Check the "Contract Updates for the Week"

Click here for piggybacking data form

NETWORKED HIGH SPEED COPIER/PRINTER FOR HUMANITIES COPY CENTER

(contract last updated 08/06/2013)

SCOPE: Contract for the College of Letters and Science, Humanities Copy Center for a Network Connected Digital high Speed Copier/Printer.

The Letters and Science copy centers are production copy centers.  To learn more about the department and the work that they do please visit http://www.ls.wisc.edu/copycenters/.


RESTRICTIONS FOR UW-MADISON USERS:
State procurement policies require UW Graphic Approval Committee and DOA approval prior to the purchase or lease of the equipment on this contract.  Please review the policy (PPP #4-Exceptions/ Approvals/ Special Handling) www.bussvc.wisc.edu/purch/ppp4.html regarding special approvals for graphic equipment and contact Purchasing Services prior to making any arrangements with the Contractor.
CONTRACT # DESCRIPTION
11-5294 ETWORKED HIGH SPEED COPIER/PRINTER FOR HUMANITIES COPY CENTER
CONTRACT ORIGIN: ADDITIONAL INFORMATION:
UW-Madison
Purchasing Services
21 N Park St, Ste 6101
Madison, WI 53715-1218
UW-Madison users contact:
Andy Richardson
(608) 890-2422 / FAX (608) 262-4467
arichardson@bussvc.wisc.edu
 

Non-UW-Madison users contact: Vendor Representative

COOPERATIVE PURCHASING: YES
CONTRACT TERM: November 1, 2010 through October 31, 2011, with automatic renewal extensions to October 31, 2014, unless amended, cancelled or rebid.

Manufacturer: RICOH
Vendor(s)
139404
Ricoh USA Inc
2601 Crossroads  Dr  Ste 105
Madison  WI  53718
     
Sales Representative: PHONE # FAX #
Patrick Condon 608-240-3560 608-240-3565
E-mail Patrick.Condon@ricoh-usa.com
  PHONE # FAX #
Ordering/Expediting: 608-240-3560 608-240-3565
Invoice Information: 608-240-3560 608-240-3565
Returns: 608-240-3560 608-240-3565
Supplier Diversity Reporting: 262-785-5213 608-241-8745
Website: www.ricoh-usa.com
Commodity Code 600-38
600-42
600-46
600-47
600-72
985-26
985-27
Federal Employee ID # (FEIN) 23-0334400
F.O.B. “D” F.O.B. DESTINATION, FREIGHT PREPAID AND ALLOWED
“I” F.O.B. DESTINATION FREIGHT PREPAID INCLUDED AND INSTALLED
“V” F.O.B. SERVICE/MAINTENANCE
Terms: N/30
Invoicing: Invoices shall reflect contract pricing.
Warranty Period: The University reserves the right to require replacement, for poor performance, of equipment anytime during the contract period.  If there is a disagreement between the department and the Contractor, Purchasing will be the final authority.
Orders: E-mail, Fax, Mail, Phone
Pricing Information: SEE BELOW
LOT 1A - Black & White Copier PURCHASE
Manufacturer
Model/Catalog#
Purchase Price
Maintenance Cost
Per Copy
Ricoh
Pro 1357EX
$46,418.49
$0.0048
LOT 1B - Black & White Copier 48 MONTH LEASE
Manufacturer
Model/Catalog#
Monthly Lease Cost
(48 month)
Maintenance Cost
Per Copy

Ricoh

Pro 1357EX

 $      1,154.89

 $  0.0048

LOT 2A - Color Copier PURCHASE
Manufacturer
Model/Catalog#
Purchase Price
Maintenance Cost
Per Copy
B&W
Maintenance Cost
Per Copy
Color
Ricoh
Pro C900S
$91,874.00

 $  0.0080

 $  0.0470

LOT 2B - Color Copier 48 MONTH LEASE
Manufacturer
Model/Catalog#
Monthly Lease Cost
(48 month)
Maint Cost
Per Copy
B&W
Maint Cost
Per Copy
Color
Ricoh
Pro C900S
$2,285.83

 $  0.0080

 $  0.0470

SPECIFICATIONS

1.        Machine Evaluation
The University will evaluate the performance of newly installed machines within 30 calendar days after installation.  If there are no problems with the newly installed machine, the Authorized User is required to pay for the machine within the time limits set by State Statute.  However, if the Authorized User is experiencing problems with the machine, the Authorized User need not pay for the machine until the problems have been resolved.  If machine performance is unacceptable or if the machine is not capable of handling the copy/print volume specified, the Contractor agrees to either provide a new replacement machine at no added cost or to cancel the purchase agreement for that location.  If the new replacement machine has unacceptable performance or is not capable of handling the volume the Authorized User may return the machine and cancel the Purchase Order.  Purchasing is the sole judge of what is acceptable machine performance.

2.        Response Time
The Contractor must respond to all service calls by having a service technician on-site within four (4) hours.

           The Contractor must respond to all sales and general communications no later than the next business day.

3.        Performance Guarantee
The University requires an UP TIME GUARANTEE on the equipment of at least 95% during every calendar month.  Downtime is calculated from the time the Department places the call, and ends when the machine is up and running, and is based on the machine being inoperative, the copies/pages made are unusable, or, a major feature is not usable (i.e. document feeder, auto duplexing, finisher). The University is the sole judge of what is considered downtime.  (A calendar month consists of normal business hours Monday through Friday; Wisconsin legal holidays accepted which means there are 8.7 working hours of downtime allowed each month on average.)  If the equipment fails to meet this 95% up time requirement for one month, the University may require the Contractor to do a like-for-like replacement of that equipment.  If, within 90 days after installation, the replacement equipment also fails to live up to the 95% performance guarantee, the Contract may be cancelled for that equipment and the Contractor will be required to remove their equipment. If a purchased equipment does not meet this 95% Up-time requirement during a month, the Contractor may be asked to give a credit to the University against the maintenance invoice for the machine in question (Example:  If equipment is operational 80% of the time during a given month, then the downtime credit will be 20% of the monthly invoice cost.  If the up time is 95% or greater, then no credit is required).  Also, the University requires that the "Up Time Guarantee" remain in force for as long as the Department maintains a continuous maintenance agreement with the Contractor.

4.        New Equipment:  Only new equipment shall be furnished under this Contract.  Machines listed as “Factory Produced New Model Equipment” are not considered to be “new”.

5.      Training and Technical Assistance
Bidders must have staff able to provide technical assistance and training to State agencies at any location, including problem solving, machine operation, etc.  Bidders must have ready access to manufacturers' technical resources for problems that are beyond the ability of the Bidder’s sales service staff.  An operator training program must be provided by the Contractor.  Following installation, a primary operator and back-up operator must be trained for each location.  It is required that this training be done on-site.  If the State is to be charged for the cost of training, this cost must be included in the quoted unit costs.  Additional training sessions may be required by an Authorized User.  Contractors must furnish technical assistance in the operation and maintenance of machines on request.  Such assistance shall be available within 24 hours and without additional cost.  Contractors are required to furnish descriptive literature of all their awarded model(s) to any Authorized User that requests it.  Descriptive literature must be sent to the Authorized User within 24 hours after a request is made.

6.       Warranty Period: 
The University reserves the right to require replacement, for poor performance, of equipment anytime during the contract period.  If there is a disagreement between the department and the Contractor, Purchasing will be the final authority.

7.        Removal at the End of the Contract Period for Leased Equipment
Contractor is required to remove leased equipment no later than 2 calendar weeks after the lease Contract is completed, or, by whatever schedule is agreed to between the Contractor and the Department.  If the equipment has not been removed at the end of 60 days the University may dispose of the machine any way they wish to and charge the contractor actual costs incurred to have the equipment removed.

8.        Record and Audit

           The Contractor shall establish, maintain, report as needed, and submit upon request records of all transactions conducted under the contract.  All records must be kept in accordance with generally accepted accounting procedures.  All procedures must be in accordance with federal, State of Wisconsin and local ordinances. 

           The University shall have the right to audit, review, examine, copy, and transcribe any pertinent records or documents held by the Contractor related to this contract.  The Contractor shall retain all applicable documents for a period of not less than five years after the final contract payment is made.  The University reserves the right to inspect any facilities used to support this Contract.

9.        Severability

           If any provision of this contract shall be, or shall be adjudged to be, unlawful or contrary to public policy, then that provision shall be deemed to be null and separable from the remaining provisions, and shall in no way affect the validity of this contract.

10.      Subcontracting:
10.1       Any Contract resulting from this proposal shall not be, in whole or in part, subcontracted, assigned, or otherwise transferred to any Subcontractor without prior written approval by Purchasing. Upon request Contractor must provide Subcontractor’s complete contact information including EIN# (TIN#, SS#) and signed W-9 form.

10.2       The Contractor shall be directly responsible for any subcontractor's performance and work quality when used by the Contractor to carry out the scope of the job. University reserves the right to assess Contractor Liquidated Damages in excess of the contract amount for Subcontractor’s failure to perform or inability to complete required project milestones.

10.3       Subcontractors must abide by all terms and conditions under this Contract.

10.4       If Subcontractors are to be used, the Contractor must clearly explain their participation, deliverables, and project milestones prior to commencing work.

11.      Employee Identification:
All Contractor’s employees, while working on University property, must wear a clearly displayed photo identification badge or uniform showing name of employee and/or company represented.  Any identification must be provided by the Contractor at the Contractor’s cost. Badges must be available but will not be required to be worn when protective clothing and respiratory protection is required.

12.      Electrical Connections, Surge Protectors and Telephone Lines
Any special wiring for electrical, telephone, or computer hookup is the responsibility of the University to supply and pay for.  It is required that all machines come equipped with an External surge protector to protect their telephone and electronic components; this is in addition to any internal surge protector.  Surge protectors must come with a minimum five year manufacturer’s warranty stating the surge protector will be replaced free of charge if it fails, and the manufacturer must repair or replace any machine damaged by power surges when properly connected to the surge protector. 

13.     Samples and Evaluation:
For each machine bid, Bidders must submit two (2) sets of samples printed from the proposed copier machine. The University will supply the sample files and the paper at the Site Visit  (per Section 3.4).  Samples will be used to qualify the bidders based on the following criteria:  density of solids, clarity of screens, uniformity of screens, uniformity of solids, detail comparison of photos, overall print quality comparison.  All samples provided will become the property of the University.

14.     Removal and Disposal of Xerox Doc12 Color Copier
The award for Lot 2 includes the removal and responsible disposal and/or recycling of a University owned Xerox Doc12 color copier at no additional cost upon the purchase or new lease of the Lot 2 machine.  The removal of the Xerox Doc12 must occur on the same day as the installation of the color copier awarded in Lot 2, unless other arrangements have been made in advance and are agreeable to the Department. 

           Contractor for Lot 2 agrees to dispose of the Xerox Doc12 machine according to the standards of Wisconsin Act 50 (http://www.legis.state.wi.us/2009/data/acts/09Act50.pdf).   

15.      Removal and Disposal of Other University Owned Equipment  
Whether or not the equipment is their own brand, Contractors are required to pick up and dispose of University owned equipment according to the standards of Wisconsin Act 50 (http://www.legis.state.wi.us/2009/data/acts/09Act50.pdf).  This will be at no charge upon placement of a new machine purchased or leased under this contract.

16.      Security
For any equipment purchased, leased or replaced for new under this contract, the Contractor must provide written verification that the hard drive has been cleansed prior to the removal of the equipment from the Departments premises.  If it is technologically impossible to cleanse the hard drive or the Department requests to secure the hard drive, the Contractor must remove the hard drive prior to removing the equipment and leave it with the agency, at no charge. 

           Contractor agrees to comply with all applicable Wisconsin laws that require the notification of individuals in the event of unauthorized release of personally-identifiable information (PII) or other event requiring notification.  In the event of a breach of any of Contractor’s security obligations or other event requiring notification under applicable Wisconsin law, Contractor agrees to assume responsibility for informing all such individuals in accordance with applicable Wisconsin law, and to indemnify, hold harmless and defend the Board of Regents of the University of Wisconsin System, officers, agents and employees from and against any claims, damages, or other harm related to such Notification Event.

17.       Consumables/Supplies                                                            
           Supplies for copiers/MFDs must be furnished to the location designated by the department on a periodic basis and will include all shipping and handling as part of the maintenance cost.  The department will take reasonable steps to safeguard supplies from loss or misapplication.  Contractors must deliver supplies as soon as possible after they are requested.  Also, a minimum of four (4) weeks worth of supplies will be delivered at one time.  Failure to promptly deliver supplies may be grounds for cancellation of the order and/or subsequent cancellation of the Contract.  Staples and wire spools for finishers are included in the per copy maintenance cost.  All supplies must be Original Equipment Manufacturer (OEM) supplies.

SPECIFICATIONS
LOT 1:  Black and White High Speed Copier/Printer

A.

MINIMUM REQUIREMENTS OF EQUIPMENT

1.

Copy / print at least 100 ppm for 8.5 x 11

2.

Copy / print at least 50 ppm for 11 x17.

3.

350,000 copies/month average (500,000 copies/month during peak months about twice per year)

4.

Scan speed at least 80 ppm (B&W) for simplex.

5.

Scan resolution 600x600 dpi B&W and color.

6.

Scan to TIFF, PDF, or multi-page TIFF

7.

Scan to hard drive for print on demand

8.

Automatic document feeder with 250 sheet duplex capacity or capable of job build to accommodate larger amounts of originals.

9.

Feed paper weights of 52-300 GSM (varies per tray)

10.

At least 6 paper trays for imaging including: 1 high capacity tray (minimum of 2,000 sheets), 2 universal trays to handle 11x17, and 1 to handle tab stock and 80# cover stock.

11.

Automatic ordered stock recovery after jam clearance

12.

Post process inserter tray.

13.

Booklet making capability with capacity of folding and saddle stitching 15 sheets.

14.

Online stapling of up to 100 sheets of 20# bond.

15.

Two position stapling.

16.

2 and 3 hole punch

17.

Capable of running recycled fiber paper.

18.

Job interrupt.

19.

Sample set feature.

20.

Reduce/enlarge 25% to 400%, independent margin shift, variable edge erase, automatic image centering, rotate side 2 features.

21.

Build job feature with all features programmable by section (i.e. margin shift, edge trim, reduction, exposure) utilizing all paper trays.

22.

Capable of unloading/loading stock while running.

23.

Print output resolution: minimum of 1200 x 1200.

24.

Output capacity of at least 2,000 sheets

25.

Halftone reproduction 256 gradations.

26.

One click charge per copy including 11x17

27.

Must deliver OEM supplies

B.

HARDWARE AND SOFTWARE REQUIREMENTS

1.

Print server must support multiple input queues (i.e. print queue, hold queue, and different queues for job segregation and ticketing).

2.

Printer must have its own scanner

3.

Print server must have preview capability.

4.

Must be capable of connecting to Native Network Connectivity Environments TCP/IP.

5.

Copier/ printer should be able to handle the following PDL’s and Data Format:

  • Adobe Postscript level 3
  • PDF
  • PCL5e and 6
  • TIFF

6.

Equipped with high performance print server with monitor and controller stand.

7.

Compatible with current Windows XP operating system or newer

8.

Compatible with Adobe Pro 9.

9.

All future software upgrades for fixes and minor enhancements must be furnished and installed free of charge.

C.

DOCUMENTATION AND TRAINING

1.

Contractor must provide at least one operating manual.

2.

Contractor must provide at least 4 hours of on-site training and software/ technical support as needed.

D.

MAINTENANCE/ SERVICE

1.

Contractor must perform all maintenance on site unless University has granted permission to remove equipment from site.

2.

Contractor must have access to replacement parts within 24 hours after call.

3.

Service calls must be acknowledged within 2 hours, and equipment must be serviced within 4 hours of initial call.

4.

The service representative must leave with the department a dated written report indicating the service performed. The report must be signed by the University employee in charge of the equipment.

5.

Contractor shall provide unlimited call back maintenance services during normal business hours which are defined as 8 AM to 4:30 PM, Monday through Friday, excluding holidays.

6.

Must provide a technical support phone line service Monday-Friday during standard working hours on a no charge basis.

7.

Contractor must use only network digital copier/printer manufacturer trained personnel for this contract.

8.

If the equipment is down for more than ONE working day the contractor is required to furnish a “loaner” like-for-like replacement until the machine is repaired. (Like-for-like replacement = a machine in perfect working condition that has the same approximate features and speed.)

LOT 2:  Color Copier/Printer

A.

MINIMUM REQUIREMENTS OF EQUIPMENT

1.

Copy / print at least 50 ppm in black and white for 8.5 x 11

2.

Copy / print at least 50 ppm in color for 8.5 x 11

3.

Full color copying including 11x17 inch with consistent high quality.

4.

30,000 color copies/month average & 10,000 B&W copies/month average (50,000 color copies/month peak about once per year & 100,000 B&W copies/month peak about twice per year)

5.

Must deliver OEM supplies

6.

Must maintain copy quality and rated output, without long delays, while machine is in self adjust mode.

7.

One click charge per copy including 11x17

8.

Must have separate count for black & white and color copies, and charge accordingly.

9.

Print /copy  a true resolution of at least  600 x 600 dpi

10.

Need to be able to set up a custom build job using the print driver and the copier

11.

Need to print/copy multiple pages on one side of page output  example (10 columns x 10 rows )

12.

Copy output of 1-1, 1-2, 2-2, and 2-1

13.

Must be able to print on oversize paper to create an 11x17 bleed.

14.

Edges erase option

15.

Interrupt option

16.

Delete job option

17.

Booklet maker (Minimum of 15 sheets)

18.

Reduction / Magnification 25% – 400%

19.

Ability to shift margins left, right, up, down, separately for front and back pages

20.

Auto background suppression.

21.

Ability to run a sample output first before releasing or deleting the print/copy.

22.

Ability to auto-rotate the second side of the original when copying.

23.

Fine tuning adjustments to adjust output quality of color  when using printer/copier

24.

Must be able to print and copy onto glossy paper

25.

Must be able to accept 300 gsm paper from at least one main paper tray that is not the bypass paper tray.

26.

Need  at least 3 paper trays, a high capacity feeder and a bypass tray (total of five paper trays)

27.

Need to have 5000 or more sheets of  20 lb  paper when all trays are full

28.

Two paper trays need to accept 11x17 paper

29.

Bypass paper tray needs to handle 64 to 300 GSM glossy and non-glossy papers

30.

Need a bypass tray of at least 250 sheets

31.

Document handler handles up to and including 11” x 17” originals

32.

Document handler has mixed sized original detection

B.

HARDWARE AND SOFTWARE REQUIREMENTS

1.

Equipment must come fully equipped with all necessary software including the Fiery Server software or equal

2.

Must be capable of connecting to Native Network Connectivity Environments TCP/IP

3.

Copier/Printer should be able to handle the following PDL’s and Data Formats:

  • Adobe Postscript Level 3
  • PDF
  • PCL 5e and 6
  • TIFF
  • 4.

    All future software upgrades for fixes or minor enhancements must be furnished and installed free of charge.

    5.

    Updated software, print drivers, etc. must have at least the same high security standards as the one it is replacing

    6.

    Must have knowledgeable technical phone support if needed at no additional cost.  Tech support will deal with issues involving print drivers, print jobs, security, etc. and be available for the length of the maintenance agreement.

    7.

    Any software that is needed for scanning, security, print drivers, etc. must be part of the bid.  This includes setting up the system and continuous tech support.

    8.

    Compatible with current Windows XP operating system or newer

    C.

    PAPER-COVER STOCK

    1.

    Must be able to print on cover stock glossy and non glossy, 300 GSM or greater  including onto  11”x17” size through the bypass tray

    2.

    Must be able to print onto overhead transparencies

    3.

    Must be able to print on cover stock 200 GSM or greater, back to back, including onto 11” x 17” through a paper tray.

    4.

    Must be able to print/copy covers using the selections of: front only, front and back, back only, printed inside, printed outside, blank or pre-printed

    D.

    FINISHER

    1.

    Collating and stacking

    2.

    Multiple position stapling

    3.

    Must be able to staple up to 50 sheets of 90 GSM weight paper

    4.

    Standard 2 and 3 hole punching

    5.

    Saddle-stitch and center fold booklets up to 15 sheets with letter and 11”x17” size glossy paper

    6.

    Must be able to do saddle-stitch folded booklet with cover stock of 300 GSM in the letter and 11” x 17” size

    E.

    SCANNER

    1.

    Scanning speed for color at least 50 pages per minute

    2.

    Need dpi scan resolutions of 600 x 600, 400 x 400, 300 x 300, 200 x 200, and 100 x 100

    3.

    Simplex and duplex scanning

    4.

    Need to be able to scan a full 11” x 17” size original

    5.

    Need to be able to do scanning while the machine is copying or printing

    6.

    Need to be able to scan into a pdf file

    7.

    No charge for scanning

    F.

    DOCUMENTATION AND TRAINING

    1.

    Proposal must include at least one (1) operating manual.

    2.

    Contractor must provide at least 4 hours of on-site training and software/technical support as needed.

    G.

    MAINTENANCE/ SERVICE

    1.

    Contractor must perform all maintenance on site unless University has granted permission to remove equipment from site.

    2.

    Contractor must have access to replacement parts within 24 hours after call.

    3.

    Service calls must be acknowledged within 2 hours, and equipment must be serviced within 4 hours of initial call.

    4.

    The service representative must leave with the department a dated written report indicating the service performed. The report must be signed by the University employee in charge of the equipment.

    5.

    Contractor shall provide unlimited call back maintenance services during normal business hours which are defined as 8 AM to 4:30 PM, Monday through Friday, excluding holidays.

    6.

    Must provide a technical support phone line service Monday-Friday during standard working hours on a no charge basis.

    7.

    Contractor must use only network digital copier/printer manufacturer trained personnel for this contract.

    8.

    If the equipment is down for more than ONE working day the contractor is required to furnish a “loaner” like-for-like replacement until the machine is repaired. (Like-for-like replacement = a machine in perfect working condition that has the same approximate features and speed.)

    9.

    Lot 2 Color machine must include removal and disposal of University owned Xerox Doc12.


    Revision History

    (8/6/13): updated vendor information.
    link to top of document