Specifications for Tax Bill Imprinting and Mailing ...



[pic]

February 27, 2015

Official Notice # 54-2015

BID DOCUMENTS

&

Specifications

for

Imprinting and

Mailing Services

for the

Milwaukee Water Works

Compiled by the

Office of the Commissioner of Public Works

and the Business Section of the

Milwaukee Water Works

TABLE OF CONTENTS

Special Instructions to Bidders 3-6

Invitation to Bid 7-8

Offical Notice 9-10

Specifications 1-19

I. General 1-2

II. Award Authority 2

III. Form and Term of Contract 2-3

IV. Criteria for Service Acceptability 3-10

A. Site Location 3

B. Security 3

C. Equipment Maintenance and Back-up 3-4

D. Print Files and File Transmission 4

E. Imprinting Equipment 5

F. Folding Equipment 5-6

G. Inserting Equipment 6

H. Bar Coding and Pre-sorting Equipment 7

I. Equipment Operators 7

J. Printed Forms and Paper Stock 8

K. Pre-printed Mailing and Return Remittance Envelopes 8

L. Laser Imprinting Services 8

M. Lettershop Fulfillment Services 8

N. Pre-sort and Bar Coding Services 8

O. Messenger Services 9

P. Provision of Required Services 9

Q. Service Provider Client References 9-10

V. Site Inspection 10

VI. Performance Bond 10

VII. Insurance 10-12

VIII. Responsibility for Performance 12

IX. Service Requirements 12-15

A. Supplying and Warehousing Inventory 12-13

B. Municipal Service Bill Mailings–Monthly & Quarterly 13-15

X. Business Days 15

XI. Itemized Invoice 15

XII. Existing Forms and Services 16

XIII. Project Liaisons 16

XIV. Volume Sensitivity 16-17

XV. Living Wage Provision 16-17

XVI. Slavery Affidavit Provision 17

Bid 18-19

Schedules 20

Appendix 21

Exhibits 22

Department of Public Works Forms 23

Special Instructions to Bidders

SPECIAL INSTRUCTIONS TO BIDDERS – Part #1

The bidder shall acquaint him/herself with the specifications in order that he/she may satisfy him/herself that all terms and conditions can be met at the time of submitting a response to this request of bid. Each bidder shall furnish with his/her response to the request for bid all qualifying evidence as specified herein:

A. Bid Bond

B. Non-Collusion Affidavit

C. Official Response Form

D. Disclosure of Ownership Form

E. Signature Page for Official Notice 54-2015

F. Proof of ability to meet the “Criteria for Service Acceptability” as defined in paragraph IV of the specifications.

G. Completed Schedule “A”

H. Completed Schedule “B”

I. Completed Schedule “C”

NOTE: This is a bid, not a request for proposal. Any alternative services or service delivery methods proposed in lieu of the service requirements stated in this bid specification shall constitute a counter offer and will result in bid rejection.

All of the reports, information, data, etc., prepared or assembled by the bidder under this request for bid are confidential and the bidder agrees that they shall not be made available to any individual or organization other than an appropriate agency of the United States Government without the prior written approval of the City of Milwaukee.

All insurance and performance/payment bond requirements shall be satisfied and a contract executed by the contractor and bonding company within ten (10) days after notice of award has been given in order that the services specified may be provided, effective Friday, May 1, 2015.

SPECIAL INSTRUCTIONS TO BIDDERS – Part #2

A. Each bid shall be legibly typed, written or printed in black ink on the bid form provided in this copy of proposed contract documents. No alterations to the printed forms shall be permitted. All addenda to the contract documents, properly signed by the bidder, shall accompany the bid submittal.

Each bid shall be enclosed in a sealed envelope or wrapping, addressed to the Department of Public Works, identified on the outside with the words “Imprinting and Mailing Services", and filed with the Commissioner of Public Works, Room 506, Frank P. Zeidler Municipal Building, 841 North Broadway, Milwaukee, Wisconsin 53202, by the bid deadline.

B. BID GUARANTEE. A bid bond, certified check, or cashier’s check in the amount of Five Thousand Dollars ($5,000.00) shall accompany each response to this bid. The bid guarantee shall be made payable without condition to the City of Milwaukee, hereinafter referred to as “City”. The bid guarantee may be retained by and shall be forfeited to the City if the bid is accepted and a contract based thereon is awarded and contractor fails to enter into the contract in the form prescribed, with legally responsible sureties and insurance, within sixty (60) days after such award is made by the City.

C. RELEASE OF BID GUARANTEE. The bid guarantee of the successful bidder shall be retained until the successful bidder has executed an agreement and furnished the required contract security, whereupon it will be returned. The Commissioner of Public Works, hereinafter referred to as “Commissioner”, will return the bid guarantee of the remaining bidders following a decision of contract award.

D. WITHDRAWAL OF BID. A bidder may withdraw his/her bid any time prior to the bid submission date with a written request. No bid may be withdrawn within a period of sixty (60) days after the submission date without the express written approval of the Commissioner.

E. SIGNATURE OF BIDDERS. Each bidder shall sign the bid on the enclosed forms using bidder's usual signature and stating bidder's full business address. Bids submitted by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. Bids submitted by corporations shall bear the corporate seal and shall be signed with the name of the corporation followed by the signature and designation of the president, secretary, or other person(s) authorized to bind the corporation.

F. INTERPRETATION OF CONTRACT DOCUMENTS AND QUESTION PERIOD. All questions regarding the request for bids and the selection process must be made in writing to the Milwaukee Water Works, 841 N. Broadway, Room 409, Milwaukee, WI 53202. Questions may be dropped off in person or faxed to (414) 286-2672, Attention: Earl Smith, Water Business Manager. Questions can also be emailed to earl.smith@. No questions will be permitted after 4:45 p.m. on Thursday, March 20, 2015, so that all responses can be prepared and made available to all bidders who were attendees of the mandatory pre-submission meeting before the bid submittal deadline. Only written answers will be binding upon the City.

G. ACCEPTANCE AND REJECTION OF RESPONSES TO THIS REQUEST FOR BID. The contract will be awarded, subject to the Commissioners’ authority, to the qualified responsible bidder(s) submitting a qualified responsive bid as judged by the selection committee. In addition, the apparent bidder(s) will be required to demonstrate to the Commissioner an adequate financing plan to provide the necessary funds required to operate under the terms and conditions of this contract.

H. BASIS FOR CONTRACT AWARD. Bidders must submit a bid amount equal to the sum of the annual printing and mailing service charges and other service charges as out lined in schedule “C”. The contract shall be awarded to the responsible bidder submitting the lowest responsive bid for the GRAND TOTAL ESTIMATED FIVE-YEAR COST, as determined by the Commissioner. There will be only ONE contract. Contractor must provide proof that they can completely meet the “Criteria for Service Acceptability” and perform all of the tasks outlined in the bid specifications.

I. LEGAL REQUIREMENTS. All bids shall be based upon compliance with all existing state and federal laws, city ordinances, and rules and regulations of state and federal regulatory agencies. Future amendments to laws, ordinances or regulations shall not serve as justification for termination of the contract.

J. PERFORMANCE BOND. The contractor to whom a contract is awarded will be required to furnish an annual performance bond to the City in the amount equal to the awarded amount of the contract for the life of said contract. The bond shall be executed on the form included in the contract documents by a surety company authorized to do business in the State of Wisconsin and acceptable as surety to the City.

Accompanying the bond shall be a "Power of Attorney" authorizing the attorney-in-fact to bind the surety company and certified to include the date of the bond.

K. PAYMENT BOND. The contractor to whom a contract is awarded will be required to furnish an annual payment bond to the City on forms provided with the contract in the amount equal to the awarded amount of the contract for the life of said contract. The bond shall be executed on the form included in the contract documents by a surety company authorized to do business in the State of Wisconsin and acceptable as surety to the City.

Accompanying the bond shall be a "Power of Attorney" authorizing the attorney-in-fact to bind the surety company and certified to include the date of the bond.

L. FIDELITY BOND. Within ten (10) days of contract award, the contractor to whom a contract is awarded shall provide a fidelity bond to the City in the amount of Twenty Thousand Dollars ($20,000.00).

M. NO MINIMUM GUARANTEE. The City offers no minimum guarantee of the amount of business for the contractor's service. Nothing in these specifications shall be construed to be otherwise, and no claims for additional compensation shall be considered. Services which are ordered and to be paid by the City shall be contingent upon appropriation of funds by the Common Council for this purpose.

N. CONTRACT DOCUMENTS. The Official Notice, Instructions to Bidders, Bid, Contract Agreement, Performance Bond, Specifications, Addenda and all Change Orders issued by the City are each included in this contract and the work shall be completed in accordance therewith.

O. DEFINITIONS. Words, phrases or other expressions used in these contract documents shall have meanings as follows:

i. "Contract" or "contract documents" shall include the items enumerated above under CONTRACT DOCUMENTS.

ii. "City" shall mean the City of Milwaukee, acting through its Commissioner of Public Works and his duly authorized agents.

iii. "Commissioner" shall mean the Commissioner of the Department of Public Works of the City of Milwaukee.

iv. "Contractor" shall mean the corporation, company, and partnership, firm or individual named and designated in the contract Agreement or his/her duly authorized representatives.

v. "Date of Contract", or equivalent words, shall mean the date written on the contract agreement.

vi. “Performance Bond” shall mean a contract bond that guarantees a contractor will complete the work they have agreed to do.

vii. “Payment Bond” shall mean a bond guaranteeing that a contractor will pay fees owned for labor and material and services necessary for the construction of the project

viii. “Fidelity Bond” shall mean a bond that will indemnify the City for loss caused by a fraudulent or dishonest act of a person covered by the bond with the intent to cause the insured a loss and benefit the employee or others the employee intended to benefit.

ix. “PDF” means for Portable Document Format. It is a format created by Adobe and is generally used with the software program Adobe Reader.

x. “Lettershop” means the clerical operation or service organization that prepares large-volume mailings; also called “mailing line”.

xi. “Fulfillment Services” means the basic processes of mail opening, caging, order entry, customer service, address label printing and presorting, merchandise picking and packing, billing, promoting, and statistical analysis and reporting. This includes the processes necessary to print documents, receive, service, and track orders prepared and mailed.

xii. “A-1” services means first class; excellent.

City Of Milwaukee

Department of Public Works

Room 501 – Frank P. Zeidler Municipal Building

841 North Broadway

Milwaukee, Wisconsin 53202-3684

INVITATION TO BID

Commissioner of Public Works OFFICIAL NOTICE NO. 54-2015

Phone: 414-286-3314 Project No.

Program No.

Sealed bids for the work, material, labor, and services hereinafter described will be received at the Department of Public Works Contract Office, Room 506, Frank P. Zeidler Municipal Building, 841 North Broadway, Milwaukee, Wisconsin 53202-3684, no later than Monday, March 30, 2015 at 10:30 A.M.

IMPORTANT

This bid is your offer to perform or supply the subject matter under “DESCRIPTION” below according to the terms and conditions set forth in this Invitation to Bid, Specific Official Notice No. 102-2012, General Specifications, Detailed Specifications, Special Provisions, Plans of this particular project, the proposed contract and Special Conditions when applicable.

Your bid must meet the Detailed Specifications and the Plans for this particular project.

You must agree to comply with all applicable requirements of the Americans with Disabilities Act of 1990, 42 U.S.C. Section 12101, et seq.

The bid must be signed as set forth in the General Specifications and must comply with all the requirements therein set forth, or it will not be considered. If submitted by a corporation, the bid proposal must bear the corporate seal.

Bid security hereinafter specified must be submitted with your bid. If a bid bond is used, it must be sealed by the bonding company and be accompanied by an affidavit of no interest and a copy of a power of attorney. Bonding agents must be licensed to do business in the State of Wisconsin.

Bids received after the date and the time above specified will not be opened and read and will be deemed rejected.

NOTE: Also read the General Official Notice to Contractors, General and Detailed Specifications, Special Provisions, and Special Conditions when applicable pertaining to this bid.

Official Notice No. 54-2015

Project No.

Program No.

Description: Furnish labor, service and materials to provide Imprinting and Mailing Services to the Milwaukee Water Works.

The SBE Requirements for this Project are: 18%

The Residents Preference Program Requirements for this Project are: 0%

The Apprenticeship Requirements for this Project are: None

Liquidated damages per diem (applies for Mailing Schedules): See B. Municipal Service Bill Mailings-Monthly & Quarterly Pages 13-15 - $2,500.00

Contractor shall not begin work on this project prior to “NOTICE TO PROCEED”

A Mandatory Pre-Bid Meeting is scheduled for Wednesday, March 15, 2015 at 9:30 A.M. CST in Room, 102, Frank P. Zeidler Municipal Building, 841 North Broadway, Milwaukee, WI 53202. The City of Milwaukee will ONLY receive bids from prospective bidders who are in attendance at the MANDATORY Pre-Bid Meeting. The official envelope for submitting a bid and bid bond form will be available at the MANDATORY Pre-Bid Meeting.

THE SUCCESSFUL CONTRACTOR SHALL FURNISH A PERFORMANCE BOND AND A PAYMENT BOND IN THE AMOUNT OF 100% OF THE BID WITH EACH EXECUTED CONTRACT.

NOTE: BIDS WILL BE OPENED AND PUBLICLY READ AT THE OFFICE OF THE COMMISSIONER OF PUBLIC WORK ON MONDAY, MARCH 30, 2015 AT 10:30 A.M.

Specifications and Drawings for this project will be available to prospective bidders via . Any required addenda or response to questions related to the Plans and Technical Specifications will be posted on the website.

THE CONTRACTOR SHALL SPECIFICALLY NOTE THE M//W/SBE FORMS AND THE RESIDENCY FORMS FOR THIS PROJECT. IF THE FORMS ARE NOT FILLED OUT PROPERLY, IT WILL BE CAUSE FOR REJECTION OF THE BID.

THE TRAINING CREDIT INCENTIVE WILL NOT APPLY TO THIS PROJECT.

Contractor must comply with all provisions of the CITY OF MILWAUKEE GENERAL OFFICIAL NOTICE TO CONTRACTORS may be found at .

OFFICIAL NOTICE NO. 54-2015

Department of Public Works-Water Works

Frank P. Zeidler Municipal Building

841 North Broadway

Milwaukee, WI 53202

NOTICE TO CONTRACTORS

Separate sealed copies of this Bid presented in accordance with specifications listed will be received in the Administrative Office of the Department of Public Works, Frank P. Zeidler Municipal Building, 841 N. Broadway, Room 506, Milwaukee, WI 53202 until Monday, March 30, 2015 at 10:30 A.M., at which time the Department of Public Works will undertake their review towards the selection of a vendor to furnish labor, service and materials to provide Imprinting and Mailing Services to the Milwaukee Water Works. Late bids will not be accepted. Submission will be in accordance with the request for proposal including plans, specifications, contract documents, and proposed form of contract.

IMPORTANT NOTICE: The Invitation to Bid, all bid documents, and the Specifications for the listed project are all available electronically on the DPW website AS WELL AS on the Bid Express Website. At this time, Bids can be submitted using either Bid Express OR by submitting paper bids in the usual manner. However, Bidders are strongly encouraged to utilize the electronic and/or Bid Express methods of obtaining bid documents and Bid Express for submitting bids, as in the near future the Department of Public Works intends to have bid documents available only electronically and through Bid Express, and to accept bid submittals only via Bid Express. Electronic documents can be obtained via The Bid Express website is located at . Any required addenda or response related to this project will be posted on both the DPW and Bid Express websites.

PROSPECTIVE VENDORS ARE TO CAREFULLY EXAMINE AND REVIEW ALL AFORESAID DOCUMENTS AND MATERIALS IN SAID OFFICE BEFORE SUBMITTING PROPOSAL.

CONTRACT TERM: This contract will be for a period of one (1) year with a projected start date of May 1, 2015, with four (1) one-year options for renewal.

BID SECURITY REQUIRED: A bid bond, certified check, or cashier’s check in the amount of Five Thousand Dollars ($5,000.00) must accompany each bid. Corporate surety is required on bid bonds, payment and performance bonds. All applicable charter and statutory provisions and ordinances are imported into documents. For those bids being submitted through BID EXPRESS and using a Paper Bond, the contractor may fax a signed/executed copy of the bid bond to the Department of Public Works Contract Office at (414) 286-8110. HOWEVER, THE FAXED COPY OF THE BOND MUST BE RECEIVED BY NO LATER THAN 10:30 A.M. ON THE SAME DATE THAT THE BIDS ARE DUE FOR THAT SPECIFIC OFFICIAL NOTICE, OR THE BID WILL BE CONSIDERED NON-RESPONSIVE.

The original bid bond document will then need to be submitted by the contractor to the Department of Public Works Contract Office, Frank P. Zeidler Municipal Building, 841 N. Broadway, Room 506, Milwaukee, WI 53202, immediately upon being notified that they are the apparent low bidder.

The City of Milwaukee will accept the bid of the lowest responsible and qualified bidder submitting a responsive bid. The Commissioner of Public Works will decide tie responsive low bids by lottery. The Commissioner of Public Works reserves the right to reject any and all bids and accept only such bid as is in the best interest of the City of Milwaukee.

THERE IS AN 18% SBE REQUIREMENT INCLUDED IN THIS CONTRACT. THERE IS A 0% RESIDENCY REQUIREMENT. For a complete listing of City of Milwaukee certified SBE firms, see the Office of Small Business Development (OSBD) website at osbd. If there are any questions regarding SBE certified firms, please contact the OSBD office at

(414) 286-5553.

PAYMENT MONITORING REQUIREMENTS: All Contractors awarded a contract valued at $25,000.00 or more are required to participate in training on the City of Milwaukee’s B2GNow contract compliance software. Contractors must complete the training no later than 30 days after the date of contract award. Throughout the contract term, Contractors are required to regularly provide timely payment information in the City’s contract compliance software.

Please contact the Office of Small Business Development (OSBD) at 414-286-5553 should you have any questions or concerns regarding the training or reporting process.

Contractor must comply with all provisions of the CITY OF MILWAUKEE GENERAL OFFICIAL NOTICE TO CONTRACTORS, which may be found at .

A MANDATORY PRE-BID MEETING is scheduled for Wednesday, March 18, 2015, at 9:30 A.M. at Milwaukee Water Works, 841 North Broadway, Conference Room 102, Milwaukee, Wisconsin 53202.

Signed:

______________________________________________

Ghassan Korban

Commissioner of Public Works

PUBLISH TWO (2) TIMES INSERTION WITHOUT FAIL, Thursday, March 5, 2015

General

A. CONTRACT BACKGROUND

Milwaukee Water Works (MWW) is seeking a vendor to provide the following services:

• To accept and perform imprinting services for the Municipal Services Bill and other requested projects after receiving the information in portable document format (PDF).

• To meet or exceed minimum requirements for Municipal Services Bill color printing and mailing services purchased by the City of Milwaukee (City) for the MWW in accordance with the Specifications for Services.

• Deliver all weekly mailings CASS certified to the main post office located at 345 West St. Paul Avenue, Milwaukee, WI 53203. To meet the MWW regulatory mandates, all postal service mailings must be mailed from the main post office.

All services not specifically mentioned which are regularly furnished in order to provide imprinting printing and mailing services shall be furnished at the Bid price and shall conform to that usually provided by the practice indicated in this specification.

All proposed solutions must able to use the PDF file provided by MWW Customer Information System “enQuesta”- The Systems and Software Solution to produce documents, i.e. “Municipal Services Bills”, that are readable by the MWW Lock Box contractor. There are no substitutes.

B. BASIC INFORMATION

The MWW is the drinking water utility owned and managed by the City. The utility serves a population of 864,715 located in 16 communities through 161,908 customer accounts. The utility serves retail accounts, providing billing and infrastructure maintenance in Milwaukee, Greenfield, Hales Corners, St. Francis, West Milwaukee and a portion of Franklin. MWW also provides wholesale service to water utilities in Brown Deer, Butler, Greendale, Menomonee Falls, Mequon, Milwaukee County Grounds, New Berlin, Shorewood, Thiensville, Wauwatosa, and West Allis. These utilities manage their own billing.

Billing and Collection Cycles:

The MWW is responsible for the generation and collection of the Municipal Services Bill. This statement involves the following charges:

• Water Charges

• MMSD Sewer Treatment Usage Charge

• Local Sewerage Charge

• Storm Water Management Charge

• Ice and Snow Removal Charge

• Solid Waste Charge

• Extra Garbage Cart Charge

The MWW operates its billing and collection operation on a quarterly and monthly cycle. The majority of the 161,908 MWW customers are billed quarterly, with the 1,200 largest MWW customers being billed monthly. Statements are processed and mailed weekly to approximately 15,000 customers; this equals over 780,000 annually. In 2014, the utility, through its vendors, mailed over 807,000 statements, letters and notices.

It is the intent of this specification to describe the minimum requirements for Municipal Service Bill Imprinting and Mailing Services to be purchased by the City for the MWW.

All services not specifically mentioned which are regularly furnished in order to provide Municipal Service Bill Imprinting and Mailing Services, shall be furnished at the bid price and shall conform to that usually provided by the practice indicated in this specification.

| |

|Please note that this is a bid, not a request for proposal. Any alternative services or service delivery methods proposed in lieu of the service requirements |

|stated in this bid specification shall constitute a counter offer and will result in bid rejection. |

Award Authority

The Commissioner of Public Works (Commissioner) and the MWW will be the sole judges of the quality and suitability of the facilities, equipment, materials, and services offered in its determination of the successful bidder.

Form and Term of Contract

The contract to be awarded to the successful bidder shall be for a term of one (1) year commencing May 1, 2015 and continuing through and including April 30, 2016. This shall be followed by four (4) one-year extensions. Each extension will be activated by mutual consent of the City and the successful bidder.

The successful bidder selected shall be required to execute a contract with the City using form DPW-127, City of Milwaukee Contract for Services, (Reference Appendix “A”) DPW FORMS.

The Contractor may request a price adjustment after completion of the first year of the contract. Said request must be accompanied by written documentation substantiating the request. Under no circumstances shall any price adjustment exceed 3% (three percent), or the Consumer Price Index (all items) for Milwaukee, whichever is less. The price adjustment is based on the Total Estimated Cost of the Contract for the year exclusive of the pass through postage charges. The Contractor shall be limited to (1) one price adjustment request per annum during the term of the contract.

Continuation of this contract, or any subsequent extension beyond December 31st of any year, is contingent upon the proper City officials appropriating funds for this purpose.

Criteria for Service Acceptability

1 SITE LOCATION

The Contractor’s facilities and all Subcontractors’ facilities, if any, used to fulfill the laser imprinting and letter shop fulfillment and mailing services required of this specification can be located outside the greater Milwaukee area. ALL imprinting and mailing projects must be delivered CASS certified to the main post office located at 345 West St. Paul Avenue, Milwaukee, WI 53203. To meet the MWW regulatory mandates, all postal service mailings must be mailed from the main post office. Failure to do so will invoke a late delivery penalty of $2,500 per day will be assessed for each day in excess of the delivery requirements stated in Section IX “Service Requirements”-“B” Municipal Services Bill Mailings–Monthly & Quarterly.

All facilities must be accessible to the MWW for the purpose of:

• In-person material inspection, delivery, and/or returns;

• In-person pre-production approvals; and

• In-person problem resolution.

2 SECURITY

Because of the sensitive nature of the work entailed in this specification, the Contractor and all Subcontractors, if any, must maintain the following conditions:

• All questions posed by individuals, corporations, and/or the media regarding the work described herein must be referred to the MWW at (414) 286-5177;

• All doors leading to operations areas, or other areas where imprinted forms are processed or stored, must be kept locked at all times; and

• Access to the areas described above must be limited to only those persons with management’s authority to be there.

3 EQUIPMENT MAINTENANCE AND BACK-UP

All equipment used in providing the laser imprinting and lettershop fulfillment and mailing services required of this specification must be maintained to the equipment manufacturers’ specifications.

| |

|The Contractor shall submit with its bid a written attestation that all equipment currently in use with the Contractor, and all of its Subcontractors, |

|if any, that would be utilized to fulfill the laser imprinting and lettershop fulfillment and mailing services requirements of this specification has |

|been and continues to be maintained in accordance with the equipment manufacturers’ specifications. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with your bid|

|shall result in your bid being deemed non-responsive. |

The Contractor and all Subcontractors, if any, shall also provide the City, upon request prior to bid award, copies of all relevant equipment maintenance records. Please note that this information is not required to be submitted with your bid. However, upon request by the City, bidder must supply this information within 48 hours after notice. Failure to do so shall result in your bid being deemed non-responsive.

The Contractor and all Subcontractors, if any, providing the laser imprinting and lettershop fulfillment and mailing services required of this specification must have back-up equipment available to them for use in completing the work required. The back-up equipment may be onsite or at another location. This is deemed necessary to assure the MWW that there will be no delays in the imprinting and mailing of Municipal Service Bills due to equipment failure.

| |

|The Contractor shall submit with its bid a detailed list of all of the equipment currently available to the Contractor, and all of its Subcontractors, |

|if any, that would be utilized as back up to fulfill the laser imprinting and lettershop fulfillment and mailing services requirements of this |

|specification. The list is to include each piece of equipment, its use, and its location. The back-up equipment is in addition to that needed to meet |

|the minimum equipment requirements of this specification. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with your bid|

|shall result in your bid being deemed non-responsive. |

4 PRINT FILES AND FILE TRANSMISSION

The Contractor, or its Subcontractors, if any, providing the laser imprinting services required of this specification must provide the MWW with access to a secure FTP Internet website to facilitate the transfer of the print files to be used to laser imprint the Municipal Service Bills required of this specification. Secure access to the FTP site by the MWW to be provided through unique user logins and passwords. Sample documents to be printed are available in the exhibit section of this document for review.

5 IMPRINTING EQUIPMENT

The Contractor, or its Subcontractors, if any, providing the laser imprinting services required of this specification shall have a minimum of two Xerox Model 4635 laser printers and one Xerox DP180 sheet-fed printer or their equivalent in place and operating on a daily basis at the time of the bid opening.

Because of the critical need to ensure perfect alignment of the return remittance coupon

OCR-A scan line on the Municipal Service Bills, as well as the many other data elements on the appropriate lines and in the correct character columns, the Contractor, or its Subcontractors, if any, providing the laser imprinting services required of this specification must be able to adjust line and character spacing intermittently, both horizontally and vertically, across the Municipal Service Bills.

The Contractor, or its Subcontractors, if any, providing the laser imprinting services required of this specification must be able to imprint at a minimum resolution of 90,000 dots per square inch (300 x 300 dot matrix) in at least six different type face families, including OCR-A, ranging in size from 4 to 24 point, in 1 point increments.

Quantity Equipment

2 Xerox 4635 sheet-fed printers

1 Xerox DP180 sheet-fed printer

| |

|The Contractor shall submit with its bid a detailed list of the entire primary laser imprinting equipment currently in use with the Contractor, or |

|its Subcontractors, if any, that would be utilized to fulfill the laser imprinting services requirements of this specification. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with |

|your bid shall result in your bid being deemed non-responsive. |

6 FOLDING EQUIPMENT

The Contractor, or its Subcontractors, if any, providing the folding services required of this specification shall have a minimum of three Baum floor model folders or their equivalent in place and operating on a daily basis at the time of the bid opening with each unit having a rated output of 10,000 pieces per hour, electronic doubles detection, count verification capability, and variable paper size capability ranging from a minimum of 3” x 5” to at least 17” x 22”.

Quantity Equipment

3 Baum Folders with Friction Feeders

| |

|The Contractor shall submit with its bid, a detailed list of all of the primary folding equipment currently in use with the Contractor, or its |

|Subcontractors, if any, that would be utilized to fulfill the folding services requirements of this specification. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with |

|your bid shall result in your bid being deemed non-responsive. |

7 INSERTING EQUIPMENT

The Contractor, or its Subcontractors, if any, providing inserting services shall have a minimum of three Pitney Bowes floor model inserters or their equivalent in place and operating on a daily basis at the time of the bid opening with each unit having a minimum of four stations, a rated output of 7,500 pieces per hour, electronic doubles detection, count verification capability, in-line sealing and metering capability, and variable paper size capability ranging from a minimum of 3” x 5” to at least 8½ “ x 14” and a thickness of at least 1/8”.

Quantity Equipment

3 Pitney Bowes DMS 10 High Speed Insert Machines

| |

|The Contractor shall submit with its bid, a detailed list of all of the primary inserting equipment currently in use with the Contractor, or its |

|Subcontractors, if any, that would be utilized to fulfill the inserting services requirements of this specification. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with |

|your bid shall result in your bid being deemed non-responsive. |

8 BAR CODING AND PRE-SORTING EQUIPMENT

The Contractor, or its Subcontractors, if any, providing the bar coding and pre-sort services required of this specification, shall have, as a minimum, the following equipment or its equivalent in place and operating on a daily basis at the time of the bid opening:

❑ One MLOCR mail sorter with 128 bins capable of sorting 36,000 pieces per hour.

❑ One video encoder capable of applying bar codes to 36,000 pieces per hour.

| |

|The Contractor shall submit with its bid a detailed list of all of the primary bar coding and pre-sorting equipment currently in use with the |

|Contractor, or its Subcontractors, if any, that would be utilized to fulfill the bar coding and pre-sorting services requirements of this |

|specification. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with |

|your bid shall result in your bid being deemed non-responsive. |

9 EQUIPMENT OPERATORS

The Contractor, and all Subcontractors, if any, shall have sufficient experienced personnel employed on staff, inclusive of temporary personnel under contract with an employment agency, at the time of the bid opening to operate the equipment utilized to perform the laser imprinting and lettershop fulfillment and mailing services required of this specification.

A minimum of two persons for each piece of equipment with each person having at least two years of progressively responsible experience in the operation of the unit they are assigned to shall be required.

The Contractor and all of its Subcontractors, if any, shall provide the City, upon request prior to bid award, detailed lists of all equipment operators currently employed and their work experience. Please note that this information is not required to be submitted with your bid. However, upon request by the City, bidder must supply this information within 48 hours after notice. Failure to do so shall result in your bid being deemed non-responsive.

10 PRINTED FORMS AND PAPER STOCK

The Contractor may subcontract with another firm to provide the necessary paper stock required of this specification. However, the Contractor or Subcontractor chosen shall have a minimum of five years’ experience producing printed forms and paper stock similar in scope, quality, quantity, and turnaround times to those required of this specification. Printed forms samples are available for review.

11 PRE-PRINTED MAILING AND RETURN REMITTANCE ENVELOPES

The Contractor may subcontract with another firm to provide the necessary mailing and return remittance envelopes required of this specification (See Appendix #1). However, the Contractor or Subcontractor chosen shall have a minimum of five years’ experience producing mailing and return remittance envelopes similar in scope, quality, quantity, and turnaround times to those required of this specification. Pre-printed envelope samples are available for review.

12 LASER IMPRINTING SERVICES

The Contractor may subcontract with another firm to provide the necessary laser imprinting services required of this specification. However, the Contractor or Subcontractor chosen shall have a minimum of five years’ experience providing laser imprinting services similar in scope, quality, quantity, and turnaround times to those required of this specification. The Contractor may subcontract with another firm to provide the necessary laser imprinting services required of this specification provided they have the capacity to print municipal service documents in variable paper size capability ranging from a minimum of 4” x 6” to at least 17” x 22”.

13 LETTERSHOP FULFILLMENT SERVICES

The Contractor may subcontract with another firm to provide the necessary lettershop fulfillment services required of this specification However, the Contractor or Subcontractor chosen shall have a minimum of five years’ experience providing lettershop fulfillment services similar in scope, quality, quantity, and turnaround times to those required of this specification.

14 PRE-SORT AND BAR CODING SERVICES

The Contractor may subcontract with another firm to provide the necessary pre-sort and bar coding services required of this specification. However, the Contractor or Subcontractor chosen shall have a minimum of five years’ experience in providing the specialized pre-sorting of first class mail for delivery to the U.S. Postal Service as a licensed Fast Forward Site, performing jobs similar in scope, quality, quantity, and turnaround times to those required of this specification. In addition, the Contractor or its Subcontractor, if any, shall have a daily average for first class mail pieces processed of at least 360,000 items, assuring the best possible item qualification rates and lowest possible first class pre-sort rates to the City.

16 MESSENGER SERVICES

The Contractor may subcontract with another firm to provide the necessary messenger pick up and delivery services required of this specification. However, the Contractor or Subcontractor chosen must be in the principal business of providing messenger services, shall be appropriately licensed, bonded, and insured to operate as a messenger service, and shall have a minimum of five years’ experience providing messenger services similar in scope, quality, quantity, and turnaround times to those required of this specification.

17 PROVISION OF REQUIRED SERVICES

| |

|The Contractor shall submit with its bid a list of all Subcontractors, if any, to be utilized to fulfill the service requirements of this |

|specification. The list shall include each Subcontractor’s company name and address, the name, title, and telephone number of a contact person and |

|a description of the work to be performed by each of the Subcontractors. The Contractor shall also submit with its bid a list that describes the |

|work to be performed by the Contractor. This list shall also include the name, title, and telephone number of a contact person. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with |

|your bid shall result in your bid being deemed non-responsive. |

18 SERVICE PROVIDER CLIENT REFERENCES

| |

|The Contractor shall submit with its bid, two current client references and two former client references for the Contractor and each of its |

|Subcontractors, if any, whose jobs are, or were, similar in scope, quality, quantity, and turnaround times to those described and required herein |

|based upon the services to be provided by the Contractor and each of its Subcontractors, if any. Each reference listed must include the client’s |

|company name and address, the name, title, and telephone number of a client contact person, and a description of each of the client’s jobs, which |

|must include the general scope of the work, the forms used, the quantities involved, the quality required, and the turnaround times necessary for |

|successful job completion. Each reference listed shall include the name, title, and telephone number of a contact person. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with your bid shall |

|result in your bid being deemed non-responsive. |

Site Inspection

All bidders must allow for an on-site inspection of their in-house facilities and those of their Subcontractors, if any, upon request prior to bid award, in order for the City to make a determination if bidders and their Subcontractors, if any, are fully capable of providing the services required of this specification.

Performance Bond

The successful bidder will be responsible for providing the MWW with a performance bond in the full amount of the contract price. The successful bidder will be responsible for providing the MWW with a payment bond in the amount of the full amount of the contract price. Under no circumstances will work commence under this contract until such proper certificate/evidence of bonding is submitted to the Department of Public Works, 841 N. Broadway, Room 506, Milwaukee, WI 53202, and approved by the City Attorney.

Insurance

A. The Contractor shall submit with its bid evidence of the insurance coverage carried by the Contractor to fulfill the insurance requirements delineated in paragraphs 1 to 5 below.

The successful bidder and all possible subcontractors shall provide the MWW with evidence of insurance coverage as follows:

1. Workers Compensation and Employers Liability

Statutory

Bodily Injury by Accident Each accident $100,000

Bodily Injury by Disease Each employee $100,000

Policy limit $500,000

To Include: Other states coverage.

2. Commercial General Liability

Bodily Injury/Property Damage:

Each Occurrence $1,000,000

General Aggregate $1,000,000

Operations Aggregate $1,000,000

Personal Injury Aggregate $1,000,000

To Include: Occurrence coverage, premises/operations coverage, and contractual liability for risks assumed in the contract.

3. Automobile Liability

Bodily Injury/Property Damage:

Each Accident $1,000,000

To Include: Coverage for all owned, non-owned, and hired vehicles.

4. Umbrella Liability

Bodily Injury/Personal Injury:

Each Occurrence $5,000,000

Aggregate $5,000,000

5. Errors and Omission Policy

The successful bidder must also maintain in place for the entirety of the contract an Errors and Omissions insurance policy with limits of no less than Twenty-Five Million Dollars ($25,000,000). A copy of the Errors and Omission insurance policy must be on file with the Department of Public Works prior to commencement of the contract.

The Errors and Omission coverage is to apply exclusively to the work and service required under the contract and these specifications. Evidence of coverage is to apply for not less than eighteen (18) months beyond the termination of the contract.

B. The City shall be named as an additional insured with respect to liability coverage and will be given thirty (30) days’ notice in advance of cancellation, non-renewal, or material change in any coverage.

C. The successful bidder’s Certificates of Insurance shall be approved by the City Attorney and placed on file with the Department of Administration, Business Operations Division prior to the commencement of any work under this contract.

D. Upon bid award, the successful bidder and each of its Subcontractors shall also provide an “Affidavit of No Interest” which provides that no official or employee of the City has or will receive anything of value in connection with the issuance of a contract.

E. The successful bidder shall also provide an "Affidavit of No Interest", which provides that no official or employee of the City, MWW by inclusion, has or will receive anything of value in connection with the issuance of the contract.

F. Under no circumstances will work commence under this contract until such proper certificate/evidence of insurance is submitted to the Department of Public Works, 841 North Broadway, Room 506, Milwaukee, WI 53202, and approved by the City Attorney.

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with |

|your bid shall result in your bid being deemed non-responsive. |

Responsibility for Performance

Because of the critical nature of the Municipal Service Bill imprinting and mailing services required of this specification, the City will only accept A-1 services and materials within the turnaround times set by this specification. The City shall hold the Contractor solely responsible for its performance and that of all its Subcontractors, if any, under the provisions of this specification. In addition, the Contractor shall remain solely responsible to the City for any and all assessments and costs that may be assessed by the City under the provisions of this specification.

Service Requirements

The MWW has determined that the following services are required to affect the imprinting and mailing of City of Milwaukee Municipal Service Bills in accordance with applicable State Statutes and Local Ordinances:

1 SUPPLYING AND WAREHOUSING INVENTORY

The Contractor shall supply all of the pre-printed forms, paper stock, and envelopes required for the mailings described herein. Sample can be found in Exhibits 1-6 of the bid instruction portion of this bid package. Full color samples will be presented at the pre-bid meeting.

Contractor will provide (and include in its bid price) sufficient perforated bill stock to produce the bills covered by this contract. All bill stock shall have sufficient perforations that allow the Customer to easily detach the payment coupon from the remainder of the bill. The “regular” bills shall be produced on white #24 MICR bond. The dunning notices (1st late payment notices) shall be on yellow stock acceptable to the MWW and acceptable for OCR scanning by an UNISYS-NDP500 payment processor and by scanning equipment of the U.S. Postal Service. The turnoff bill (disconnection notices) shall be on pink stock acceptable to the MWW and acceptable for OCR scanning by an UNISYS-NDP500 payment processor and by scanning equipment of the U.S. Postal Service. All colored stock will be 24# stock and will be tested for its ability to be scanned. Anticipated volumes are shown in “Cost Calculation Form”.

At least 15 (fifteen) days prior to commencement of contract, the successful vendor is to submit a sample of the colored stock to be used so that the MWW can test it. If it is determined to be unacceptable, vendor will be notified and will be given three working days to submit new sample for testing. More than one sample may be submitted at a time. Each page of the Customer bill will have an identical message pre-printed on the backside, and the MWW may change that message from time to time. The MWW will provide an estimate of the quantity of bill stock required with the current message printed in the backside. The MWW will provide the text of changed messages and an estimate of quantity required in sufficient time for the contractor to arrange for printing the changed message.

The Contractor shall be responsible for the safe storage of any and all pre-printed forms, paper stock, and envelope stock inventories required for the mailings required of this specification. The Contractor shall be held responsible for any and all damages to the pre-printed forms, paper stock, and envelope stock inventories, which occur while said inventories are in the possession of the Contractor, or its Subcontractors, if any. Such damages, when incurred, will be deducted from the Contractor’s monthly invoices until the City is made whole.

The Contractor shall maintain a detailed perpetual inventory of all pre-printed forms, paper stock, and envelopes used for the City’s Municipal Service Bill mailings. The Contractor shall provide an inventory report to the MWW with each monthly invoice. The Contractor and the MWW shall mutually agree upon the format of the inventory report. However, said report must include provisions for recognizing inventory and mailing preparation processing damages and reconciling inventory balances to actual usage based upon work orders placed by the MWW.

| |

|The successful bidder shall be responsible for the cost and safe transfer of all existing form, paper stock, and envelope inventories to their facility, or |

|that of their Subcontractor(s), if any, upon expiration of the current Municipal Service Bill Imprinting and Mailing Services contract. |

2 MUNICIPAL SERVICE BILL MAILINGS–MONTHLY & QUARTERLY

• The Contractor will imprint the forms described in this section using information from a PDF print file provided by the Milwaukee Water Works. This file will contain front side of the form with the MWW Logo and the back side will contain other information (rates, description of fee etc.) similar to that shown in Exhibits 1-6 of the bid instruction portion of the bid package. The Bill will be two color-Black and Pantone Blue 280

• The majority of regular customer bills will be one-page 8’1/2”X 14”statements. Approximately 175 8’1/2”X 14” statements per week will consist of two or more pages (average of two pages). The successful vendor will be given specifications for the preparation of the billing file to accomplish this.

• The disconnection and dunning notices have a distinctive heading that identifies them as a turn-off notice. The MWW will furnish text for the rear side of the form that should be imprinted at the time the bills are produced. These notices will be two color-81/2” X 11”. See Exhibit 1-5 for color scheme. An identical message will be laser printed on the rear side of these notices and this message will be different than the message to be printed on the rear side of regular bills.

• The folds MUST BE made so as to assure the mailing address appears in the window of the mailing envelope. The mailing address appears at the bottom of the municipal services bills and disconnection notices. See Appendix#1 for “Remittance Document and Envelope Requirements”.

• Insert the Customer bill and a return remittance envelope (size no. 9) into a custom printed window envelope (size no. 10) with Postal Indicia. Periodically, the City may require having additional inserts to be mailed with the municipal service bills. See Appendix#1 for “Remittance Document and Envelope Requirements”.

• Insert the turn off notice and a payment return remittance envelope (size no. 9) into a custom printed window (size no. 10) these envelopes are to be metered by the Contractor.

• Contractor will be responsible for ordering envelopes based on the specification provided by the MWW. All stock must be kept at the Contractor’s site and monthly inventory status must be provided to the City by the Contractor.

• The MWW may, from time to time, request that the Contractor deliver envelope and stock for in-house production purposes. If during the term of the contract, changes, restrictions, etc., are mandated by the post office and/or the Contractor, Contractor must inform the MWW at least thirty (30) days in advance.

• All multi-page bills must be delivered to the MWW within one (1) day after the file is transmitted to the Contractor.

• Mail all finished pieces. Customer bills are to be mailed first class utilizing an eleven-digit bar code for postage discount. Postage to be paid by the MWW regardless of whether paid by Permit Indicia or Contractor metering.

• Contractor will be responsible for filing the mailing manifest (Form PS 3602). One copy must be forwarded to the MWW.

• Complete “mailing” (as described above) to be ready for delivery to Main U.S. Post Office, 345 West St. Paul Avenue, Milwaukee, WI 53202 within two (2) calendar days after the billing files are transmitted to the Contractor.

• CONTRACTOR TO BE RESPONSIBLE FOR THE ENTIRE CUSTOMER BILL MAILING PROCESS FROM THE RECEIPT OF THE BILLING FILES, TO THE RECEIPT BY THE MAIN POST OFFICE OF THE COMPLETED, PROPERLY PREPARED, FIRST CLASS, PRESORTED MAILING.

• Contractor agrees with the above condition and recognizes that it allows for the most expedient and timely response to this critical assignment.

• A late delivery penalty of $2,500 per day will be assessed for each day in excess of the delivery requirements stated in section above, and if delay is deemed excessive by the MWW, the Contractor will be held responsible for ANY ADDITIONAL EXPENSES INCURRED BY THE MWW IN ORDER TO GUARANTEE THE TIMELY DELIVERY OF MUNICIPAL SERVICES BILLS TO CUSTOMER. Such late delivery assessments (if assessed) and any additional MWW expenses, if incurred, will be deducted from the Contractor’s monthly invoices until the MWW is made whole.

Business Days

Normal Contractor business days are defined as Monday through Friday, 8:00 A.M. to 8:00 P.M., and Saturday, 8:00 A.M. to 12:00 P.M., or the latest cut off time for delivery of mail to the Main U.S. Post, 345 West St. Paul Avenue, Milwaukee, at the Bulk Acceptance Unit on these days.

Itemized Invoice

Once a month the Contractor shall provide the City with an itemized invoice for postage charges and the services rendered under the terms of this specification based on the unit prices quoted in their bid using the exact nomenclature and format found in the COST CALCULATION FORM-2015 (Schedule “C”). The invoice is to be addressed and sent to:

Office of the Milwaukee Water Works

Administrative Services

Frank P. Zeidler Municipal Building

841 North Broadway, Room 409

Milwaukee, Wisconsin 53202

All postage charges are to be supported by U.S. Postal Service documents marked paid and a detailed postage balance sheet report. The format of the postage report to be mutually agreed upon by the Contractor and the MWW.

Contractor to identify and reconcile all variances between work orders placed by the MWW and postage statements, invoices, and inventory balance reports prepared by the Contractor.

Existing Forms and Services

The Contractor must be capable of using PDF print files to print on paper stock, and envelopes. Only those systems and programming costs associated with changing existing forms and mailing services, or adding new statements or services, will be paid by the City. Samples of the current printed forms, paper stock, and envelopes in use are available for review. (Exhibits 1-6 in Bid Instructions portion of bid package. See Appendix#1 for Remittance Document and Envelope Requirements.

Project Liaisons

Prior to bid award, all questions on this specification shall be directed to Mr. Earl Smith, Water Business Manager, Milwaukee Water Works, at (414) 286-5177.

Upon award of a contract, Mr. Richard Rasmussen, Water Revenue Manager, (414) 286-2584, shall serve as Contract Administrator for the MWW and Earl Smith, Water Business Manager, (414) 286-5177 shall serve as Project Manager for the MWW.

The successful bidder shall provide the MWW Contract Administrator and Project Manager, with the names and telephone numbers of the Contractors’ and Subcontractors’, if any, various department project liaisons (e.g. systems and programming, inventory control, laser imprinting, fulfillment services, billing) and their alternates upon bid award.

Volume Sensitivity

This contract is volume sensitive as it is impossible to know for certain, for example, how many new customers will be added and how many customers will be removed during the course of any one year. The Contractor understands and agrees that the unit prices quoted are to be firm regardless of volumes actually experienced. However, because this contract is volume sensitive, the City and Contractor agree that a contract amendment may be necessary to increase the total estimated cost of the contract, if actual volumes experienced exceed the volume estimates used to calculate the estimated total cost of the contact. Execution of such an amendment is contingent upon the proper City officials appropriating the necessary funds.

Living Wage Provision

The Contractor and all of its Subcontractors, if any, must comply with Section 310-13 of the City of Milwaukee Code of Ordinances – Living Wage Provision.

| |

|The Contractor shall submit with its bid, a properly completed Affidavit of Compliance – Living Wage Provision form. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with your bid shall |

|result in your bid being deemed non-responsive. |

Slavery Affidavit Provision

The Contractor and all of its Subcontractors, if any, must comply with Section 310-14 of the City Code of Ordinances – Slavery Affidavit Provision.

| |

|The Contractor shall submit with its bid a properly completed Slavery Affidavit form if the firm was established prior to 1865. |

| |

|Please note that the information being requested in this section is material to the nature of this bid. Failure to submit this information with your bid shall |

|result in your bid being deemed non-responsive. |

FORM DPW-125 (REV. 7/20/05) OFFICIAL NOTICE NO. 54-2015

B I D

City of Milwaukee

Department of Public Works

Room 501 - Frank P. Zeidler Municipal Building

841 North Broadway

Milwaukee, Wisconsin 53202

Bids Close: Monday, March 31, 2015, at 10:30 A.M.

Submit bids to: City of Milwaukee

Department of Public Works, Contract Office

841 North Broadway, Room 506

Milwaukee, Wisconsin 53202

The undersigned _________________________________________________________________

Use One: (A Corporation) (A Partnership) (An Individual)

of __________________________________________________________________________________

Street City Zip Code Telephone Number

hereby proposes to furnish work, material, labor and services as set forth in the description in the Invitation to Bid at and for the prices hereinafter named according to the provisions in the Official Notice and the Invitation to Bid, Detail Specifications, Special Provisions, Addenda’s, if any, and Plans for this particular project on file in the office of the Commissioner of Public Works, and if successful, hereby agrees to enter into a contract with the City of Milwaukee with such sureties as required and set forth in the aforesaid documents for the performance of said contract (said contract form being on file in the office of the Commissioner of Public Works), and in accordance with the terms and conditions set forth in the contract documents, to-wit: written agreement, official notice, invitation to bid, bid, instructions to bidders, detail specifications, special provisions, special conditions when applicable, plans, schedule of fixed prices, supplemental agreements and all addenda.

In case of obtaining the award, the undersigned bidder anticipates using, subject to the approval of the Commissioner, the following subcontractors, with the class of work to be performed by each, which list should not be added to nor altered without the written consent of the Commissioner:

Check Box

Name of Proposed Subcontractors Class of Work Amount (If EBE)

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

BASIS FOR CONTRACT AWARD. Bidders must submit a five year projected cost total bid amount equal to the sum of the annual cost for the services out line in the specification and detailed cost calculation forms

FOR FURNISHING labor, services, security and materials for Bill Imprinting and Mailing Services for the Milwaukee Water Works:

FIVE YEAR PROJECTED COST

BASED ON THE TOTAL OF SERVICES TO BE PROVIDED AS OUTLINED IN THE COST CALCULATION FORM.

_____________________________________________(dollars)

(WORDS)

$____________________________________________

(NUMBERS)

*** IMPORTANT NOTICE ***

ALL BID PRICES MUST BE ENTERED IN WORDS AND IN NUMERALS. IN CASE OF VARIATION BETWEEN THE TWO, THE WORDS WILL PREVAIL.

IN ADDITION, IF THERE IS A DISCREPANCY BETWEEN THE TOTAL INDICATED IN THE PROPOSAL AND THE AMOUNT OBTAINED BY ADDING THE PRODUCTS OF THE QUANTITIES TIMES THE UNIT PRICES, THE LATTER SHALL GOVERN. ANY ERRORS FOUND IN THE TOTAL INDICATED SHALL BE CORRECTED AND THE CONTRACT AWARD SHALL BE MADE TO THE LOWEST RESPONSIBLE BIDDER BASED ON THE CORRECTED TOTAL.

IF DOUBT EXISTS AS TO WHAT IS BID, THE BID WILL BE REJECTED.

Schedules

Appendix

Exhibits

Department of

Public Works

Forms

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download