Loading...
RFP_Multi Function MachinesTHE CITY OF DUB E Masterpiece nn the Mississippi MEMORANDUM June 11, 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Printer-Copier-Scanner-Fax Request for Proposal Information Services Manager Chris Kohlmann is recommending issuance of a Request for Proposal to change the City's printer-copier-scanner-fax from stand-alone devices in every department to a networked multi-function service. The goals and business problems that this new process addresses are: • Reduction in the amount of high cost, stand-alone desktop printers; • Establishment of a centrally managed contract with one vendor for services, support, training and supplies with predictable costs for the hardware and software specified within this proposal; • Integration assistance with existing LaserFiche document management software; • Improving the quality and speed of the current outputs; and • Establishment of improved document workflows within departments to make the best use of hardware, software and training for enhanced efficiency and accuracy in the retention and retrieval of documents. The City Manager's Office had an opportunity to test this technology several months ago and was very pleased with the results. In addition to a higher level of service, there would an annual cost savings. concur with the recommendation and respectfully request Mayor and City Council approval. ~ ~~ , ~~:~ Micfiael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Chris Kohlmann, Information Services Manager THE CITY OF ~. I~uB ~ E Masterpiece on the ~Mississip~ri Date: June 8, 2007 MEMORANDUM To: Michael C. Van Milligen, City Manager Cc: Cindy Steinhauser, Assistant City Manager Members of the Multifunction RFP Task Force From: Chris Kohlmann, IS Manager RE: Printer-Copier-Scanner-Fax Request for Proposal BACKGROUND Since March 2007, a task force consisting of Steve Brown, Engineering, Kevin Fimstahl, City Clerk's Office, Brenda Fuglsang, Personnel, Juanita Hilkin, City Manager's Office, Denette Kellogg, Carnegie Stout Public Library, Jenny Larson, City Manager's Office, Deron Muehring, Engineering, Kay Munson, Planning, Dave Ness, Engineering, Melinda Rettenberger, Planning, Lynn Schlueter, Engineering, Tony Steffen, Information Services, Kathy Sturm Finance, Janet Walker, Housing and Community Development and myself have been meeting to discuss and study the proposed migration to networked multifunction printer-copier-scanner-fax machines from stand-alone devices. The group has reviewed the results of the on- site studies done by SMG and IKON, made a site visit to Cottingham and Butler offices to review the implementation of their multifunction project and discussed various requirements that this solution must meet. DISCUSSION Attached, please find the final draft of the RFP for your review. The task force has had opportunity to review and comment on this document. Their revisions have been incorporated into this document. ACTION STEP I would ask that you let me know of any questions or concerns with the RFP. I would ask that you share this with the City Council per normal practice. Thank-you. 06/08/2007 Page 1 of 1 Printer/Copier/Scanner/Fax Request for Proposal Introduction The City of Dubuque, Iowa, will receive proposals to purchase a complete solution for printing, copying, faxing and scanning. The City desires to move to a standard equipment platform. This Request for Proposal (RFP) is being distributed to vendors for an automated system to meet the needs of the City of Dubuque. The goals and business problems that this RFP addresses are: • Reduction in the amount of high cost, standalone desktop printers • Establishment of a centrally managed contract with one vendor for services, support, training and supplies with predictable costs for the hardware and software specified within this proposal • Integration assistance with existing LaserFiche document management software • Improving the quality and speed of the current outputs • Establishment of improved document workflows within departments to make the best use of hardware, software and training for enhanced efficiency and accuracy in the retention and retrieval of documents Many facets of this proposal will be "design-build" since analysis on location and types of devices are open to further analysis and complete specifications have not been finalized. Community Profile The City of Dubuque is located on the Mississippi River in northeastern Iowa, adjacent to Illinois and Wisconsin. The City is approximately 25 square miles in area, with a population of approximately 60,000. The City's annual budget is over $116 million and the City provides a full range of services. The community has a stable and diversified manufacturing base and a growing service sector. Dubuque is the major retail, medical, educational and employment center for the Tri-State area. Tourism continues to be a major economic force in the community. City government continues to work in collaboration with the private sector to promote economic development. Proposal Document Submission Vendors should be careful to completely read the requirements and description of this proposal. All inquiries concerning this RFP should be submitted in writing via a-mail to Chris Kohlmann, Information Services Manager at: ckohlman a(~.cityofdubugue.org The timeline for this proposal is as follows: Event Date Issue Proposal June 19, 2007 Vendor -Pre-proposal Meeting (required) City Hall Conference Room A June 25, 2007 10:30 am -Noon Last Day for vendors to submit questions July 13, 2007 Last Day for Addendums to be issued July 13, 2007 Proposal Due (no allowances or exceptions will be made for late proposals) July 17, 2007 Proposals (an original, 1 copy and 1 CD containing the information from the proposal) must be received by 3:00 pm on July 17, 2007 in the City Clerk's Office located at City Hall, 50 W. 13th Street, Dubuque, IA. Vendors should insure that their proposals arrive at the correct location on or before the stated deadline. Late proposals or proposals delivered to the incorrect location will not be considered and will automatically be disqualified from further consideration. Proposals shall be submitted in sealed packages marked "Pinter/Copier/Scanner/Fax Proposal." It is anticipated that a contract for services will be awarded during July 2007. All proposal information should be contained in the written material submitted. Oral presentations will not be permitted. However, equipment demonstrations will be required after the initial evaluation process in order to clarify operating characteristics or acquaint the City with system features prior to final selection. Vendors should be aware that the successful vendor will be required to agree to all representations, commitments, and warranties presented in their proposal. The order of precedence of the contract shall be: proposer's signed contract, written response to follow-up questions, addenda, response to the RFP, and the RFP itself. The written response to follow-up questions, addenda, response to the RFP, and the RFP itself will become appendices to the main signed contract. System Requirements All proposed hardware and software must be demonstrable at the time of proposal submission and must be in production. Maintenance, system and software support must be provided as part of the contract or through athird-party arrangement and must be included as one of the items in the cost summary. All items submitted in the proposal must be fully supported by the manufacturer/vendor. The selected vendor will be required to assume all responsibility for delivery, installation, testing of all software and support services offered in their proposal(s) whether or not the vendor is the producer or manufacturer. Contract Duration and Price Changes The City is seeking amulti-year lease agreement with supplies and services included as part of the costs proposed. The terms to be proposed are 48-month and 60-month terms. At no point will pricing be allowed to rise above stated contract. Devices and additional services may be added during this time. Addenda Addenda are any graphic or written instruments issued by the City of Dubuque prior to the date for receipt of proposals which modify or interpret this document by additions, deletions, clarifications, or corrections. Addenda will be mailed or faxed to all who are known to have received documents. No addenda will be issued later than July 13, 2007 except an addendum postponing or withdrawing the request for proposal. Exceptions Exceptions to any part of the requirements stated in this request must be clearly identified as exceptions in the submitted proposal. Confidentiality of Information Any submitted information considered trade secret or confidential to the proposer, or rendered via anon-disclosure agreement with the City must be so labeled and enclosed separately. The proposer, the City of Dubuque and their agents will hold the submitted proposal and any related materials in confidence if so requested by the proposer. Throughout the evaluation process any information therein will not be made available to any other party unless precluded by Iowa State Code. No debriefings or scoring sheets will be released before final recommendation. However, after the award, all contents of the selected proposal will be considered public information. All proposal material supplied, including supporting material and information disclosed during the proposal evaluation process, will become the property of the City of Dubuque and will be retained for internal use. The City of Dubuque reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the proposer of the conditions contained in this request for proposal, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City of Dubuque and the vendor selected. Insurance Please see Appendix A for Insurance Requirements. Incurring Costs The City of Dubuque is not liable for any costs incurred with replying to this RFP. Caufion to Proposers The City of Dubuque is not responsible for locating or securing any information which is not identified in the RFP and reasonably available to the City of Dubuque. Vendors are encouraged to ask questions to clarify items in this RFP that may need clarification. Proposal Withdrawals All requests to withdraw or resubmit a proposal must be made in writing to the City of Dubuque any time prior to the time of the proposal opening. No proposer may withdraw a proposal within 60 days after the actual date of the opening thereof. Proposal Clarification Questions After reviewing all proposals received in response to this RFP, the City of Dubuque may develop a list of clarification questions to be addressed by the Vendor. The City of Dubuque will send these questions to the Vendor for clarification. The Vendor shall provide a response to the City within five (5) working days following receipt of the inquiry. Evaluation Criteria This RFP is not meant to favor any vendor or manufacturer. Instead, it is designed to meet the needs of the City of Dubuque. The City of Dubuque will weigh the proposals based on the proposer's references, qualifications and support as well as technical merit and cost. Award will not be made on price alone. A "short-list" of vendors meeting the desired criteria may be compiled. Vendors making the "short-list" will be asked to come on-site to provide a presentation of their solution. Vendors will be asked to provide at least two multifunction devices to remain on-site for at least two weeks to fully test the features of the proposed units. In awarding the Contract, the City may take into consideration the proposer's skill, facilities, capacity, experience, responsibility, previous work record, financial standing, the necessity of prompt and efficient completion of work described in the proposal documents, or other factors the City of Dubuque considers relevant. Inability of proposer to meet these conditions may be cause for rejection of the proposal. The City is seeking a total solution that addresses the needs outlined in this RFP. Vendors may not respond " a' la cart' " to items identified in this proposal. Vendors may partner to achieve the total solution requested and such partnerships and sub-contracting relationships should be clearly identified in the proposal response. One vendor must be identified as the primary, proposing vendor for this proposal. Proposal Acceptance The City of Dubuque reserves the right to accept or reject any or all proposals and waive formalities or irregularities in the process. A proposal once submitted shall be deemed final and binding on the proposer, and shall constitute an option with the City of Dubuque to enter into a contract upon the terms set forth in the proposal. All proposal prices must be valid for 60 days from proposal due date. Proposal Award Unless otherwise indicated in the specification for a proposal, the City of Dubuque reserves the right to award the proposal in whole or in part, by item or by group of items where such action serves the best interests of the City of Dubuque. Contract Negotiations The City of Dubuque reserves the right to negotiate a contract after the successful proposer is selected. Selection will be based only on the proposal and subsequent interviews, if any; therefore, proposals must be complete. Contract Documents The proposer's response to this RFP, response to questions and written addenda will become part of the contractual documents upon signing of contract documents. The order of precedence shall be signed contract, response to follow-up questions, response to addenda and response to the RFP. The most recently dated response to an item will supersede other items referencing the same topic. Payment Terms and Retainage Vendor must be able to offer all devices specified on a multi-year lease to be paid annually or as one lump-sum payment. Lease terms to be quoted in the costs section should be 48 months or 60 months. The City will withhold twenty-five percent (25%) of the total contract amount if the pricing is based on a one time lump sum payment or 25% of the year 1 payment if pricing is based on an annual payment until the City has experienced thirty (30) continuous days of system operation. Warranty Warranty on all systems proposed will begin after successful installation, NOT upon delivery of the system. Existing Software, Hardware and Network Operating Environment. The vendor is responsible for verification of all system resources and operating system, database and communications software if they will be specifying a system that will utilize an existing server. Applications which are included in the proposal must be demonstrated on a production basis before acceptance of the proposed system takes place. No "beta" products shall be proposed for this project. Include in the exceptions portion of the proposal any points where the proposed application packages DO NOT conform to the Functional Requirements included in this RFP. Security. It is required that the system provide an ability to define security by form or by function within the system. There must be a secured administrative function provided to maintain and monitor security. See specific security requirements contained in the "Secure Printing Requirements" section of this RFP. Installation and Delivery. The materials/equipment shall be delivered to its proper location and installed by the proposer. During the time between delivery and acceptance, the City of Dubuque cannot be held liable for any damages to or theft of any components. It will therefore, be the responsibility of the contractor to obtain insurance against loss, theft and damage. The maximum allowable time for proposed equipment and system to be installed and functioning is 90 days from the date of contract acceptance. Owner's Responsibilities for Delivery and Installation. Please identify the exact tasks that the City of Dubuque must perform and/or be responsible for in order to accomplish the delivery and installation of the system, if any. (Attach separate sheet labeled "Required Pre-Delivery and Installation Tasks" if needed.) This may include, but not be limited to server purchases, server and/or workstation operating system upgrades, software upgrades, client software installations, client hardware upgrades, and acquisition of analog telephone lines, etc. Initial Loading. The selected vendor must agree to provide qualified systems staff to assist in the initial installation and configuration of the system. The vendor should provide a complete, written implementation plan and schedule of work to be done prior to commencing any installation of hardware or software. Transportation and Installation. To be responsive, vendors must include the cost of transportation, installation and testing of equipment on-site. The costs associated with transportation, installation, and testing shall be given in the cost breakdown. Funcfional Requirements and Project Scope The following section describes an overview of functional needs. Vendors are reminded that this specification has some latitude in numbers and types of devices specified. It is therefore presented as a "design-build" RFP. This approach gives vendors some latitude in their design presented, providing their proposal meets the minimum requirements stated per site. The section "Hardware and Software -Features Required for All Units" describes the features that all units must have broken down by the area it applies to (i.e. copying, scanning, printing or faxing). A table follows this section showing by department and location any additional features required and a recommended number of units at that location. All devices specified by location are multifunction (printer/scanner/copier/fax) unless specifically noted otherwise. This section also includes specific security requirements. The section "Training and Workflow Integration" describes training and implementation requirements for all departments. The section "Support of Hardware and Software" describes specific requirements regarding the support of this project. The section "Consumables" refers to the need for the project response to include pricing for supplies including toner, staples and drum kits for each device specified. The section "Disposition of Old Equipment" describes the need for the vendor to dispose of any printers, copiers, faxes and scanners replaced by equipment for this RFP. Hardware and Software -Features Required for All Units General Features • Easy to use, logically ordered, intuitive control panel with most features available from the initial display screen • Energy Saver Mode and Energy Star Compliant • Print files can be password-protected and held in memory until released by the owner for increased security • Option that overwrites data on the local storage of the device after each copy or print job • Standard automatic duplexing • Minimum of 4 output trays per "larger" device -minimum of 2 trays per smaller devices. Device should have a manual bypass tray • Multifunction units must be able to scan and print simultaneously • Duplex printing should be done in a single pass • Devices and software specified should be able to output information to easily determine output counts for charge backs; device must utilize access codes for recharging and security • Devices must work in a Novell iPrint environment • Device drivers must be included and have available a website for easy updating. Device drivers must be compatible with CAD drawing programs such as AutoCad • Device must have an ability for jobs to be promoted if there is a priority Copier Features • Auto Reduce/Enlarge • Combine Originals • Scan Once, Print Many for maximum productivity and reliability • Electronic Sorting • Auto Paper Select • Rotate Sorting • Walk-up users can access all finishing functions for copying Printer Features • High performance network printing • Standard support for PCL5e/6 and optional Adobe PostScript3 • Standard USB2.0 and 10/100 Baser Ethernet interfaces • Print from the network with standard Ethernet • Automatic Tray Select • Network printer management utilities • Complete access to duplexing and any attached document finishing options s • Envelope Printing • If a resource is not currently available on device, i.e., out of a particular size paper, will automatically go to next job • There should be an ability to switch printer selection when in the queue • Optional PDF Direct Print allowing user to send PDF files directly to a printer without opening the application, reducing network traffic Scanner Features • Scan to network folder with no additional hardware or software required. Scan to LaserFiche template is an optional feature but should be noted if the device is capable. • Supports wide array of industry standard files such as TIFF, TIFF-F, Multi- page TIFF, PDF and JPEG • Network TWAIN scanning is also available as an alternative scanning solution for networked users • The device must have ability to integrate with LaserFiche Document Management Software • Must offer OCR capabilities. Facsimile Features • Dual Access allows simultaneous document scanning and fax reception • Up to 11" x 17" Faxing • Automatically stores incoming faxes in memory for 1 hour in the event of a loss of power • Send Later, Image Rotation and Batch Transmission • Fax directly from desktop • Paperless fax via inbound routing to memory, a-mail, or folder • Fax directly from desktop with faxes received in a-mail. • Faxing must use standard JBIG compression so file sizes are reduced to a minimum size before transmitting to reduce transmission costs. • There must be a confirmation of a fax that is sent (either electronic or printed) • Same features and functionality as dedicated fax systems 9 Devices by Location Table. The following table gives a preliminary design of the location, number of units and clarification of any features beyond those listed in the "Features Required of All Units" section for these particular locations. De artment/Location # Units Descri tion of Additional Features Needed b Area Human Rights/IS General Features 1 300 Main Street (1) Standard 600 sheet paper capacity; maximum • 2 Floor 1,600 sheet paper capacity Fire Department HQ . Handles paper sizes up to 11" x 17" 11 West 9 Street (1) • Copies at 20ppm DLEC -Records Department (1) . 600 x 600 dpi printing at 20 pages per minute 855 Central Water Distribution (1) Municipal Services Center 925 Kerper Ct Carnegie Stout Library 360 W. 11~' Street Children's Area (1) Downstairs (1) Parking Division Locust Street Ramp (1) Economic Development City Hall 50 W. 13"' Street 2nd FIOOr (1) Health Services (1) General Features 1300 Main Street . 35 ppm monochrome and 28 ppm in full color 1 Floor Customizable paper supply up to 3,100 sheets Planning/Econ Dev/GIS City Hall 50 W. 13t" Street Copier Features 2"d Floor (1) . Copy at 35 ppm monochrome and 28 ppm in full color Housing and Community Development First Copy Out Time of 8/10 seconds (BW/FC) Department* 1805 Central • Ability to control who has access to color st I 2"d F oor ~1) Printer Features • Print at 35 ppm monochrome and 28 ppm in full color • Ability to handle large files with an minimum of 1 GB RAM 80 GB stora eon the device 10 • True 1,200 x 1,200 dpi resolution Scanner Features • 50/35 sides per minute scan speed (BW/FC) • Scan resolution up to 600 dpi when scanning to folder • Network TWAIN scanning up to 1,200 dpi Building Services and City General Features Clerk First Flooh City Hall Standard 1050 sheet paper capacity /maximum 50 W. 13 Street (1) 3,550 sheet paper capacity with optional paper banks. Public Works . Handles paper sizes up to 11" x 17" Main Copy Room Municipal Services Center Full finishing options include hole punching, 925 Kerper Ct. (1) booklet finisher and three position stapling Copier Features • Standard 128 MB memory, expandable to 384 MB • Standard 40 GB Hard Disk Drive • Scan Once/Print Many with output at 45 PPM • Warm up time 20 seconds with first copy speed of 3.6 seconds. • 600 dpi resolution copies in 256 levels of grayscale Printer Features • 600 x 600 dpi network printing at 45 PPM Scanner Features • Scans max paper size 11" x 17" at 600dpi with 256 grayscales • Network scanning at 52 ipm at 400 dpi Finance Utility Billing General Specifications First Floor (note these devices are printers) City Hall (1) Technology DLEC -Dispatch Laser printer 770 Iowa Street (1) Resolution 600 x 600 dpi Carnegie Stout Library Throughput Library Adult section (1) 45 ppm-Letter (simplex or duplex printing, stapling and punching) Public Works First Print Speed Mechanics Room Less than 5.9 seconds MCS Configuration: 500 sheets x 2 plus 50-sheet bypass 925 Kerper Ct. (1) Optional Paper Trays: 500 sheets x 2 Optional Large Capacity Tray: 1,500 sheets Park and Recreation Max. Paper Input 15~ Floor 3,550 sheets 2200 Bunker Hill Road (1) Output Capacity Standard Configuration: 500 sheets Housing and Community Optional 9-bin Mailbox: 100 sheets x 9 plus 500 sheets Development (3) Optional Finishers: 1,000 or 3,000 sheet versions Department" Max. Paper Output 2"d Floor 4,900 sheets 1805 Central Paper Size Paper Trays: 5.5" x 8.5", 7.25" x 10.5", 8.5" x 11 ", 8.5" x 14", 11" x 17", A3, A4, A5 Bypass Tray: Width 4.0" to 11.7' ;Length: 5.8" to 17" Large Capacity Tray: 8.5" x 11"only Paper Weight Paper Trays: 20 - 28 Ib. bond Bypass Tray: 14 - 44 Ib. bond Large Capacity Tray: 20 - 28 Ib. bond Paper Type Plain paper, card stock, laser printer qualified transparencies, envelopes Duplex Printing Standard Warm-up Time Less than 22 seconds (Recovery from Energy Saver Mode: 15 seconds) Printer Languages PCL 5e/6 emulations, Adobe PostScript 3, Ricoh RPCS Fonts PCL: 35 Intellifonts, 10 TrueType fonts, 1 bitmap font PostScript: 136 Type 1 fonts Memory Standard 64 MB; expandable to 320 MB Hard Disk Drive 10 GB) Standard Interfaces 10/100Base-TX Ethernet, USB First Floor Copy Room General Features City Hall (1) Standard 1050 sheet paper capacity /maximum 3~d Floor Engineering 3,550 sheet paper capacity with optional paper City Hall banks. 50 W. 13"' Street (1) . Handles paper sizes up to 11" x 17" DLEC . Full finishing options include hole punching, Police Captain (1) booklet finisher and three position stapling 770 Iowa Street Copier Features • Warm up time 15 seconds with first copy speed of 4.5 seconds. 12 • 600 dpi resolution copies in 256 levels of grayscale • Standard 64 MB memory, expandable to 320 MB • Standard 20 GB Hard Disk Drive • Scan Once/Print Many with output at 45 PPM Printer Features • 600 x 600 dpi network printing at 45 PPM Scanner Features • Scans max paper size 11" x 17" at 600dpi with 256 grayscales • Network scanning at 52 ipm at 400 dpi 2" Floor Engineering General Features City Hall (1) • Full finishing options include hole punching, Legal Services booklet finisher and three position stapling 300 Main Street Copier Features Suite 330 Harbor View (1) Place . Cover insertion, page designation, and stamping Dubuque Regional Airport (1) . 600 dpi resolution with up to 256 levels of gray 11000 Airport Road • 50-Sheet ARDF for automatic feeding of Housing and Community documents (one and two-sided) at engine speed Development 1805 Central Printer Features 1ST Floor (2) 2"d Floor (1) 600 dpi printing at 30 pages per minute Scanner Features • Scans max paper size 11" x 17" at 600 dpi with 256 grayscales • Network scanning at 52 ipm at 400 dpi Housing and Community General Features Development Up to 1,200 x 1,200 dpi resolution Department" 2"d Floor (1) Maximum 8.5" x 14" paper input 1805 Central Standard input capacity of 500-sheets, Maximum Fire Stations 2,3,4,5,6 (1 per 1,600-sheets with 2 - 500 sheet optional trays Fire Optional Automatic Duplex Unit Station) • Expandable to an MFP if desired using an expansion kit • 28 pages per minute print speed l3 City Manager General Features 2nd Floor City Hall (1) Output documents at 28 ppm monochrome and 24 ppm in full color L disure Services Customizable paper supply up to 3,100 sheets 2 Floor 2200 Bunker Hill (1) . Full finishing options include hole punching, booklet finisher and three position stapling and DLEC saddle-stitch booklet maker Police Chief 770 Iowa (1) Copier Features • Copy at 28 ppm monochrome and 24 ppm in full DLEC color Police Basement Offices (1) . First Copy Out Time of 8/10 seconds (BW/FC) 770 Iowa • Ability to control who has access to color Printer Features • Print from the network • Print at 28 ppm monochrome and 24 ppm in full color • 1GB RAM and 80GB Hard Disk to accommodate large file printing • True 1,200 x 1,200 dpi resolution Scanner Features • 50/35 sides per minute scan speed (BW/FC) • Scan resolution up to 600 dpi when scanning to folder • Network TWAIN scanning up to 1,200 dpi Eagle Point Water Plant General Features 1902 Hawthorne (1) . Full finishing options include hole punching, Keyline Transit booklet finisher and three position stapling 2401 Central (1) Copier Features Carnegie Stout Library • Copy features like cover insertion, page Clerical Office designation, and stamping 360 W. 11th Street (1) 600 dpi resolution with up to 256 levels of gray Human Resources (1) scales First Floor Optional 50-Sheet ARDF for automatic feeding of City Hall documents (one and two-sided) at engine speed Printer Features 14 • 600 dpi printing at 25 pages per minute • Secure data in shared printing environments with hold/stored print Scanner Features • Network TWAIN scanning is also available as an alternative scanning solution for networked users DLEC General Features Police Captain (1) • Advanced finisher options, including hole punch, 770 Iowa Street booklet finisher and stapler • Up to 3,100 sheet paper capacity • Can process up to 90 Ib. index stock and 12" x 18" paper through bypass for full-bleed printouts • Built-in security -The network data protection feature can encrypt data over the network • Optional upgrade to a Multifunction Device • 28 ppm full color & 32 ppm black & white DLEC General Features Police Dept -CID (1) Customize paper supply up to 3,100 sheets 855 Central • Output documents at 45 ppm monochrome and 35 ppm in full color Copier Features • Ability to control who has access to color • Copy at 45 ppm monochrome and 35 ppm in full color • First Copy Out Time of 6/8 seconds (BW/FC) Printer Features • Print at 45 ppm monochrome and 35 ppm in full color • 1GB RAM and 80GB Hard Disk Drive to accommodate large files • True 1,200 x 1,200 dpi resolution Scanner Features • Scan resolution up to 600 dpi when scanning to folder • Network TWAIN scannin u to 1,200 d i 15 (monochrome only) • 50/35 sides per minute scan speed (BW/FC) * Note the Housing and Community Development Department will be moving their offices to the Federal Building during August of 2007. It should be assumed all equipment will be installed at the Federal Building and not at 1805 Central. A drawing (not to scale) showing the approximate locations of equipment is attached as Appendix B. Secure Printing Requirements Due to HIPPA, Homeland Security and Public Safety requirements, the majority of shared multifunction devices which have walk-up access will need to meet secure printing requirements. The City currently prints documents using Novell iPrint and the solution offered should work with that software and not depend upon Microsoft Windows shared printing. The requirements for secure printing include: • The solution must take advantage of the security infrastructure currently in place. • There should be control access to the device with a keypad, card reader or biometric device attached to the printer. It is preferred that a dialog box appears offering the option of using either secure or standard printing. For example, if you choose secure printing, you enter a code at your workstation. The job would then go into a print queue, either on a print server or on the printer itself, and the job would sit there until the user goes to the printer and-if a keypad device is being employed-enters the password or utilizes a smart card or biometric device to release the job for printing. • If biometric devices are specified, a fingerprint reader is plugged into a USB port on the user's workstation to register a fingerprint. Then, if a user opts for a secure print job, he/she uses a fingerprint reader at the printer to release the document. • Encrypting all printer files and only decrypting them at the printer can be specified as an option. Software to do encryption must be compatible with Novell iPrint. Print Management software should be specified that provides the following features: o The ability to set quotas or restrict who can print to which devices, with particular attention to the management of color printing. o The software should provide an audit trail to see who is accessing and printing what documents. 16 o The software should have the ability to block a user from printing documents from specific applications or documents that have designated key words in the title. For example, anyone not on the human resources staff would be blocked from printing anything from the HR Management System. o Controls and monitors download of information to local storage of the unit. • The solution proposed should meet or exceed National Security Agency Common Criteria certifications. • The solution should restrict access to the device using secure login and password authentication. • The protection of temporary data stored on the hard drive with a can be proposed. • A solution that deters copying of sensitive documents by using unauthorized copy controls can be proposed. Training and Workflow Integration The selected vendor must provide on-site training of operators, users and administrators. Training must be provided for all hardware and software included in the vendor's response to this RFP. Vendors must state whether the quoted training costs include travel and any additional expenses for trainers. Vendors must detail hours and length of implementation training. Vendor must provide training and support for not only the hardware and software specified, but must also provide guidance in the integration of the flow of documents in departments and how that document flow can be best structured to work in a multifunction environment using the LaserFiche Document Management Software. Vendor must be able to train and support the functionality of the hardware proposed using the integration with LaserFiche Document Management Software. In their response the vendor must provide a full description of their approach to integration with LaserFiche document management. Specifically the vendor or an identified partner that is proposing this solution with the primary vendor must: Have a minimum of one year's experience with sales/support of LaserFiche; Have a certified LaserFiche technician on staff; Have extensive knowledge of integrating the proposed multi-function units with the LaserFiche document management system. Vendors will be asked to quote a specific number of hours that they intend to be on-site during each month assisting with training activities and workflow integration for each department. t~ A mutually acceptable training schedule will be finalized as part of the contract. Support of Hardware and Software The City requires a support contract be available from the vendor. Support terms should be detailed for hardware and software. The software support contract must provide a telephone hot-line backed up by a minimum of three support personnel available and a complete line of hardware to be able to test and re-create any software situation. The software support contract must also provide modem support so the software vendor can provide remote support and directly access the City's computer system. Software support must be available during the City's "normal" business hours which are Monday -Friday, 8:00 a.m. - 5:00 p.m. Central Time Zone with options stated for "after hours support." It is desired that any user have access to support personnel for questions. The required callback response is 1 hour and on-site response must be within 4 hours of the initial callback. The software support contract must also provide software updates to keep the software current. The vendor should provide a written copy of support contracts and pricing of maintenance options. The vendor must detail their response procedures to calls for service and expected on-site response times. It is desired that the vendor maintain a web page via the Internet to provide customer access to frequently asked questions, upcoming software releases and general product or support information. Please indicate in the response if such is available. The vendor must explain how they will integrate any multi-function or stand-alone units that will remain i.e. HP 4500 large format color. These units will be identified by the City and should be included in support plans. Consumables The City is seeking a fixed price contract for all departments to obtain Consumables for the term of the lease. Consumables by definition for this RFP would be all supplies including toner, staples and drum kits for each device specified. Consumables would exclude paper. Disposition of Old Equipment This project will replace several existing desktop printers, scanners, faxes and copiers. The City will provide a list to the successful vendor of the devices to be disposed. Vendors should provide a description of their plan for trade-in or disposal of existing equipment is Format of the Proposal Response In order to simplify the review process and to obtain the maximum degree of comparability, the proposal shall include the following items and be organized in the manner specified on the following pages. A. Letter of Transmittal A letter of transmittal briefly outlining the vendor's/proposer's understanding of the work shall be submitted. The transmittal letter should also include general information regarding the firm and individuals involved. B. Profile of the Firm 1. Company Name 2. Legal Name (if different) 3. Years in Business 4. Number of years installing systems similar to this proposal 5. Number of sites currently installed using the proposed software 6. Contact Person 7. Full Mailing Address 8. Telephone Number 9. FAX Number 10. E-mail and web site address 11. Number of full-time employees 12. Number of technical/support personnel 13. Number and location of training sites within 300 miles offering training on the proposed products. 19 C. SIGNATURE The undersigned certifies he/she is authorized to obligate the represented firm and further agrees with all terms, conditions, and requirements of the City of Dubuque's Request for Proposal. Firm Name Address Phone Signature Title Date Contract Addenda Received (if any) D. System Configuration In this section, the vendor must fully describe the units proposed by location. This should include all model numbers and configuration of hardware, description and version of software, specific network capabilities, any special electrical wiring needs, environmental and other relevant requirements for operation of the proposed system. The vendor must explain sleep mode options and provide warm-up times for all devices coming out of sleep mode. The full specifications and product descriptions for each device specified must be provided including: o Scanning specifications o Printing specifications o Fax specifications o Copying specifications o Warranty specifications The vendor must fully explain their faxing environment and provide full specifications on fax server requirements. The City will be acquiring a fax server separate from this specification -but server requirements must be stated. The vendor should offer a formula to add or decrease units based on staffing level changes. ao E. References To be a qualified proposer, the vendor must include below three references with similar systems installed. Preference will be given to vendors with references for implementations at organizations most similar to the City of Dubuque. References will be contacted -please verify information before submitting. Reference #1 Organization Name Address Type of Business Contact Person Telephone and Fax #s Secondary Contact Person Secondary Contact phone and Fax #s Dates of Installation Description of system Reference #2 Organization Name Address Type of Business Contact Person Telephone and Fax #'s Secondary Contact Person Secondary Contact phone and Fax #s Dates of Installation Description of system Reference #3 Organization Name Address Type of Business Contact Person Telephone and Fax #'s Secondary Contact Person 21 Secondary Contact phone and Fax #s Dates of Installation Description of system F. Costs A cost breakdown of all software, training, initial loading assistance, transportation, and installation shall be a separate section of the proposal. Individual components and line item pricing are to be included here. Version numbers if applicable must be included. Vendors must include columns labeled "Qty.", "Item/Description," Location" and "Total Cost." Pricing should be quoted as lease terms for periods of either 48 or 60 months. Provide projected cost per copy for both color and B/V1/. Maintenance should be quoted as a separate item and be quoted as Year 1 - Year 5. Consumables should be quoted as a separate item quoted as Year 1 - Year 5. Training, workflow and integration costs should be quoted as a number of hours anticipated to be on-site to perform this task along with the associated costs throughout the duration of the lease. Be sure any transportation, lodging costs and all other reimbursable costs are included in this fee. Costs should be included in a separate envelope labeled "Costs for Printer/Copier/Scanner/Fax Proposal. G. Other Features. The vendor should have more than five (5) years experience in selling, programming and installing the quoted systems. The vendor must warranty the applications to perform as specified and include length of warranty. A copy of the proposed written warranty should be included in the proposal response. The vendor should document all applications so that they are understandable to City personnel. The vendor shall provide evidence of documentation, the number of copies of documentation included with this proposal and charges for additional copies. H. Exceptions. The vendor should list any exceptions taken with items or terms required in this proposal. 22 APPENDIX A INSURANCE REQUIREMENTS INSURANCE SCHEDULE C INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE 1. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa. All insurers shall have a rating of A better in the current A.M. Best Rating Guide. 2. All policies of insurance shall be endorsed to provide a thirty (30) day advance notice of cancellation to the City of Dubuque, except for 10 day notice for non- payment, if cancellation is prior to the expiration date. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance. 3. shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Paragraph 6 below. Such Certificates shall include copies of the following endorsements: a) Commercial General Liability policy is primary and non-contributing. b) Commercial General Liability additional insured endorsement. c) Governmental Immunities Endorsement. shall also be required to provide Certificates of Insurance of all subcontractors and all sub-sub contractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet the same insurance requirements as required of 4. Each certificate shall be submitted to the contracting department of the City of Dubuque. 5. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 6. Contractor shall be required to carry the following minimum coverage/limits or greater if required by law or other legal agreement: a) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence Limit $1,000,000 Fire Damage limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 1 of 2 June 2005 INSURANCE SCHEDULE C (Continued) INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE This coverage shall be written on an occurrence form, not claims made form. All deviations or exclusions from the standard ISO commercial general liability form CG 0001 or Business owners BP 0002 shall be clearly identified. Form CG 25 04 03 97 `Designated Location (s) General Aggregate Limit' shall be included. Governmental Immunity endorsement identical or equivalent to form attached. Additional Insured Requirement: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers shall be named as an additional insured on General Liability including "ongoing operations" coverage equivalent to ISO CG 20 10 07 04. b) Automobile $1,000,000 combined single limit. c) WORKERS COMPENSATION & EMPLOYERS LIABILITY Statutory for Coverage A Employers Liability: Each Accident $ 100,000 Each Employee Disease $ 100,000 Policy Limit Disease $ 500,000 d) PROFESSIONAL LIABILITY $1,000,000 e) UMBRELLA/EXCESS LIABILITY *Coverage and/or limit of liability to be determined on a case-by-case basis by Finance Director. Completion Checklist ^ Certificate of Liability Insurance (2 pages) ^ Designated Location(s) General Aggregate Limit CG 25 04 03 97 ^ Additional Insured CG 20 10 07 04 ^ Governmental Immunities Endorsement 2 of 2 June 2005 .-~'~~ CERTIFICATE ~F L,~-BIL13'1( ~N~~tRA1~+1~E DATEIMMfODtYYYY) C?2128/2005 PRDaucER (563}SS6-0272 FAX (563)556-4425 INSUItAI~tCE AGENCY STREET At1{NtE55 THIS CERTIFICATE IS ISSUED AS A MATTER OF tNFOR~IlAT10N ONILY AND CONFEF'2S NO RIGHTS UPON THE CERTIFtCATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER TFiE COVERAGE AFFORDED 8Y THE POLICIES BELON+. CITY, STATE, ZIP CODE INSURERS AFFORDING COVERAGE NAB wsuRrro r~cxnparty INSiJRERA InsuralMCe Comisany .°_.. --.-_._ Street Address ._.__ __. INSURER s C'itYr 5#ate, Zl~ Cnde lNSURFRC INSURER D: --_ _.__.__ INSURER E. .. ~~ COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN tSSUEO FO THE INSURED NAMEfl AB(}V~ FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN+ ANY REQUIREMENT, TERM OR CONDITION pF ANY Ct)NTRAGT OR OTHER DOCUMENT WITH RESPEG'T TO WHICH THIS CERTIFICATE MAY $E ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBEia HEREIN IS SUBJECT TO ALL TFFE TERMS, I=XCLU31()NS AND COIJD1T14NS OF SUCH POLICIES. AGGREGATE LrMITS SNOWIY MAY HAVE BEEN REDUCED BY PAID CLAMS. INSR TYPE DF INSURANCE PCN.tCY NUMBER ~-tCY I:FFECTNE POLICY E7tPIR~1'f30N {,N1t1T& GENERAL LMRIL.ITY EACH OCCURRFNCf S ~ (~(~ ~ . X COMMERCIAL GENERAL LUtBILITY DAMAGE TO RENTER $ 50 # CLAIMS MADE ~ OCCUR MED EXP {Arty ~ Berson) ~_ ~ .""` S i X PERSONAL 8 ADV tNJURY _- (~~ $ 1 GENERAL AGGREGATE ~ ~ $ ~ OOO GEN'L AGGREGATE l IMIT APPLIES PER PR4Dt/CTS - COMPfOP AGG ~ r _ __ $ ~ y POLICY ~ X LOG AUTOMDIIOi.E ~ X ANV AUTO ~~lV ~ ~~~.'+ ~~/V / ~,/,~^~' ~ 7F ~T - i~ ("' ~ ""` COMBINED SINGLE litrllT (Ea accident) $ ,/ j ~xOOO~} ALL ONAIED AUTOS / ~"` BODILY tN RY SCHEDULED AUTOS ~ ~ ~ i,•~ JU {Per petsorti ~ ~ ~ ~- , HIRED AUTOS ~ l ' l BG1DtLY INJi) R MION-OWN€D AUTOS f f ~ a ~' / ~. w ,~+' q +~ y"/ Sri' i.i~~ 4. { ~ } Y $ _°---° PROPERTY DAMAGE ~ {P~r:x~de:ati tI' ARA4E lut~UTY RUTO tINLY - ER ACCIDENT __ ..- - -- i ANY AUTO . . -. -. OTHER THAN EA ACC ...____,_...._....____._ ~ AUTO ONLY RGG EXCJWSBtUINBREtLA LIABRITY EACH OCCURRENCE -- ---- Y ~ ~ OOO y CFO --- X OGCLIR ~ CLAIMS MADE AGGREGATE ~ ___. f 1 i Q(~ (j S DEDUCTIBLE _.____ X RETENTION S _._ ~ WORKERS COMPENSATKIN AND ~( WC 3TATLI- OTH- EMPLOYERS' UAS9LTTY A ANY PROPRIETORJPARTNER/FJCECUTIVE E.L. EACH ACCIDENT "°"'° " .~ ~ 1~ OFFICERItI~M$ER EXCLUDED? MY~,dBSCrkGeuncler ` kL GIStASF.t=AEAAPLOYE "°°"" '~ S ~{aO SPECIAL PROVISIONS UBlovi F L DISEASE - POLICY LIMfT $ 5~ c 1t~SSIUNA~. LIABILITY $ i , £~Ot? ,1~~ DESCRN+TKIN pF a~ERATKNI$ r LOCATKNIS 1 VEHICLES t EJtCIUSK)NS ADDED BY ENDORSEMENT 7 SPECIAL PROVISIONS f CITY OF DI18tJQtiE IS AN ADDITIONAL INSURED ON GENERAL LIABILITY PCILICZfS INCL. ONGOING & COMPLETED PERATIONS COVERAGE EQUIVILANT TO ISO CG 2010 0744 & CG 2037 0704. GENERAL LIABILITY POLICY IS PRIMARY NON-CONTRIBUTING, FORM CG 2504 0397 "DESIGNATED LOCATIONS" GENERAL LIABILITY AGGREGATE LIMIT SHALL 8E NCLUDED, GOVERNMENTAL IMMUNITIES ENDORSEMENT IS INCLUDED. AlL POLICIES OF INSURANCE SHALL BE ENDORSED PROVIDE THIRTY (30) DAY ADVANCE NOTICE OF CANCELLATYf)t'i TO THE CITY Ot= DUBUt~JE. CITY 4)F DUBiX~1E CITY HALL SO W~~.y~13TH STREET I}~Bv~.NE r IA SZt301 SHOULD ANY 4F THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE E%PiRATION DATE THENNEOP, THE i3SUMNG INSURER WILt ~l~' MAIL 30 DAYS WRiTfi€N NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AUT'HDRCLEa REPRESENTATIVE r~a.+„srcu ca ttvi-~iuNf/ aGCi•RO cor~~t>'Rarrnnl ~ IMPC3RTAN7 1f the certificate hotder is an ADDITIONAL INSURED, the policy(ies) must tie endorsed. A sta#erneni on this t~rtificate does no# infer rights to the certificate holder In Iieu of such endorsement(s). !f SUBROGATION !s WAIVED, sutaject to the terms and cxanditkms of the policy, certain policies may require an endorsement. A statement ort this certificate does riot confer rights to the certificate holder in lieu of such endorsements}. OtSCLAIMEft The Certificate of Insurance on the reverse side of this form does not constitute a contrail beiween the issuing insurer(s), authorized representative or producer, and the certlf~cate holder, nor does it affirmatively or negatively amend, extend or alter the cxxverage afforded by the potic~es listed thereon. SPECIMEN rpg~ F?dLICY NUMBER: COMME1=iOlAL GENERAL, LIABILITY CG 2& 04 t)3 9T THIS EI'~Q~RSEMENT CHANGES THE PQLICY, PLEASE READ IT CAREFULLY. G~N~F~AL AG~R~+G.AT~ LIST This endorsement motfifes insurance provided under the foIlowng: COMMERCIAL GEIkIERAL LIABILITY CC3VERwAGE PART SCHEDULE ANY AND ALL COVERED LOCATIONS (If na entry appears above, information required to r.,omnlet witl 6e Shcswn in the rlArlaratinne as applicable to this endorsemerrL) , A For alI sums which the insured becomes Iegatly obligated to pay as damages Caused by 'occurrences' under COVERAGE A (SECT!©N ~, and for afI rr~e+dicat expenses caused by acC% deriis under COVERAGE C {SECTION ~, which can l~ attributed only to operations at a single designator! 'lacatlcn' shaven in the Schedule above: 1. A separate ©esignated Location General Aggregate Limit applies to each designated "ioc~tion', and that limit is etua! to the arnaurrt ttf the General Aggregate Limit shown in the aeclaratians. Z. The Designated Lot~tion General Aggregate limit is the mast vve will pay for the sum of all damages under CC3VERAGE A, except darn ages because of "badly injury' or "pmpeRy damage' included in the `products-completed operations hazard', acrd for medit~I expenses under COVERAGE C regardless of the. num- ber of: a. ~ Insureds; b. Claims made or `suits' brougt~ or c. Persons or organizatiar~ malting Cairns ar bringir~ 'suits'_ 3. Any payments made under C©VERAGE A far damages or under COVERAGE G for medit:at expenses shall reduce the Desg- Hated Location Genera! Aggregate Luna for that designated 'locatsan". Such payments shall not reduce the General Aggregate Limp shaven in the Declarations roc shall they :re- duce any other D+esigr~ated Location General Aggregate Limit for any other d~slgnated "location' shaven in the Schedule above. 4. The Iimits shown in the Dedtarations for Each Occurrence, Fire Llamage arxi Medical Eac- pense continue to apply. However, instead of beir~ subject to the General Aggregate t3rnn Shawn in the Declarations, suss .:limns will be scabject to the applicable Des~nated Location General Aggregate Limit. SPECIMEN CG 25 fl4 p3 97 Copyright, Insurance Services Office, inc., 1996 Page i of 2 II rl... L _" PC7LitrY NUMBER. COMMERCIAL GENERAL L1AHLITY G+CZO900?0~ THIS ENDC?RSEMENT CHANGES THE P4LICY, PLEASE REAGI IT CAREFULLY. tJNTF~ACTC}~t - ~H~DU~EC~ PER~~~J +C~R t~F~l~-f~ ~~TtCJ t~ This endarsement maddies insurance provided under the following: CtJMMERCIAL GENERAL LIABILIT'Y' COVERAGE PART SC1-iEDU LE Name Cif Additional tttsured Person(s) Car C)r anizatian s : Locations C)f Covered C) rations The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, ccmmissfions and/or authorities and their board members, employees and volunteers. Information r aired to cvm late this Sciyeduie, if nat shovvrt aixri~e, will be shown in the Qeclarations. A. Sec#ion iI - YVho is An insured is amended to inciude as an additions! insured the person(s) or organization(s) shown in the Scheduler, but only with respect to liability for "bodily injury", "ProPe~y damage" or "personal and advertising injury" caused, ~ whole ar in part, by: f. Your acts ar omissions; or 2. The acts ar omissions of those acting an your behalf; in the. performance of your angaing operations far the additional fisured(s) at the location(s) desig- natedabove. EP~~iEN B, With respect to the insurance afforded to these additional insureds, the foiiow~g additional exclu- sions appty: This insurance does not apply to "bodily injury" ar "property damage"' ocxurring after: 1. Ali work, inctuding materials, parts or equip- ment famished in tx}nraecton with such work, on the project (other than service, maintenance . or repairs) to be performed by or an behalf of the additnona! insureds) at the location of the covered operations has been campieted; or 2. That portion of "'your worst" out of which the injury or damage arises has been put #o its in- tended use by any person ar organization other #han another contractor or subcontractor en- gaged "rn performing operations for a principal as a part of the same project_ CG 20 10 O7 04 ~ ISO Properties, Inc., 2004 Page 4 df 1 !~ CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunitv. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunitv. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non-Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN 1 of 1 June 2005 ista meri Break Room Inspectors ~' r ~,-h~ ~ ~ '~ Tele- ,,~,, a.~ Dept. m ~ communicatio ~~ Mgr ~ Room ,;~ ~~ ~_~. ~, _ _ _ .. ~- m ~ r ~: ~ o ~ ~ , ~~~ Comm ~ ~ a _ ~~~.... Section 8 Section 8 ~~~'~! ~; y -„ ;': Rehab Appendix B Housing Equipment Location Lead Pai ~I 11-_-- ~ J;-- - ~ ~- I I~ _ C©f©r J BW ~~ MF MF Reception/Vllaiting BW Laser __ ~ti~ Section 8 r,~_`., +. Rehab '~ ~, j~;5''. ~, ... n~ ~,~ ~~~. General ection 8 ~ ~-~ Housing ;~~F~ ~: Bw - ,Laser ,: ~~ Section k~~ onference Room 'V' upervisor