May 11, 2018 On or before 2:00pm

Similar documents
CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

INDUSTRIAL HAUL AGREEMENT

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

INVITATION TO BID FUEL PRODUCTS

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

Public Access Electric Vehicle Charging Station Rebate Program Agreement

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

INVITATION TO BID Fort Morgan Golf Course Golf Carts

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSAL

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

Request for Proposal. Articulated Loader

REQUEST FOR PROPOSALS (RFP) FOR THE PURCHASE OF SOLAR ENERGY


Dealer Registration. Please provide the following:

SANDAG Vanpool Program Guidelines as of February 2018

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

PROPOSAL FORM 2014 FUEL BID

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

IGNITION INTERLOCK SERVICE CENTER RENEWAL LICENSE

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

MAINE LEMON LAW SUMMARY

THE EMPIRE DISTRICT ELECTRIC COMPANY P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23

REQUEST FOR PROPOSAL

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK

KENDALL COUNTY HIGHWAY DEPARTMENT

Request for Proposal for Trolley Security Services

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Tractor/Trailer Lease Bid No. PR-08-P1A

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

To complete the process for a net metering interconnection, please follow the steps below:

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

2018 Golf Cart Lease Sunset Valley Golf Club

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

Town of South Windsor, Connecticut. Police Department

SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017

As Introduced. 132nd General Assembly Regular Session S. B. No

Schedule SP SOLAR PURCHASE (Experimental)

GASOLINE AND DIESEL FUEL

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Request for Proposal Print Management March 25, 2014

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

Invitation for Bid # Tandem Axle Dump Truck

THREE-PARTY VANPOOL INCENTIVE PROGRAM AGREEMENT

INVITATION TO BID (ITB)

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

INVITATION TO BID. January 10, 2018

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

RIDESMART VAN START PROGRAM & EMERGENCY ASSISTANCE PROGRAM FOR EXISTING VANPOOLS ELIGIBILITY AND APPLICATION FORM

New Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities

Recharge Kick-off Meeting Recharge Activity Review Process for

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT

HOUSE AMENDED PRIOR PRINTER'S NOS. 13, 30, 47, PRINTER'S NO , 56 THE GENERAL ASSEMBLY OF PENNSYLVANIA SENATE BILL

To complete the process for a net metering interconnection, please follow the steps below:

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT OFF-ROAD FORKLIFT COMPONENT

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

THE CONNECTICUT LIGHT AND POWER COMPANY dba EVERSOURCE ENERGY AND THE UNITED ILLUMINATING COMPANY

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

Instructions for Submittal of a Annual On-Street Valet Parking Permit

Forensic Sciences Chapter ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER IGNITION INTERLOCK RULES

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

DEALER REGISTRATION PACKAGE

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4

CN is offering our Fleet Integration Program for grain shippers who are using privately owned, covered hopper cars for

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

INVITATION TO BID (ITB)

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT

Qualifying trucks must be a Class 3 to Class 8 truck with a history of operating in Hunts Point and/or Port Morris.

TITLE 13. DEPARTMENT OF MOTOR VEHICLES

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

Department of Finance Purchasing Department INVITATION TO BID

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

RENEWABLE FUEL INFRASTRUCTURE PROGRAM APPLICATION FORM

TERMS AND CONDITIONS

DELETE first sentence of first paragraph that reads: REPLACE with the following:

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

To complete the process for a net metering interconnection, please follow the steps below:

Request for Proposal Snow Blower October 12, 2015

INSTRUCTIONS FOR SECONDARY EMPLOYMENT APPROVAL APPLICATION FOR PRIVATE BUSINESSES AND PUBLIC AGENCIES AND FOR SPECIAL EVENTS

Transcription:

REQUEST FOR PROPOSAL No. 18-0004 DIGITAL NETWORKED COPIER LEASE April 17, 2018 PROPOSALS DUE: May 11, 2018 On or before 2:00pm SUBMIT PROPOSAL TO: County of Imperial Purchasing Department 1125 Main Street El Centro, CA 92243

Table of Contents SECTION 1. - NOTICE TO VENDORS CALLING FOR PROPOSALS... 3 SECTION 2. - INFORMATION FOR VENDORS... 4 2.1 PURPOSE... 4 2.2 SCOPE... 4 2.3 CALENDAR OF EVENTS... 4 2.4 TERM OF CONTRACT... 5 2.5 PRICING FOR COPIES & EQUIPMENT... 5 2.6 MINIMUM QUALIFICATIONS... 6 2.7 MANDATORY REQUIREMENTS FOR ALL PROPOSALS... 7 2.8 SELECTION CRITERIA... 8 2.9 PREPARATION OF BID FORM... 10 2.10 SIGNATURE... 10 2.11 MODIFICATIONS... 10 2.12 ERASURES... 10 2.13 EXAMINATION OF CONTRACT DOCUMENTS... 11 2.14 WITHDRAWAL OF BIDS... 11 2.15 AGREEMENTS... 11 2.16 INTERPRETATION OF DOCUMENTS... 11 2.17 EQUIPMENT... 12 2.18 PIGGYBACK CLAUSE... 12 SECTION 3 - COPIER SPECIFICATIONS... 13 SECTION 4 - VENDOR COPIER TYPES & PRICING SCHEDULE... 14 SECTION 4.1. PRICING SCHEDULE... 15 SECTION 4.2. - ADD-ON PRICE SCHEDULES... 16 SECTION 4.3 - BID STATEMENT & CONTRACT ACCEPTANCE STATEMENT... 30 SECTION 5 - SAMPLE AGREEMENT... 31 SECTION 6 - VENDOR VALUE ADD... 32 Page 2 of 32

SECTION 1. - NOTICE TO VENDORS CALLING FOR PROPOSALS NOTICE IS HEREBY GIVEN that the COUNTY OF IMPERIAL, CALIFORNIA, acting by and through its Board of Supervisors, hereinafter referred to as the COUNTY, will receive up to, but not later than Friday, May 11, 2018, 2:00 p.m. Pacific Standard Time, sealed Proposals for the award of a contract for the lease of one hundred forty-one (141) new copiers for a period of sixty (60) months. Proposal shall mean Vendor s completed Section 3 (Copier Specification excel file), Section 4, Pricing (Section 4.2) and signature (Section 4.3) of this Request for Proposal document. The accepted Proposal will then be identified and attached as Exhibit B to the Agreement. Original proposals (plus five (5) copies & one (1) electronic copy) must be mailed or delivered as to be in the office of the Purchasing Agent, 1125 Main Street, El Centro, CA 92243 at or before the hour stated to be considered- no fax or email proposals will be accepted. Proposals shall be sealed, and marked REQUEST FOR PROPOSAL No. 18-0004 DIGITAL NETWORKED COPIER LEASE. Copier Specification excel file to be emailed to debbiewray@co.imperial.ca.us on or before proposal due date. Thereafter, the Proposals shall be evaluated by a selection committee which shall forward its recommendation to the Board of Supervisors for review and consideration. Each Proposal must conform and be responsive to the contract documents, copies of which are enclosed and are also on file with the County Purchasing Department. If necessary copies may be obtained at the office of the County Purchasing Agent located at 1125 Main Street, El Centro, California. Any communication or correspondence MUST be done via email and sent to Debbie Wray, Purchasing Supervisor at debbiewray@co.imperial.ca.us. The County reserves the right to reject any or all Proposals, or to waive any irregularities or informalities in any Proposal or in the bidding process. Page 3 of 32

SECTION 2. - INFORMATION FOR VENDORS 2.1 PURPOSE It is the intent of the County of Imperial (hereinafter COUNTY ) to award a vendor s contract for the lease of one hundred forty-one (141) new copiers of same manufacturer for the period of sixty (60) months. The lease is to be based on a cost per copy including all applicable taxes, maintenance and copier supplies, but excluding the cost of paper. Cost per copy also to include installation, connectivity to the network, training, removal of all machines and (certified) erasing of each machine hard drive at the end of the 60-month agreement. The cost per copy shall remain fixed in accordance with the Vendor Copier Types & Pricing Schedule Form (Section 4) completed and submitted by the prevailing vendor. It is understood that at no time will the price per copy exceed the cost per copy rate under the Pricing Schedule Form. 2.2 SCOPE The COUNTY currently has one hundred thirty-eight (138) copiers located in various offices and buildings throughout Imperial County. 2.3 CALENDAR OF EVENTS 2.3.1 Proposal package sent out to vendors on April 17, 2018 2.3.2 Deadline for Questions is April 27, 2018. Questions must be in writing via email and will be replied to via email and the Purchasing Department s website http://www.co.imperial.ca.us/purchasing/ 2.3.3 Bid package, Bid submittal statement form, Pricing schedule form, Executed agreement, Start-up Plan, References, Proof of Insurance, Performance Bond information, Prior Year Financial Statements and other documentation required to be submitted hereunder must be received by COUNTY on or before May 11, 2018 at 2:00 p.m. Pacific Standard time 2.3.4 Selection Committee Review on or before May 16, 2018 2.3.4 Board of Supervisors review and consideration of award on approximately June 5, 2018. 2.3.6 Contracts completed and signed by approximately June 7, 2018 2.3.7 Installation of new equipment completed between June 11, 2018 and June 28, 2018 to insure new contract start date. 2.3.8 Commencement of Contract on July 1, 2018 Page 4 of 32

2.4 TERM OF CONTRACT The term of the contract will be for a period of sixty (60) months and shall commence from July 1, 2018. COUNTY and Vendor shall have the option to extend the contract on the same terms and conditions. Such extension shall be in writing and signed by both parties. 2.5 PRICING FOR COPIES & EQUIPMENT 2.5.1 Vendors are required to fill out and return with their bid the Copier Type and Pricing Schedule (Section 4) indicating a cost per copy for a monthly minimum volume of nine hundred thousand (900,000) black and white copies and one hundred thousand (100,000) color copies per month, and a rate for both calculated quarterly. Pricing is to include costs to have a dedicated technician for the COUNTY. 2.5.2 Notwithstanding, if all the lease copiers have not been delivered to COUNTY and accepted by COUNTY on or before July 1, 2018, COUNTY shall not be charged at the minimum monthly rate of one million (1,000,000) copies, but rather on the actual number of copies made for all machines for the subject month. All equipment shall not be considered accepted until the County Purchasing Agent so states in writing to Vendor. Page 5 of 32

2.6 MINIMUM QUALIFICATIONS Any vendor proposing a Bid MUST meet the following MINIMUM requirements: 2.6.1 Vendors are required to be manufacturers and/or Authorized manufactures, distributors or Authorized dealers of copiers. Vendors are required to provide full-service maintenance and network support for the entire term of the contract. Vendors not meeting these qualifications will be considered non-responsive; 2.6.2 The Vendor must be organized and existing for the primary purpose of selling, leasing and maintaining copiers; 2.6.3 The Vendor must have at least five (5) years of continuous business experience (i.e., Corporate, Partnership, Company) in administering the leasing and maintenance of multiple copiers (in quantities of thirty (30) or more) to clients under a single contract as proposed; 2.6.4 The Vendor must be willing to commit at least one (1) full-time employee (technician) to oversee the operation and repair of copiers leased; and 2.6.5 The Vendor must demonstrate in writing that it has the ability to lease, deliver, install, make operational and maintain the leased copiers, as well as, to provide training to County personnel on the use of the leased copiers, within fifteen (15) days of the Board of Supervisors decision, if any, to award the Bid. It is understood that COUNTY will not be required to sign any third-party lease or agreement. 2.6.6 Vendor must respond to all service calls with a Minimum of a two (2) hour call back and be onsite in four (4) hours. 2.6.7 Vendor must guarantee a total fleet uptime percentage of at least 95% and show in the proposal response how this is will be measured and what reporting the COUNTY will receive each quarter to inspect performance. Page 6 of 32

2.7 MANDATORY REQUIREMENTS FOR ALL PROPOSALS 2.7.1 All proposals must contain sufficient information to determine whether or not the Vendor meets or exceeds the minimum qualifications. 2.7.2 All proposals must demonstrate that the Vendor has a willingness and ability to comply with all contract documents, including but not limited to, the contract document identified as Sample Agreement (Section 5). All Vendors shall also be required to complete, execute and return with their bid Copier Types & Pricing Schedule (Section 4) and the Bid Submittal & Contract Acceptance Statement (Section 4.3). In addition, each Vendor shall be required to submit with their bid, copier Add-On Price Schedules (Section 4.2) for all copier types. Section 4.2 is available in excel if requested. 2.7.3 All proposals MUST be accompanied with the name(s), title(s) and resume(s) of all the individual(s) who will be overseeing the leasing, training and maintenance of the copier equipment. Also list any additional individuals who will be available to service the machines at any one time. 2.7.4 All proposals must contain a letter of intent from an insurance company authorized to do business in the State of California stating its willingness to insure the Vendor pursuant to the terms of the contract documents. 2.7.5 The Vendor must submit with its Bid its previous two (2) years of independently audited financials as well as its most current year to date unaudited results. 2.7.6 The Vendor must submit a one (1) year performance bond in the amount of 25% of the Vendor s bid within fourteen (14) days of being awarded the contract. The bid shall be computed by using the following formula: 1,000,000 Copies x Vendor Price Schedule A (bid) x 60 months. The surety company must be licensed in the State of California. The selected vendor shall be required to renew the one-year performance bond every year of the duration of the contract. It is understood that Vendor shall provide proof of its one-year performance bond renewal thirty (30) days prior to the expiration of the previous year s performance bond. In the event Vendor fails to renew its performance bond or fails to provide notice of its performance bond renewal to the COUNTY, COUNTY may in its sole discretion terminate the AGREEMENT at no cost to the COUNTY. Page 7 of 32

2.8 SELECTION CRITERIA Each proposal will be evaluated on a 110-point scale. Points shall be allocated in accordance with the following five (5) categories: 2.8.1 Business Experience. Each Vendor shall be required to identify its name, address, telephone number, and date of establishment, form of entity (i.e., corporation, partnership or limited liability company). Each Vendor shall be evaluated in three (3) primary areas of experience: 2.8.2 Business Stability a. Business experience in administering copier lease programs. (10 points) b. Business experience in maintaining copiers. Number and experience of technicians in the area. (10 points) c. Business experience in providing Copier Use Training and Network Integration. (5 points) [Total Value: 25 points] Financial stability as determined by a review of the audited financial results of the two (2) previous years of operations. It is understood that each proposing Vendor must submit their (not parent company s) previous two (2) year s audited financials as well as their most current year to date unaudited results. It is understood and agreed by VENDOR that the stated financial information will be subject to public disclosure under California Public Records Act set forth under California Government Code 6250 et seq. (10 points) 2.8.3 Start-up Plan [Total Value: 10 points] Each Vendor shall be required to submit a written plan to start up and manage the proposed lease/maintenance program. Each Vendor must demonstrate in its plan the ability to place, supply and maintain the leased copiers. It is understood that each written proposal should at a minimum address the lease/maintenance requirements set forth in County s Request for Proposals and shall include a discussion of issues such as training, on-site supply inventories, timeline for copier replacement, copy counting system, staffing plan and experience. (15 points) [Total Value: 15 points] Page 8 of 32

2.8.4 References References will be contacted and rated based upon their satisfaction of services provided by Vendor. Each Vendor shall submit a minimum of three (3) references of existing contracts similar in size and structure to this RFP. A maximum of ten (10) points shall be allocated in accordance with the following: a. Has the Vendor for at least two (2) years demonstrated satisfactory copier lease and maintenance services to each listed reference? (5 points) b. Have the reference(s) renewed or extended their original contract with the Vendor? (5 points) [Total Value: 10 points] 2.8.5 Overall Low Cost to County The overall low cost shall be determined by considering the lowest cost per copy price as bid and shown in Price Per Copy per Month, lowest overage rates and color copy rate as bid and as shown in (Section 4.1 A, B, C and D.) 2.8.6 Value Added a. Price Schedule A : Per Copy Price (15 points) b. Price Schedule B : Per Copy Price (15 points) c. Overage Rate black and white C (5 points) c. Overage Rate color copies D (5 points) [Total Value: 40 points] Please give any additional information that may add to the value of your proposal for the services requested. (10 points) [Total Value: 10 points] Page 9 of 32

2.9 PREPARATION OF BID FORM The COUNTY invites bids on the form(s) attached to be submitted at such time and placed as is stated in the Notice to Vendors Calling for Proposals. All blanks in the Bid form must be appropriately filled in, and all prices must be stated. All Proposals must include an original (plus five (5) duplicates and one (1) electronic copy) and be submitted in sealed envelopes bearing on the outside the name of the Vendor, its address, and the name of the contract for which the Proposal is submitted. It is the sole responsibility of the Vendor to see that the Proposal is received in proper time. Any Proposal received after the scheduled closing time for receipt of Bids will be returned to the Vendor unopened. With the exception of the Copier Specification excel file, which is to be emailed to debbiewray@co.imperial.ca.us, NO Bids may be submitted by facsimile, telegraph, electronic mail or any other means other than by personal delivery, United States Mail, or other delivery services such as Federal Express or United Parcel Service. 2.10 SIGNATURE The Bid Submittal Statement identified as Section 4.3 and accompanying Bid documents, or any modification thereof must be signed in the name of the Vendor and must bear the original signature of the person or persons duly authorized to sign the Bid. 2.11 MODIFICATIONS 2.11.1 Changes in or additions to the Bid form, recapitulations of the purchase of the Bid, alternative proposals, or any other modification of the bid form which is not specifically called for in the contract documents may result in the COUNTY s rejection of the Bid as not being responsive to the invitation to Bid. 2.11.2 Any modification of a bid submitted must be in writing and received by COUNTY prior to the closing time for bid. Bid modifications may not be submitted by facsimile, telegraph, electronic mail or any other means other than by personal delivery, United States Mail or other delivery services such as Federal Express or United Parcel Service. Any modification received after the scheduled closing time for receipt of Bids will be returned to the vendor unopened. 2.12 ERASURES The bid submitted must not contain any reassures, interlineations, or other corrections unless each such correction is suitably authenticated by putting in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. Page 10 of 32

2.13 EXAMINATION OF CONTRACT DOCUMENTS Each Vendor shall thoroughly examine and be familiar with the specifications and sample contract document. The failure or omission of any Vendor to receive or examine any contract documents, form, instrument, addendum, or other document or to visit the sites of placement for the copiers shall in no way relieve any Vendor from obligations with respect to this bid or to the contract. The submission of a bid shall be taken as prima facie evidence of compliance with this section. 2.14 WITHDRAWAL OF BIDS Any Vendor may withdraw its Bid either personally or by written request confirmed in the manner specified in Paragraph 2.9 above at any time prior to the scheduled due date for receipt of Bid. 2.15 AGREEMENTS 2.15.1 The Agreement form identified as Section 5, which shall govern the leasing of equipment and which the successful Vendor will be required to execute as part of the Bid proposal is included in the contract documents and should be carefully examined prior to the time of submittal. 2.15.2 Vendors requiring the COUNTY to sign any other special agreements, including, but not limited to, indemnification, lease or lease documents, as a condition of their Bid, will be rejected as non-responsive. 2.16 INTERPRETATION OF DOCUMENTS If any person contemplating submitting a Bid for the proposed contract is in doubt as to the true meaning of any part of the specifications or other contract documents, or finds discrepancies in, or omissions from the specifications, they may submit to the County Purchasing Agent, located at 1125 Main Street, El Centro CA, a written request for interpretation or correction thereof. Any interpretation or correction requests must be received by COUNTY no later than April 27, 2018 at 12 noon Pacific Standard Time. Any interpretations or correction of the contract documents will be made only by addendum. A copy of such addendum will be posted on the County of Imperial Purchasing Department s website http://www.co.imperial.ca.us/purchasing/ by 5:00 PM Tuesday, May 1, 2018. No oral interpretations of any provision in the contract documents will be made to any Vendor. Page 11 of 32

2.17 EQUIPMENT 2.17.1 The quantity and specifications of equipment to be provided shall be consistent with the Copier Types & Specifications identified as Section 3. It is understood that each copier will be equipped with a copy counting system that will electronically measure the number of copies per department per machine. 2.17.2 All equipment provided by Vendor shall be new and contain only new components. Said equipment and components shall not be used, remanufactured, newly manufactured, rebuilt or reconditioned. 2.17.3 The Minimum Equipment Specifications provided in the separate excel file were determined by our current equipment capabilities and the requests for improvements in various areas. The minimum speeds were based on our actual volumes, please meet or exceed those speeds in your offer. Due to the age of our older buildings and possible power issues, the Optional Surge filters are deemed necessary. 2.17.4 The County of Imperial recognizes that equipment models submitted at the onset of the contract will be replaced with new models during the term of the contract. As the County may be adding to their fleet during this five-year contract, it is required of the successful bidder to replace discontinued models with new models though out the term of this agreement. These new models must meet the minimum requirements set forth in this RFP and must be made available at the same or lower cost per copy rate. 2.18 PIGGYBACK CLAUSE The County of Imperial wishes to make other public agencies (i.e., city, county, district, public authority, public agency, municipality, and other political subdivision or public corporation in the state of California) located in the state of California able to participate in any award made as a result of this solicitation. The County of Imperial shall incur no financial responsibility for placing orders or making payments to the vendor. Please indicate if bidder is willing to make these items and prices available to these other agencies at any time during the term of this Agreement: Yes No Exceptions THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS, OR TO WAIVE ANY INFORMALITY IN BIDS, AND TO ACCEPT OR REJECT ANY ITEMS THEREON. Page 12 of 32

SECTION 3 - COPIER SPECIFICATIONS See the Microsoft Excel File provided. Vendor is REQUIRED to use this form and enter your equipment specifications in the fields provided. Failure to complete this form as directed could be deemed non-responsive. If your product does NOT meet the minimum specification, please list in the open field your machine specifications for that category. (For example: Minimum Specification is Paper Capacity of 6,800 sheets and your product only holds 6,000 sheets, then list in the open field that your machine holds 6,000 sheets). Page 13 of 32

SECTION 4 - VENDOR COPIER TYPES & PRICING SCHEDULE TYPE 1: 25 PPM DIGITAL COPIER 50 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 2: 45PPM DIGITAL COPIER 39 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 3: 65 PPM DIGITAL COPIER 20EACH SPECIFY: MANUFACTURER: MODEL: TYPE 4: 85 PPM DIGITAL COPIER 5 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 5: 40 PPM BLK & WHITE & COLOR 9 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 6: 50 PPM BLK & WHITE & COLOR 6 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 7: 70 PPM BLK & WHITE & COLOR 12 EACH SPECIFY: MANUFACTURER: MODEL: Specify the manufacturer and model number of the copiers you will provide for each of the seven (7) categories listed above. Copiers must meet or exceed the specifications on the category as listed on the Copier Types & Specifications in Section 4. Vendors to provide a Fact Sheet for each model Bid. County Reserves the right to change the final quantities after award if our needs change. Please list how many different supply SKU s the proposed equipment will require County would like to see a cost per copy for a small desktop MFP. This is not part of 141 machines in the RFP but requested for future use and considerations in our environments with lower volumes or smaller budgets. This MFP would need to be billed along with the rest of the copier fleet. DESKTOP: 50 PPM BLK & WHITE QTY is Unknown SPECIFY: MANUFACTURER: MODEL: Page 14 of 32

4.1. PRICING SCHEDULE PRICE PER COPY PER MONTH A. 900,000 x $ x 60 months $ Cost per black and white copy B. 100,000 x $ x 60 months $ Cost per color copy C. Per Copy Overage Rate for copies in excess of 900,000 (black & white) = $ D. Per Copy Overage Rate for copies in excess of 100,000 (color copies) = $ Note: Overages are to be charged on a quarterly basis. It is understood that said Overage Rate shall be guaranteed for sixty (60) months and address any and all costs for maintenance and supplies. Vendor MUST include a sample of the billing it will be providing for a fleet of our size. The billing sample must show how each copier will be listed, details of the charges and how quarterly overages will be invoiced. Please list the cost per copy price for the Desktop MFP offered: $ x 60 mos $ Please list below ANY other expenses or charges that will be required. (Example: List if you have charges for supply shipping, finance charges, one-time set up fee, etc) Description of the Charge Amount Frequency Billed Page 15 of 32

SECTION 4.2. - ADD-ON PRICE SCHEDULES COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH ONE (1) 1 ONE (1) 2 ONE (1) 3 ONE (1) 4 ONE (1) 5 ONE (1) 6 ONE (1) 7 ONE (1) 8 ONE (1) 9 ONE (1) 10 ONE (1) 11 ONE (1) 12 ONE (1) 13 ONE (1) 14 ONE (1) 15 ONE (1) 16 ONE (1) 17 ONE (1) 18 ONE (1) 19 ONE (1) 20 ONE (1) 21 ONE (1) 22 ONE (1) 23 ONE (1) 24 ONE (1) 25 ONE (1) 26 ONE (1) 27 ONE (1) 28 ONE (1) 29 ONE (1) 30 ONE (1) 31 ONE (1) 32 ONE (1) 33 ONE (1) 34 ONE (1) 35 ONE (1) 36 ONE (1) 37 Page 16 of 32

ONE (1) 38 ONE (1) 39 ONE (1) 40 ONE (1) 41 ONE (1) 42 ONE (1) 43 ONE (1) 44 ONE (1) 45 ONE (1) 46 ONE (1) 47 ONE (1) 48 ONE (1) 49 ONE (1) 50 ONE (1) 51 ONE (1) 52 ONE (1) 53 ONE (1) 54 ONE (1) 55 ONE (1) 56 ONE (1) 57 ONE (1) 58 ONE (1) 59 ONE (1) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 17 of 32

COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH TWO (2) 1 TWO (2) 2 TWO (2) 3 TWO (2) 4 TWO (2) 5 TWO (2) 6 TWO (2) 7 TWO (2) 8 TWO (2) 9 TWO (2) 10 TWO (2) 11 TWO (2) 12 TWO (2) 13 TWO (2) 14 TWO (2) 15 TWO (2) 16 TWO (2) 17 TWO (2) 18 TWO (2) 19 TWO (2) 20 TWO (2) 21 TWO (2) 22 TWO (2) 23 TWO (2) 24 TWO (2) 25 TWO (2) 26 TWO (2) 27 TWO (2) 28 TWO (2) 29 TWO (2) 30 TWO (2) 31 TWO (2) 32 TWO (2) 33 TWO (2) 34 TWO (2) 35 TWO (2) 36 TWO (2) 37 TWO (2) 38 TWO (2) 39 Page 18 of 32

TWO (2) 40 TWO (2) 41 TWO (2) 42 TWO (2) 43 TWO (2) 44 TWO (2) 45 TWO (2) 46 TWO (2) 47 TWO (2) 48 TWO (2) 49 TWO (2) 50 TWO (2) 51 TWO (2) 52 TWO (2) 53 TWO (2) 54 TWO (2) 55 TWO (2) 56 TWO (2) 57 TWO (2) 58 TWO (2) 59 TWO (2) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 19 of 32

COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH THREE (3) 1 THREE (3) 2 THREE (3) 3 THREE (3) 4 THREE (3) 5 THREE (3) 6 THREE (3) 7 THREE (3) 8 THREE (3) 9 THREE (3) 10 THREE (3) 11 THREE (3) 12 THREE (3) 13 THREE (3) 14 THREE (3) 15 THREE (3) 16 THREE (3) 17 THREE (3) 18 THREE (3) 19 THREE (3) 20 THREE (3) 21 THREE (3) 22 THREE (3) 23 THREE (3) 24 THREE (3) 25 THREE (3) 26 THREE (3) 27 THREE (3) 28 THREE (3) 29 THREE (3) 30 THREE (3) 31 THREE (3) 32 THREE (3) 33 THREE (3) 34 THREE (3) 35 THREE (3) 36 THREE (3) 37 THREE (3) 38 Page 20 of 32

THREE (3) 39 THREE (3) 40 THREE (3) 41 THREE (3) 42 THREE (3) 43 THREE (3) 44 THREE (3) 45 THREE (3) 46 THREE (3) 47 THREE (3) 48 THREE (3) 49 THREE (3) 50 THREE (3) 51 THREE (3) 52 THREE (3) 53 THREE (3) 54 THREE (3) 55 THREE (3) 56 THREE (3) 57 THREE (3) 58 THREE (3) 59 THREE (3) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 21 of 32

COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH FOUR (4) 1 FOUR (4) 2 FOUR (4) 3 FOUR (4) 4 FOUR (4) 5 FOUR (4) 6 FOUR (4) 7 FOUR (4) 8 FOUR (4) 9 FOUR (4) 10 FOUR (4) 11 FOUR (4) 12 FOUR (4) 13 FOUR (4) 14 FOUR (4) 15 FOUR (4) 16 FOUR (4) 17 FOUR (4) 18 FOUR (4) 19 FOUR (4) 20 FOUR (4) 21 FOUR (4) 22 FOUR (4) 23 FOUR (4) 24 FOUR (4) 25 FOUR (4) 26 FOUR (4) 27 FOUR (4) 28 FOUR (4) 29 FOUR (4) 30 FOUR (4) 31 FOUR (4) 32 FOUR (4) 33 FOUR (4) 34 FOUR (4) 35 FOUR (4) 36 FOUR (4) 37 FOUR (4) 38 Page 22 of 32

FOUR (4) 39 FOUR (4) 40 FOUR (4) 41 FOUR (4) 42 FOUR (4) 43 FOUR (4) 44 FOUR (4) 45 FOUR (4) 46 FOUR (4) 47 FOUR (4) 48 FOUR (4) 49 FOUR (4) 50 FOUR (4) 51 FOUR (4) 52 FOUR (4) 53 FOUR (4) 54 FOUR (4) 55 FOUR (4) 56 FOUR (4) 57 FOUR (4) 58 FOUR (4) 59 FOUR (4) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 23 of 32

COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH FIVE (5) 1 FIVE (5) 2 FIVE (5) 3 FIVE (5) 4 FIVE (5) 5 FIVE (5) 6 FIVE (5) 7 FIVE (5) 8 FIVE (5) 9 FIVE (5) 10 FIVE (5) 11 FIVE (5) 12 FIVE (5) 13 FIVE (5) 14 FIVE (5) 15 FIVE (5) 16 FIVE (5) 17 FIVE (5) 18 FIVE (5) 19 FIVE (5) 20 FIVE (5) 21 FIVE (5) 22 FIVE (5) 23 FIVE (5) 24 FIVE (5) 25 FIVE (5) 26 FIVE (5) 27 FIVE (5) 28 FIVE (5) 29 FIVE (5) 30 FIVE (5) 31 FIVE (5) 32 FIVE (5) 33 FIVE (5) 34 FIVE (5) 35 FIVE (5) 36 FIVE (5) 37 FIVE (5) 38 Page 24 of 32

FIVE (5) 39 FIVE (5) 40 FIVE (5) 41 FIVE (5) 42 FIVE (5) 43 FIVE (5) 44 FIVE (5) 45 FIVE (5) 46 FIVE (5) 47 FIVE (5) 48 FIVE (5) 49 FIVE (5) 50 FIVE (5) 51 FIVE (5) 52 FIVE (5) 53 FIVE (5) 54 FIVE (5) 55 FIVE (5) 56 FIVE (5) 57 FIVE (5) 58 FIVE (5) 59 FIVE (5) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 25 of 32

COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH SIX (6) 1 SIX (6) 2 SIX (6) 3 SIX (6) 4 SIX (6) 5 SIX (6) 6 SIX (6) 7 SIX (6) 8 SIX (6) 9 SIX (6) 10 SIX (6) 11 SIX (6) 12 SIX (6) 13 SIX (6) 14 SIX (6) 15 SIX (6) 16 SIX (6) 17 SIX (6) 18 SIX (6) 19 SIX (6) 20 SIX (6) 21 SIX (6) 22 SIX (6) 23 SIX (6) 24 SIX (6) 25 SIX (6) 26 SIX (6) 27 SIX (6) 28 SIX (6) 29 SIX (6) 30 SIX (6) 31 SIX (6) 32 SIX (6) 33 SIX (6) 34 SIX (6) 35 SIX (6) 36 SIX (6) 37 SIX (6) 38 Page 26 of 32

SIX (6) 39 SIX (6) 40 SIX (6) 41 SIX (6) 42 SIX (6) 43 SIX (6) 44 SIX (6) 45 SIX (6) 46 SIX (6) 47 SIX (6) 48 SIX (6) 49 SIX (6) 50 SIX (6) 51 SIX (6) 52 SIX (6) 53 SIX (6) 54 SIX (6) 55 SIX (6) 56 SIX (6) 57 SIX (6) 58 SIX (6) 59 SIX (6) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 27 of 32

COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH SEVEN (7) 1 SEVEN (7) 2 SEVEN (7) 3 SEVEN (7) 4 SEVEN (7) 5 SEVEN (7) 6 SEVEN (7) 7 SEVEN (7) 8 SEVEN (7) 9 SEVEN (7) 10 SEVEN (7) 11 SEVEN (7) 12 SEVEN (7) 13 SEVEN (7) 14 SEVEN (7) 15 SEVEN (7) 16 SEVEN (7) 17 SEVEN (7) 18 SEVEN (7) 19 SEVEN (7) 20 SEVEN (7) 21 SEVEN (7) 22 SEVEN (7) 23 SEVEN (7) 24 SEVEN (7) 25 SEVEN (7) 26 SEVEN (7) 27 SEVEN (7) 28 SEVEN (7) 29 SEVEN (7) 30 SEVEN (7) 31 SEVEN (7) 32 SEVEN (7) 33 SEVEN (7) 34 SEVEN (7) 35 SEVEN (7) 36 SEVEN (7) 37 SEVEN (7) 38 Page 28 of 32

SEVEN (7) 39 SEVEN (7) 40 SEVEN (7) 41 SEVEN (7) 42 SEVEN (7) 43 SEVEN (7) 44 SEVEN (7) 45 SEVEN (7) 46 SEVEN (7) 47 SEVEN (7) 48 SEVEN (7) 49 SEVEN (7) 50 SEVEN (7) 51 SEVEN (7) 52 SEVEN (7) 53 SEVEN (7) 54 SEVEN (7) 55 SEVEN (7) 56 SEVEN (7) 57 SEVEN (7) 58 SEVEN (7) 59 SEVEN (7) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 29 of 32

SECTION 4.3 - BID STATEMENT & CONTRACT ACCEPTANCE STATEMENT VENDOR HEREBY SUBMITS THE ATTACHED BID IN RESPONSE TO THE COUNTY OF IMPERIAL S REQUEST FOR PROPOSAL FOR THE LEASING AND MAINTENANCE OF 139 COPIERS. VENDOR HEREBY REPRESENTS AND WARRANTS THAT THE INDIVIDUAL SIGNING THE BID PROPOSAL IS: (1) DULY AUTHORIZED TO EXECUTE AND DELIVER THE BID AND EXECUTABLE AGREEMENT ON BEHALF OF VENDOR. (2) SUCH EXECUTION AND DELIVERY ON BEHALF OF VENDOR IS IN ACCORDANCE WITH THE TERMS OF THE ARTICLES OF INCORPORATED OR PARTNERSHIP, ANY BY-LAWS OR RESOLUTIONS OF VENDOR. VENDOR ALSO HEREBY REPRESENTS AND WARRANTS THAT IF AWARDED THE COPIER BID IT AGREES TO BE BOUND BY THE CONTACT ATTACHED AS SECTION 5. Print Signatory Name and Title Signature Vendor Name Vendor Address Vendor Phone Number Date Page 30 of 32

SECTION 5 - SAMPLE AGREEMENT Page 31 of 32

SECTION 6 - VENDOR VALUE ADD In this section, please list any information that adds value to the County and should be considered in our evaluation process. Page 32 of 32