RICOH FI-8190 DESKTOP SCANNERS

Agency: City of Saginaw
State: Michigan
Level of Government: State & Local
Category:
  • 70 - General Purpose Information Technology Equipment (including software).
  • 75 - Office Supplies and Devices
Opps ID: NBD11746829571594520
Posted Date: Feb 15, 2024
Due Date: Mar 5, 2024
Source: Members Only

Bid Title:

RICOH FI-8190 DESKTOP SCANNERS
Bid Number:

P1984-23

Scope of Work:

The City of Saginaw is soliciting sealed bid proposals for Ricoh FI-8190 Desktop Scanners per specifications found in the bid document.

Issue Date:

02-14-24

Pre-Bid Meeting Date:


Submittal Due Date:

03-05-24

Bid Bond:


Bid Documents:

RICOH FI-8190 DESKTOP SCANNERS

Addendums:

Bid Results:

Bid results will be posted after opening date.

Attachment Preview

DATE: FEBRUARY 14, 2024
REQUEST FOR SEALED BID PROPOSAL
CITY OF SAGINAW- PURCHASING OFFICE
RM #105, CITY HALL
1315 S. WASHINGTON AVENUE
SAGINAW, MICHIGAN 48601
(989) 759-1483
SEALED BID: #P1984-23
DUE BY: MARCH 5, 2024 @ 3:00 PM
THE CITY OF SAGINAW IS SOLICITING SEALED BID PROPOSALS FOR RICOH FI-8190 DESKTOP
SCANNERS WITH SPECIFICATIONS AS FOLLOWS. BIDS MUST BE RECEIVED IN THE PURCHASING
OFFICE, 1315 S. WASHINGTON AVE., SAGINAW, MI 48601, RM #105, PRIOR TO 3:00 PM ON THE BID
OPENING DATE. THIS BID WILL BE CONSIDERED ALL OR NONE.
----------------------------------------------------------------------------
The Purchasing Office closes at 4:00pm daily. Bids may be hand-delivered prior to the above-
mentioned deadline.
“All or None” means bidders are required to submit pricing for all years and/or all items requested.
Any proposal received that does not meet this requirement may be disqualified. If said bid is not listed as
"All or None" the City reserves the right to split said bid to our best benefit.
WE DO NOT ACCEPT SEALED BIDS VIA FAX OR EMAIL. A hard copy of this document is available
on the City of Saginaw web site, www.saginaw-mi.com, click on the Find A Bidtab. You can also
refer to this site for information on future bid requirements as well as bid results.
Substitutions and Alternates: If a document is issued with the language No Substitutions, then none will be
considered. If a document does not include this language the respective bidder can include a substitution
and/or alternate of which the City reserves the right to determine equivalent.
A bid tabulation sheet showing the initial results will be posted on our website within 48 hours of the
bid opening date. Once the respective department reviews the bids they will make a recommendation
on who our City Council should award the bid to. At that time the recommendation will also be posted
on the tabulation sheet as a secondary notice. If you receive a bid copy from our web site, and have
never conducted business with us you can also complete a copy of our Vendor Compliance Form
and return it to us or contact our Purchasing Office so you can be formally added to the respective
bidders list for that good or service. (989) 759-1430.
Page 1 of 9
SPECIFICATIONS:
SCANNING SPEED: 90 PPM / 180 IPM
RESOLUTION OPTICAL: 600 DPI
DUPLEX
ADF CAPACITY: 100 SHEETS
ITEM QTY
15
DESCRIPTION
UNIT COST
RICOH FI-8190 DESKTOP SCANNER
ID #PA03810-B005-DS
$_________
TOTAL COST
$__________
SHIPPING CHARGE
$__________
TOTAL PURCHASE COST $__________
CHECK LIST: BEFORE SUBMITTING YOUR BID
1. Before the bid due date, check our website to make sure there are
no description, quantity or addendum(s) changes to the bid copy.
Go to www.saginaw-mi.com, click on the “Find a Bid” link.
2. Assuming they are permitted, if you’re submitting an alternate(s) bid the
pricing must be clearly listed and the page labeled “ALTERNATE”.
All support information should also be attached and labeled Alternate
#1, #2, and #3, etc.
3. Is your bid signed in BOTH PLACES by an authorized representative
of your company?
4. Have you provided the payment terms & delivery lead time information?
5. Is the OUTSIDE of your FEDEX, UPS or REGULAR ENVELOPE properly
labeled with the bid number?
6. Are you submitting your original bid plus ONE (1) COPY as required?
7. If your bid is over $100,000.00 do you have a Bid Bond, Certified Bank
Check or Money Order enclosed?
a. Multiple year bids should be added together to get your total.
b. If submitting an alternate proposal along with your original bid, only
one (1) of the above mentioned items is required.
YES
___
___
___
___
___
___
___
NOTE: An original Bid Bond, Certified Check, Bank Money Order or Cashier’s Check in the amount of five
percent (5%) of the total amount bid must be submitted with any bid in excess of $100,000. The AIA Document
A310 2010 bid bond is the preferred format. Facsimiles or copies of the bid bond will not be accepted
and your bid will be disqualified if submitted.
PAYMENT TERMS: _________________, DELIVERY LEAD TIME: ____________________________
FOB:
CITY OF SAGINAW
1315 S. WASHINGTON AVE.
SAGINAW, MI 48601
Page 2 of 9
The City reserves the right to accept or reject any and all bids, or parts thereof, and to waive any irregularities
which do not materially affect the bid document or otherwise conflict with statute or ordinance. Any rejections of
bids shall be made only if there is a sound documented reason for same.
As part of the consideration for this bid, the undersigned does hereby agree to have withheld from any payment
due them, any amounts owed for taxes, fees or other charges due the City of Saginaw.
Per Section 14 of The City of Saginaw Uniform Income Tax Ordinance, the tax percentage is 1.5% on income
earned from the City. The tax shall apply on the taxable net profits of a corporation doing business with the City,
being levied on such part of the taxable net profits as is earned by the corporation as a result of work done,
services rendered and other business activities conducted with the City, as determined in accordance with this
Ordinance.
BIDDER REQUIREMENTS:
INDEMNITY AND INSURANCE REQUIREMENTS
INDEMNITY
The Contractor shall indemnify and save harmless the City of Saginaw, its officers and employees of and from all
loss or damage caused to any person or property by reason of any carelessness or negligence in the doing or
making of the work specified herein, and by reason of failure to pay all persons who shall supply said Contractor
with materials, provisions and supplies for the performance and completion of said contract, and to promptly pay
all just debts, dues and demands incurred in the completion of this contract, or of whatsoever other kind or
nature, which shall be caused by delay or failure in the performance and completion of this contract, and further
to indemnify and save harmless of and from all suits and actions the City of Saginaw, its officers and employees,
on account of any injuries or damages sustained by any person or persons by reason of any act, or omission or
negligence, or by the use of improper or defective material on the part of said Contractor in the performance of
any part of this contract, and further to indemnify and protect any and all demands, fees or royalties for any
patented invention, materials, articles, methods, arrangements or process of manufacture or any infringements
thereon, that may be used on or be in any manner connected with the construction, erection or maintenance of
the work, material, or any part thereof, embraced in this contract.
INSURANCE
During the life of the contract, the Contractor shall effect and maintain the following types of insurance:
Comprehensive General Liability, including Contractual liability with combined
single-limit coverage of at least $500,000.00 naming the City of Saginaw as
additional insured.
Automobile Liability
Worker's Disability Insurance
Such insurance shall be carried by financially responsible companies, licensed in the State of Michigan, and
satisfactory to the City. The Contractor shall submit to the City for review and approval certificates of insurance
for the above required coverage’s. The certificate of insurance shall provide at least 30-days written notice to the
City of any changes in the policy and any cancellation or termination thereof.
Page 3 of 9
§ 14.36, PREFERENCE FOR LOCAL BIDDERS
(A) (1) If the lowest bidder is not a Saginaw-based bidder, as defined above, any Saginaw-based bidder
with a bid within 5% of the lowest bid shall be deemed the lowest bidder if it agrees to reduce its bid to match
the bid of the lowest bidder. Such a bidder will remain bound to all other terms of their original bid. (2) A
lowered bid by a Saginaw-based business which is premised upon, in whole or in part, changes to or variances
to the bid specifications, contract requirements, or scope of work, shall be considered non-responsive and will
not be considered.
(B) If such a Saginaw-based business refuses to reduce its bid to match the lowest bid, then the next
lowest responsive and responsible Saginaw-based business with a bid within 5% of the lowest bid shall be
deemed the lowest bidder, if it agrees to reduce its bid to match the bid of the lowest bidder. Such a bidder will
remain bound to all other terms of their original bid.
(C) If no responsive and responsible Saginaw-based businesses within 5% of the lowest bid agree to
reduce their bids, then the contract shall be awarded to the person or business with the lowest, most
responsive and responsible bid.
(D) In the event of a tie between two (2) or more Saginaw-based businesses, where all other factors are
equal, the award of the bid shall be by coin toss conducted by the Purchasing Officer or his/her designee.
(E) No contract awarded pursuant to this ordinance shall be sublet in any manner that permits 50% or
more of the dollar value of the contract to be performed by a subcontractor or subcontractors who do not meet
the definition of “Saginaw-based business”.
(F) The section shall not waive or constrain, in any manner, the right and prerogative of the City to reject
any and all bids or proposals from any Saginaw-based business which fails to meet the requirements of any
other section of this ordinance, or to reject a bid which is in any way incomplete, irregular, not responsive or not
responsible.
(G) Local preferences shall not be applied in cases of procurements funded, even in part, with federal
dollars, unless such procurement is for architectural and engineering services. When contracting for architectural
and engineering services, local preference may be a selection criterion provided its application leaves an
appropriate number of qualified vendors, given the nature and size of the project, to complete the contract.
ADDITIONAL BIDDER REQUIREMENTS:
1. Each proposal shall be good for 120 days from the bid opening date, unless otherwise stated on the bid
document.
2. Each bidder shall include one (1) additional copy of your proposal marked “COPY”.
3. Each bidder’s Envelope, FedEx Box/Letter, UPS Box/Letter or any other method of sealed
delivery must have the bid number on the outside of the container. Unmarked bids may be
inadvertently opened which would result in disqualification. Additionally, unmarked bids may be subject to
missed deadlines due to improper labeling.
4. All bids over $100,000.00 must include a bid bond, certified bank check or money order. If
agreement is for multiple years, each year should be combined for your total. (See “Sealed Bid
Instructions” page).
Page 4 of 9
5. ALL OR NONE DEFINED: “All or None” means bidders are required to submit pricing for all years and all
items requested. Any proposal received that does not meet this requirement will be disqualified. If said bid is not
listed as "All or None" the City reserves the right to split said bid to our best benefit.
6. Each City of Saginaw Department shall be viewed as a separate account (not a blanket account) with the
respective successful bidder(s).
7. When a brand is identified, or when a specific method or process is requested, you may quote an
equal. You must identify the brand, model, part number, etc., method or process and enclose literature
verifying equal (when applicable). City personnel retain the right to determine equals. If the item(s) states “No
Substitutions”, no substitutes will be accepted.
8. All shipping and handling charges and all cost associated with the delivery, installation and/or
completion of the product or service requested must be included in your bid price, including but not limited to
any Titles, Fees, and Transfer cost. All vehicles purchased by The City shall be titled to “City of Saginaw”.
Please consult with the Purchasing Office for Title and License Plate instructions. Where applicable and
unless otherwise noted, your bid pricing must remain constant for the length of the agreement and/or
contract period.
9. In the event the successful bidder uses a Third-Party Company to provide the goods and/or services
requested, the successful bidder must notify the Purchasing Office before said goods are shipped and/or
services are provided. At that time the City reserves the right to accept or reject the use of a third party. The
successful bidder shall be solely responsible for payment to the third-party company.
10. The City of Saginaw at its sole discretion may choose to extend any agreement/contract for goods
and/or services for a period of no more than two (2) one-year extensions providing the bidder is willing to keep
their pricing for said goods and/or services the same as the previous agreement and/or contract.
11. The items on this bid may be requested on an “as needed” basis based on the needs of the City.
12. Regarding addendums, the full addendum document and any other items noted as such must be
returned and included with your sealed bid.
13. All bids must be returned to the Purchasing Office at 1315 S. WASHINGTON, SAGINAW, MI
48601, by the previously stated due date. PLEASE NOTE: The Purchasing office closes at 4:00 p.m. daily. As
such, bids hand delivered prior to the above-mentioned deadline must be received before the office closes.
14. IRAN ECONOMIC SANCTIONS ACT: The act provides that Iran linked businesses are ineligible from
submitting a bid on the City’s requests for proposals. The Act further provides that the City shall require all
bidders to certify that they are not Iran linked businesses.
Definition: Iran linked businesses are those linked to the Iranian energy sector. An Iran linked
business is specifically defined as:
(i) A person engaging in investment activities in the energy sector of Iran, including a person that
provides oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to
transport oil or liquefied natural gas for the energy sector of Iran.
(ii) A financial institution that extends credit to another person, if that person will use the credit to
engage in investment activities in the energy sector of Iran.
The provisions of the Act are only in effect if a country is a state sponsor of terror. A state
sponsor of terror is defined as any country determined by the United States secretary of state to have
repeatedly provided support for acts of international terrorism. Iran is currently on the US SOS state sponsor
of terrorism list (http://www.state.gov/j/ct/list/c14151.htm), along with Cuba, Sudan, and Syria.
Page 5 of 9
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >