75056 75067 75067 75022 75022 75067 75056 75056 75028 75067 75067 75067 75056 75056 75010 75010 75028 75028 75028

Model AFMP6001 AFMP6001 AFMP6001SP MP3351SP MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP AFMP6001 AFMP6001 MP3351SP AFMP6001 MP3351SP AFMP6001 AFMP6001 AFMP9001 MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP AFMP6001-RM MP3351SP-RM MP3351SP-RM MP3351SP-RM AFMP6001 MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP MPC3501 MP3351SP AFMP6001 MP3351SP MPC3300 AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP MP3351SP

AMV 88,274 92,074 89,815 9,273 19,875 92,255 124,962 10,221 19,378 25,450 10,340 3,399 5,607 67,134 86,716 12,030 26,152 6,032 181,658 152,075 226,394 3,489 9,261 23,694 8,021 10,367 3,014 18,353 2,814

96,490 5,515 121,289 111,904 9,824 5,688 53,817 4,854 2,736 4,573 95,583 6,122 2,635 74,557 18,280 3,910 92,910 6,936 10,443 125,347 18,210 69,091 6,194 133,715 11,223 8,005

LEWISVILLE INDEPENDENT SCHOOL DISTRICT ATTACHMENT " A" COPIER EQUIPMENT PRODUCTS AND SERVICES - page 15

Site Purchasing Rockbrook Elementary Rockbrook Elementary Rockbrook Elementary Shadow Ridge Middle School Shadow Ridge Middle School Shadow Ridge Middle School Shadow Ridge Middle School Southridge Elementary Southridge Elementary Special Education Special Education Special Education Special Education Special Education Staff Development Stewart's Creek Elementary Stewart's Creek Elementary Student Services Student Services Secondary Language Student Services Workroom Superintendent Technology Textbook Warehouse The Colony High School The Colony High School The Colony High School The Colony High School The Colony High School The Colony High School The Colony High School The Colony High School The Colony High School The Colony High School The Colony High School Timber Creek Elementary Timber Creek Elementary Timber Creek Elementary Valley Ridge Elementary Valley Ridge Elementary Vickery Elementary Vickery Elementary Wellington Elementary Wellington Elementary Wellington Elementary Westside Aquatic Center - Natatorium

Ship to Address 1565 W MAIN ST 2751 ROCKBROOK DR 2751 ROCKBROOK DR 2751 ROCKBROOK DR 2050 ABERDEEN DR 2050 ABERDEEN DR 2050 ABERDEEN DR 2050 ABERDEEN DR 495 W CORPORATE DR 495 W CORPORATE DR 136 W PURNELL RD 136 W PURNELL RD 136 W PURNELL RD 136 W PURNELL RD 136 W PURNELL RD 1565 W MAIN ST 4431 AUGUSTA ST 4431 AUGUSTA ST 400 W MAIN ST 400 W MAIN ST 400 W MAIN ST 1800 TIMBER CREEK RD 1565 W MAIN ST 901 S MILL ST 4301 BLAIR OAKS DR 4301 BLAIR OAKS DR 4301 BLAIR OAKS DR 4301 BLAIR OAKS DR 4301 BLAIR OAKS DR 4301 BLAIR OAKS DR 4301 BLAIR OAKS DR 4301 BLAIR OAKS DR 4301 BLAIR OAKS DR 4301 BLAIR OAKS DR 4301B COUGAR ALLEY 1900 TIMBER CREEK RD 1900 TIMBER CREEK RD 1900 TIMBER CREEK RD 1604 N GARDEN RIDGE BLVD 1604 N GARDEN RIDGE BLVD 3301 WAGER DR 3301 WAGER DR 3900 KENWOOD DR 3900 KENWOOD DR 3900 KENWOOD DR 1750 DUNCAN LN

RFP #2393-15

City LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE LEWISVILLE THE COLONY THE COLONY LEWISVILLE LEWISVILLE LEWISVILLE FLOWER MOUND LEWISVILLE LEWISVILLE THE COLONY THE COLONY THE COLONY THE COLONY THE COLONY THE COLONY THE COLONY THE COLONY THE COLONY THE COLONY THE COLONY FLOWER MOUND FLOWER MOUND FLOWER MOUND LEWISVILLE LEWISVILLE FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND FLOWER MOUND LEWISVILLE

Zip 75067 75067 75067 75067 75028 75028 75028 75028 75067 75067 75057 75057 75057 75057 75057 75067 75056 75056 75057 75057 75057 75028 75067 75057 75056 75056 75056 75056 75056 75056 75056 75056 75056 75056 75056 75028 75028 75028 75077 75077 75028 75028 75022 75022 75022 75067

Model MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP MP3351SP AFMP6001 AFMP6001 MP3351SP MP3351SP AFMP6001 AFMP6001 MPC3300 AFMP6001 MP3351SP AFMP9001 AFMP9001 MP171 MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP MP3351SP AFMP6001 MP3351SP MP3351SP AFMP6001 MP3351SP AFMP6001 MP3351SP AFMP6001 AFMP6001 MP3351SP MP3353SP

AMV 7,660 89,578 6,978 25,576 134,432 85,851 4,558 6,089 75,294 4,855 19,372 23,041 4,488 3,847 22,486 19,093 53,503 6,994 2,153 14,714 5,860 3,709 13,965 6,818 168,875 145,068 3,714 5,811 6,665 23,817 5,006 4,356 15,296 2,615 1,474 56,931 3,386 16,128 114,089 9,322 94,506 12,413 81,432 56,891 8,079 7,067