Active SLED Opportunity · MICHIGAN · CITY OF PONTIAC MI

    Property Tax Bill Printing and Mailing Services RFP

    Issued by City of Pontiac Mi
    cityRFPCity of Pontiac MiSol. 208066
    Open · 22d remaining
    DAYS TO CLOSE
    22
    due May 15, 2026
    PUBLISHED
    Apr 16, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    323111
    AI-classified industry

    AI Summary

    The City of Pontiac, MI, seeks proposals for property tax bill printing and mailing services. The contract includes secure data processing, high-quality printing, assembly, and mailing of approximately 20,000 bills biannually. Vendors must demonstrate municipal billing experience, quality control, and data security. Proposals due by May 15, 2026.

    Opportunity details

    Solicitation No.
    208066
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 16, 2026
    Due Date
    May 15, 2026
    NAICS Code
    323111AI guide
    Jurisdiction
    City of Pontiac Mi
    Agency
    City of Pontiac Mi

    Description

    The City of Pontiac, Michigan is requesting proposals from qualified vendors to provide property tax bill printing and mailing services, including the secure processing of billing data, high-quality printing of tax bills and notices, assembly and mailing through the U.S. Postal Service, and the ability to handle peak seasonal volumes (roughly 20,000 bills per season). Proposals should outline experience with municipal billing, technology and quality control measures, pricing structures, implementation timelines, and references. Submissions will be evaluated on cost-effectiveness, capacity to meet deadlines, printing quality, relevant experience, and customer support. All proposals must be submitted to the City of Pontiac Purchasing Department by the stated deadline and clearly marked for consideration.

    Background

    The City of Pontiac, Michigan, is a historic community located in Oakland County and serves as the county seat. With a diverse population and a significant number of residential, commercial, and industrial properties, the City is responsible for the accurate billing and collection of property taxes, which form a major source of funding for essential public services such as police and fire protection, infrastructure maintenance, and community programs. Each year, thousands of property tax bills and assessment notices must be generated and distributed in a timely and accurate manner to ensure compliance with state laws and to maintain strong fiscal management. To achieve this, the City requires a dependable printing and mailing partner that can manage large volumes of statements, safeguard sensitive data, and deliver correspondence efficiently to property owners. This RFP seeks to establish such a partnership to ensure high accuracy, quality service, and reliable delivery of all property tax billing documents.

    Project Details

    • Reference ID: 2025-REQ-0099
    • Department: Treasury
    • Department Head: Martin Fisher (Interim Treasurer)

    Important Dates

    • Questions Due: 2026-05-06T18:00:52.877Z
    • Answers Posted By: 2026-05-07T18:00:02.225Z
    • Pre-Proposal Meeting: 2026-04-29T17:00:12.370Z — Microsoft Teams: https://teams.microsoft.com/meet/274725130831054?p=2jtR14odMeFwUrpgWo Meeting ID: 274 725 130 831 054 Passcode: BG2Js3V3

    Meetings & Milestones

    EventDateLocation
    Public Bid Opening2026-05-15T18:30:08.275ZMicrosoft Teams: https://teams.microsoft.com/meet/289571112580623?p=fBn6RnUTilsEwb3jX5 Meeting ID: 289 571 112 580 623 Passcode: mS78W7QY

    Evaluation Criteria

    • TERM OF CONTRACT

      The contract term will be three (3) years with an option to renew for two (2) one-year periods.

      The City’s acceptance of a bid and approval of the award of a contract shall not constitute a formed contract, and the acceptance of a bid and award of a contract shall be contingent and conditioned upon the parties’ entry into and execution of a written agreement acceptable to the City and approved by the City of Pontiac’s City Council.

    • Scope of Work

       

      The City of Pontiac, Michigan, is a historic community located in Oakland County and serves as the county seat. With a diverse population and a significant number of residential, commercial, and industrial properties, the City is responsible for the accurate billing and collection of property taxes, which form a major source of funding for essential public services such as police and fire protection, infrastructure maintenance, and community programs. Each year, thousands of property tax bills and assessment notices must be generated and distributed in a timely and accurate manner to ensure compliance with state laws and to maintain strong fiscal management. To achieve this, the City requires a dependable printing and mailing partner that can manage large volumes of statements, safeguard sensitive data, and deliver correspondence efficiently to property owners. This RFP seeks to establish such a partnership to ensure high-quality service, improved accuracy, and reliable delivery of all property billing documents.

      1. Description of Services:

      1. Receiving PDF Data Files.  Bills will be provided as large PDF files (>100MB) which should be received through secure FTP.
      2. Printing Tax Bills.  Bills are two-sided with a perforated tear-off top stub.  The back is a monochrome text template identical for all bills. The front uses a multi-color text template identical for all bills plus black text unique to each bill.  See the attached front and back samples. 
      3. Printing Spanish Bills.  A second PDF containing Spanish bills will be included in each upload.  These share the same layout as the English bills, but the template text on back and front is in Spanish instead of English.  Currently, fewer than 1% of the total bills are this Spanish version, but the fraction may grow.
      4. Printing #9 Return Envelopes.  These use simple black text.  See the attached sample.  There is no Spanish version.
      5. Printing #10 Mailing Envelopes.  These are single-window with a 3-color logo.  See the attached sample.  There is no Spanish version.
      6. Insertion and Mailing.  Bills must be folded accurately along the perforation line and inserted together with a #9 return envelope, with the mailing address fully visible through the #10 envelope window.

      2. Volume, Frequency, Timeline:

      • Volume of each billing is approximately 20,000.
      • Billings are twice per year, to be completed from start to finish during the months of November and June, respectively.  (Turnaround time is approximately 21 days.)
      • Bill PDFs will be uploaded near the start of the month.
      • Printing proofs to be provided to the city within one week of the data upload.
      • Test bills to be provided to the city within two weeks of the data upload.
      • Mailing to be completed before month's end.

      3. Pricing:

      • Pricing should include a per-item breakdown for bills and envelopes, identifying any volume discounts, setup fees, etc.
      • Mailing and postage costs should be included as subtotals on the final invoice, not invoiced separately.

      4. Quality Requirements:

      • Payment may be conditioned on the timely and accurate completion of all required services, including text readability, color accuracy, and folding alignment with both the tear-off stub perforation and the #10 envelope window.
      • Contact information for at least three references from similar projects must be provided as proof of capacity to meet the city's quality requirements.

      5. Evaluation Criteria:

      • Ability to meet volume, timeline and quality requirements
      • Cost-effectiveness
      • Vendor location

       

    • Evaluation Process

      Evaluation of bids received in response to this RFP will be conducted comprehensively, fairly, and impartially. The City reserves the right to award based on a combination of factors stated in this solicitation.

      The City shall first review bids for responsiveness. Only those bids deemed responsive will proceed to scoring by an evaluation committee selected from City of Pontiac personnel.  Bids that receive evaluation scores of 80 points or greater will be considered passing and eligible for award. Additionally, if it is determined that a vendor is not responsible, they will not be considered for award regardless of their score.

      The evaluation committee will review and evaluate responses based on the criteria below:

    • Evaluation Criteria
      Evaluation CriteriaDescriptionPointsQualitative Rating

      1. Technical Capacity and Approach

      Section 3.1 #s 3 to 9

      Ability to meet specifications, customization, quality control, and turnaround time40No Response: 0-7, Poor: 8-12, Acceptable: 13-17, Good: 18-20, Excellent: 21-23, Outstanding: 24-25

      2. Pricing Structure and Cost

      Section 3.1 # 14

      Section 3.2

      Evaluation of total cost. Competitiveness, clarity, detailed breakdown, and cost-saving options40No Response: 0-6, Poor: 7-10, Acceptable: 11-14, Good: 15-16, Excellent: 17-18, Outstanding: 19-20

      3. Customer Service and Support

      Section 3.1 #s 10, 15

      Responsiveness, designated contacts, problem resolution, and flexibility for changes10No Response: 0-3, Poor: 4-5, Acceptable: 6-7, Good: 8, Excellent: 9, Outstanding: 10

      4. Capacity and Contingency Plans

      Section 3.1 #s 12, 13

      Ability to handle volume and manage risks related to equipment or staffing issues5No Response: 0-1, Poor: 2, Acceptable: 3, Good: 4, Excellent: 4.5, Outstanding: 5

      5. Experience and Qualifications

      Section 3.1 #s 2, 11

      Relevant municipal tax bill printing and mailing experience, plus references5No Response: 0-7, Poor: 8-12, Acceptable: 13-17, Good: 18-20, Excellent: 21-23, Outstanding: 24-25

       

      Scoring Instructions:

      • Each evaluator rates bidders' proposals on each criteria.

      • Select vendor with highest total points, considering pricing alongside technical and service capabilities.

    • Laws and Municipal Ordinances

      The bidder must be fully informed of all laws and municipal ordinances and regulations affecting those engaged or employed in the work, or equipment used in the City. The bidder shall, at all items, observe and comply with all such existing laws, codes, ordinances, regulations, orders, and decrees. All work shall comply with the laws of the State of Michigan, City ordinances, and all other bodies having jurisdictional authority.

    • Non-Discrimination

      The bidder agrees to comply with the Federal Civil Rights Act of 1964 as amended; the Federal Civil Rights Act of 1991 as amended; the Americans with Disabilities Act of 1990 as amended; the Elliott-Larsen Civil Rights Act, Article 2, Act no. 453, Public Act of 1976 as amended; the Michigan Handicapper’s Civil Rights Act, Article 2, Act no. 220, Public Act of 1976, as amended and all other applicable federal, state and local laws and regulations. Specifically, Bidders and subcontractors are required not to discriminate against any employee or applicant for employment with respect to such person’s hire, tenure, terms, conditions, or privileges of employment, or any matter directly or indirectly related to employment because of such person’s height, weight, race, color, religion, national origin, ancestry, age, marital status, sex, or disability, as defined by law. A breach of this covenant may be regarded as a material breach of the contract.

    • Indemnification

      The Service providers shall indemnify, save, and hold harmless, protect, and exonerate the City, its commissioners, board members, officers, employees, agents, representatives, and the State of Michigan to the extent no greater than their relative degree of fault.

    • Jurisdictional Authority

      The contract(s) awarded to the successful bidder(s) shall be governed by and construed according to the laws of the State of Michigan and the successful bidder consents to the jurisdiction and venue of the courts in Oakland County, Michigan and of the United States District Court for the Eastern District, Southern Division.

    • Severability

      The successful bidder(s) will agree that the Contract is the completed and exclusive statement of the Contract between the parties. A judicial or administrative declaration on the invalidity of any one or more of the provisions of the Contract shall not invalidate the remaining provisions of this agreement.

    • Income and Sales Taxes

      The successful bidder agrees to contact the City of Pontiac Income Tax Division, Audit and Compliance Section, 47450 Woodward, Pontiac, Michigan, 48342, telephone (248) 758-3092, to establish reporting and withholding obligations under the City of Pontiac income tax ordinance. The successful bidder will require the same of all subcontractors employing labor under this contract. The successful bidder is required to withhold City of Pontiac income tax from wages paid to:

      Pontiac resident employees regardless of where they work for the employer; and
      Nonresident employees for work performed in the City.

      The successful bidder is also required to file Pontiac income tax returns and to report and pay income tax on the net profits earned by the service provider in the City of Pontiac. Bidders are not eligible for the award if they have not filed or paid corporate and employee income tax to the City of Pontiac.

      Web page URL: http://www.pontiac.mi.us/departments/income_tax/index.php

      Tax forms URL: http://www.pontiac.mi.us/departments/income_tax/tax_forms.php

      By statute, the city is exempt from the State Sales and Use Tax and the Federal Excise Tax; therefore, all fees do not include tax.

    • Payments

      All invoices submitted against the contract must identify the work performed in detail.  Items not properly invoiced will not be paid. The supplier is responsible for ensuring invoice(s) delivery to the City. Invoices must meet the following conditions for payment:

      1. Price on the invoice must correspond to the pricing listed on the purchase order and/or contract.
      2. All invoices must be original.
      3. Invoices will prominently display the purchase order number, if applicable.
      4. Invoices will be submitted on a monthly basis. Invoices may be submitted as early as the next business day for short-term (less than 30 days) services.

      The original invoice must be emailed to the requesting department's email address, addressed to the department that requested the service. The requesting department's email will be provided once a contract is awarded. The City’s standard payment terms are Net 30.

    • Clarifications and Protests

      Any Bidder requiring clarification of the provisions of this solicitation must submit specific questions to the City. Bidders must upload all questions and protests of specifications to OpenGov by the deadline indicated on the cover page of the solicitation. All protests must identify the requirement, provision or feature of this solicitation that is unclear or that requires explanation. The protest must also address attachments including, but not limited to, the contract that the potential Bidder believes is ambiguous, unclear, unfair, contrary to law or likely to limit competition. The purpose of this deadline is to allow the City time to correct any term or condition in this solicitation and/or contract that may be unlawful, improvident, unduly restrictive of competition, or otherwise inappropriate. By allowing corrections before opening Proposals, the City intends to avoid or minimize much of the waste inherent in protests and in the possible rejection of all Proposals. Failure of a Bidder to protest in accordance with this section will be deemed in acceptance of the terms of this solicitation and contract and serve as a waiver of Bidder’s rights to later contend that either the solicitation or contract is ambiguous, unclear, unfair, contrary to law or likely to limit competition.

       

      The deadline for submitting questions or protests is 4:00 P.M. ET prior t the bid submission deadline indicated in the solicitation's timeline. If the City of Pontiac’s Purchasing Division determines that additional information or clarification is necessary, such information or clarification will be supplied in the form of an addendum, which the City Purchasing Division’s personnel will upload to OpenGov. All such addendum will have the same binding effect as though contained in the main body of the solicitation. Oral instructions or oral information concerning the specifications from City managers, employees, or agents to prospective Bidders shall not bind the City of Pontiac.

    • Submittal Instructions
      1. Deadline for Submission
        Proposals or qualifications must be received no later than the deadline specified in the solicitation. Late submissions will not be considered.
      2. Submission Format
        Respondents must follow the submission instructions provided in the solicitation. Incomplete or nonconforming submissions may be deemed non-responsive.
      3. Withdrawal of Proposals
        Responses may be withdrawn prior to the submission deadline by written notice to the City. No withdrawals are permitted after the deadline.
      4. FOIA Notice
        Submissions may be subject to disclosure under the Michigan Freedom of Information Act (FOIA), MCL 15.231 et seq. Respondents must clearly identify proprietary or confidential information, although the City reserves the right to make the final determination of disclosure obligations.
    • Disclaimer Regarding Bid Submission and Award

      Submission of a bid, proposal, or quotation to the City of Pontiac does not guarantee the award of a contract. All solicitations are subject to review, evaluation, and approval in accordance with applicable City procurement policies and procedures.

      In accordance with State of Michigan procurement standards and best practices, including guidance from the Michigan Department of Technology, Management and Budget (DTMB) and Public Act 317 of 1968, as amended, the City reserves the right to:

      • Reject any or all bids or proposals, in whole or in part;

      • Waive irregularities or informalities in the solicitation process;

      • Award a contract to the most responsible and responsive bidder whose offer is determined to be in the best interest of the City;

      • Cancel a solicitation without awarding a contract;

      • Require additional documentation or clarification from vendors prior to making an award.

      No contract shall be formed between the City and any vendor until a formal agreement is executed and approved by the appropriate City authority, including City Council where required.

      Vendors are solely responsible for all costs incurred in the preparation and submission of a bid.

    • Evaluation and Award
      1. Evaluation Criteria
        Professional service providers will be evaluated based on qualifications, relevant experience, technical approach, staffing capacity, past performance, and other criteria outlined in the solicitation. Price may be considered, but it will not be the sole or primary factor—particularly for QBS processes.
      2. Interviews and Presentations
        Shortlisted respondents may be required to participate in interviews or provide additional information as part of the evaluation process.
      3. Award Contingency – Council Authorization Required
        No public notice, or execution of a contract shall occur until the City Council has formally passed a resolution authorizing the award and contract execution. Respondents will not be entitled to rely on any notification or recommendation until official action is taken by the Council.
      4. Negotiation of Final Scope and Fees
        The City reserves the right to negotiate the final scope of services and associate fees with the top-ranked firm before executing an agreement.
    • Contract Execution
      1. Contract Execution
        No binding agreement shall exist until a contract has been approved by City Council and executed by authorized representatives of both parties.
      2. Term and Termination
        The contract term will be defined in the agreement. The City reserves the right to terminate the contract for convenience or cause, with notice as defined in the contract.
      3. Independent Contractor Status
        The selected professional shall operate as an independent contractor and not as an employee or agent of the City.
      4. Compliance with Laws
        All services provided must comply with applicable federal, state, and local laws, including licensing, civil rights laws, and nondiscrimination provisions.
      5. Standard of Care
        The selected professional shall perform services with the same degree of care, skill, and diligence as is ordinarily possessed and exercised by members of the same profession under similar circumstances.
    • Ownership and Confidentiality
      1. Ownership of Deliverables
        All reports, data, plans, drawings, or other deliverables produced under the contract shall become the property of the City unless otherwise stated in the agreement.
      2. Confidentiality
        The professional shall treat all information and data provided by the City as confidential, and shall not disclose such information to any third party without prior written consent.
    • Federal and Grant-Funded Projects
      1. Uniform Guidance Compliance
        For projects involving federal funding, vendors must comply with 2 CFR Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards).
      2. Debarment and Suspension
        Respondents must certify they are not debarred, suspended, or excluded from participation in federal assistance programs and must register with SAM.gov when required.
      3. Lobbying Certification
        If federal funds are involved, the contractor must comply with the Byrd Anti-Lobbying Amendment and submit the required certification.
      4. Domestic Preferences
        Compliance with the Build America, Buy America Act and other federal procurement requirements is mandatory where applicable.
    • Additional Terms
      1. Addenda
        All clarifications, changes, or modifications to the solicitation will be issued as written addenda. Respondents are responsible for ensuring they have reviewed and acknowledged all addenda.
      2. Costs Incurred
        The City is not liable for any costs incurred by respondents in preparing or submitting proposals, attending interviews, or negotiating contracts.
      3. Subcontracting
        Subcontractors may only be used with prior written approval of the City. The primary contractor is responsible for the conduct and performance of any subcontractor.
      4. Conflict of Interest
        Respondents shall disclose any actual or potential conflicts of interest. The City reserves the right to reject any submission that presents a conflict.
      5. Equal Employment Opportunity
        Vendors must comply with applicable nondiscrimination and affirmative action laws, including the Elliott-Larsen Civil Rights Act, MCL 37.2101 et seq., and the Michigan Persons with Disabilities Civil Rights Act.
      6. Force Majeure
        Neither party shall be held liable for failure to perform due to events beyond its reasonable control, such as natural disasters, labor strikes, or governmental restrictions.
    • Proof of Insurance

      The Bidder shall provide the City of Pontiac, at the time the contracts are returned by him/her for execution, a Certificate of Insurance as well as the required endorsements. In lieu of required endorsements, if applicable, a copy of the policy sections where coverage is provided for additional insured and cancellation notice would be acceptable. Copies or certified copies of all policies mentioned above shall be furnished if so requested. Additional insurance types and limits may be required, depending upon the type of work and risk associated with it.

      1. Commercial General Liability Insurance

      Minimum Limit: $1,000,000 per occurrence

      Aggregate Limit: $2,000,000

      Must include:

      Bodily Injury and Property Damage

      Products and Completed Operations

      Personal and Advertising Injury

       

      2. Commercial Automobile Liability

      Minimum Limit: $1,000,000 Combined Single Limit

      Covers all owned, non-owned, and hired vehicles used during transport

       

      3. Workers’ Compensation Insurance

      Required by law if the provider has employees.

      Must comply with Michigan statutory requirements.

      Employers Liability Minimums:

      $100,000 Each Accident

      $500,000 Disease Policy Limit

      $100,000 Disease Each Employee

       

      4. Certificate of Insurance (COI) Requirements

      Must name the City of Pontiac as Additional Insured for both ongoing and completed operations. Must provide 30-day notice of cancellation or non-renewal.

      COI must be submitted and approved prior to the event.

      If any of the above coverages expire during the term of this contract, the successful bidder shall deliver renewal certificates and/or policies to the City of Pontiac at least ten (10) days prior to the expiration date.

    • Subcontracting

      The City permits the use of subcontractors in the performance of work. Proposers are required to identify any proposed subcontractors, the specific tasks each will perform, and provide relevant qualifications and experience. The prime contractor shall remain fully responsible for all services performed and for ensuring that all contractual requirements are met, regardless of subcontracting arrangements. 

    • NON-ASSIGNMENT OR TRANSFER

      The service provided shall not transfer the contract, without prior written approval of the Mayor or Mayor’s designee, which shall be communicated in writing.

    • CITY RULES

      The successful bidder’s employees shall comply with all instructions issued by representatives of the City of Pontiac.

    • PROGRESS PAYMENTS/RETAINAGE

      This contract is not subject to progress payments or retainage.

    Submission Requirements

    • Confirm that you have read and understand all of the project requirements. (required)
    • Provide the owner information. Include the firm’s name, address, primary telephone, and email address. Provide a brief history of the firm, years in business, firm size, and organizational chart.
    • Can your company accurately print and mail property tax bills according to the City’s technical specifications and schedule? (required)
    • If yes, please indicate how the bidder will meet this requirement.
    • Are you able to customize tax bills with variable taxpayer data, payment details, and city-specific messaging? (required)
    • If yes, please identify the bidder's approach.
    • Identify the quality control measures and proofing processes to ensure accuracy and consistent print quality. (required)
    • Identify how address verification, correction, and USPS compliance to minimize undeliverable mail is managed. (required)
    • Identify an example (or sample) of the documentation or electronic confirmation of mailing used for tracking, audit, and compliance purposes. (required)
    • How will data security protocols protect taxpayer information during printing, handling, and mailing? (required)
    • Identify how your operations comply with all relevant data privacy, state, and federal regulations. (required)
    • How will your company support the City during the billing cycle, including issue resolution, reprints, or data updates? (required)
    • What experience do you have providing similar tax bill printing and mailing services for municipal or government clients, and can you provide references? Identify a minimum of three references. (required)
    • Does your company have the capacity to handle the City's annual volume, and can your company provide a detailed cost breakdown covering printing, mailing, postage, and related services? (required)
    • Briefly describe contingency plans for equipment failure or staffing shortages: (required)
    • Bidders may submit any additional fee information that is not indicated in the Cost Proposal Section 3.2.
    • Terms and Conditions Acknowledgement (required)

      Please acknowledge that you have read and agree with the terms and conditions attached in this solicitation.  

    • List Exceptions

      Please identify exceptions to solicitation terms and conditions or attach redline version of Word document below.

    • Please identify all exceptions, if applicable.

      Upload here.

    • Conflict of Interest Declaration (required)

      Please download the Conflict of Interest Declaration Form, complete, and upload.

    • Complete and Attach your W9 Form

      Please download the Substitute W9 Form, complete, and upload.

    • Do you carry insurance? (required)
    • Upload Certificate of Insurance.
    • Does this Solicitation include the use of ARPA funds? (required)
    • Will you be Scoring proposals? (required)

      If Yes, suggested Evaluation Criteria will be included for review.

      If No, Evaluation Criteria will be included.

    Key dates

    1. April 16, 2026Published
    2. May 15, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.