I. SUBMISSION DEADLINE

Similar documents
Cherokee County Water and Sewerage Authority

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013

REQUEST FOR PROPOSAL. Village of Lemont Two Multi Functional Copiers. May 7, Deadline for submission: 12:00 p.m. (noon) on May 24, 2012

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

Invitation To Bid. for

Color Copier/Printer Lease

SCOPE OF WORK: Copier/Printer/Scanner/Fax Equipment & Maintenance

Burbank-Glendale-Pasadena Airport Authority ( Authority ) NOTICE INVITING BIDS REQUEST FOR BID # ADM COPIER LEASE & MAINTENANCE SERVICE

Request for Proposal: Copier Fleet Minooka Elementary School

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

REQUEST FOR PROPOSALS FOR DIGITAL PRODUCTION COPIER. City of Goleta City Clerk s Office 130 Cremona Drive, Suite B Goleta, CA 93117

CITY OF SAINT CHARLES, MISSOURI INVITATION FOR BID BID NUMBER 4126 FOUR (4) NEW DIGITAL COLOR COPY MACHINES MAY 1, 2015

Quote- RFQ Keldric Owens. Technology Manager.

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Ohio Public Employees Retirement System. Request for Proposal

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

City of Loveland, Ohio

Request for Proposal. Contract to begin January 1, 2015 Ending December 31, 2015

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

Request For Proposals. For Copier. For GREENVILLE UTILITIES COMMISSION

Request for Proposal High Volume Copier

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

INSTRUCTIONS TO VENDORS

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Request For Quotations for Multifunction Printers

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

All shipments, shipping papers, invoices and correspondence must be identified with the City of Los Angeles' Contract Purchase Order Number.

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

REQUEST FOR PROPOSAL

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

KIRKWOOD SCHOOL DISTRICT

FINANCE DEPARTMENT COPIER RFP

REQUEST FOR PROPOSALS RFP#75-18

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

CITY OF VANDALIA, OHIO INVITATION TO BID FOR Copier Lease. Bid Due Date and Hour: 10:00 AM, April 9, 2018

REQUEST FOR PROPOSAL West Virginia Northern Community College RFP #

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

MELBA SCHOOL DISTRICT

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

Huntingdon Area School District 2400 Cassady Avenue, Suite 2 Huntingdon, PA Specifications and Quotation Form For Copier & Service Bid

Request for Proposals RFP Copiers, and Related Services and Software

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

INVITATION TO BID FIREWORKS

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

ELMHURST PUBLIC LIBRARY REQUEST FOR PROPOSAL ENTITLED HIGH BANDWIDTH INTERNET ACCESS

Fruth Group - Managed IT Services (MIS) Terms of Service (TOS)

Request for Proposals. Copiers

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Request for Proposal (RFP) For Plat book Printing

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

Request for Proposals: Purchase of Staff Computers

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

ONEONTA CITY SCHOOL DISTRICT

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

REQUEST FOR PROPOSALS INSURANCE BROKERAGE SERVICES

CITY OF DENTON, TEXAS

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

INDIAN WELLS VALLEY WATER DISTRICT REQUEST FOR PROPOSAL WATER RATE STUDY

SECTION 1 PROPOSAL INSTRUCTIONS

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Third Party Offering via Instart Logic MSA Blue Triangle

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSAL MARINA FOOD CONCESSIONS OPERATION Page

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

REQUEST FOR PROPOSAL RFP-0066 NEW CITY COPIERS AND COPIER MAINTENANCE SERVICES PROPOSALS DUE: JANUARY 9TH, 2013 AT 11:00AM

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

ALL TERRAIN SLOPE MOWER

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

1355 Southfield Rd. Lincoln Park, MI The City of Lincoln Park is accepting sealed bids for Ambulance Services for our citizens.

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES

Issue Date: July 7, 2017 Phone #: (636)

Invitation to Bid. For. Wastewater Sludge Hauling and Disposal. Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant

Purchasing Department Finance Group

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

OFFICE OF REGISTER OF DEEDS

Town of Lee Septic Tank Pumping Services

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

City of Caribou, ME Request for Proposals for Annual Independent Financial Auditing Services

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Request for Proposal For Scrap Metal Removal

Transcription:

REQUEST FOR PROPOSALS FOR MULTIFUNCTION COPIER/SCANNER/PRINTER/FAX SERVICES Cincinnati Museum Center ( CMC ) invites proposals from qualified and experienced companies that will provide full-service copy/scanner/print/fax equipment and managed print services. Issue Date: August 31, 2018 RFP Title: Requested by: Contact: Multifunction Copier/Scanner/Printer/Fax Device (MFD) Lease and Managed Print Services Cincinnati Museum Center 1301 Western Avenue Cincinnati, OH 45203 David Zlatic Chief Technology Officer 513-287-7039 dzlatic@cincymuseum.org I. SUBMISSION DEADLINE Proposals will be accepted until 5:00 pm. on September 14, 2018. Include three (3) printed copies and one (1) electronic copy in a sealed envelope plainly marked on the outside "PROPOSAL FOR MFD LEASE/PURCHASE AND MANAGED PRINT SERVICES. PROPOSALS MUST BE MAILED OR PHYSICALLY DELIVERED TO: CMC Finance Department Attn: Jane MacKnight 250 West Court Street, Suite 300E Cincinnati, OH 45202 Proposals not received by the specific date and time will be rejected. II. REQUIREMENTS The selected firm shall sell or lease and provide to CMC all the necessary equipment and services to fulfill its duties and obligations. Duties and obligations include but are not limited to, provision of the following: A. Required Equipment CMC requires up to eight (8) MFDs to be located Union Terminal and Geier Collections and Research Center. These machines will be used by multiple departments. Two (2) machines must be capable of printing in color as well as in black & white. Estimated needs by department are listed below will alternate additions.

Minimum MFD Required User/Department Location Need PPM Paper Tray Human Resources Union Terminal, Mezzanine North B&W; Fax 35 Letter Executive Suite Union Terminal, Mezzanine North Color 55+ Letter, Stationary, Legal, Ledger CMC Office Suite Union Terminal, Mezzanine North B&W 55+ Letter, Stationary, Legal, Ledger, Envelope PSOC Union Terminal, Concourse B&W 35+ Letter Finance Union Terminal, 1st Floor South B&W; Letter, Stationary, 30+ Fax Legal, Ledger MMS Office Suite Union Terminal, 1st Floor North Color 55+ Letter, Legal, Ledger, Banner Collections & Research Geier Center, Administration B&W 55+ Letter, Stationary, Legal, Ledger Alternate Additional Options User/Department Location Need PPM Paper Tray Engineering Union Terminal, Lower Level North B&W 35+ Letter, Legal, Ledger Exhibits Union Terminal, 1st Floor North Color 35+ Letter, Legal, Ledger Volunteer Services Union Terminal, Mezzanine South B&W 35+ Letter, Legal, Ledger Library Union Terminal, Mezzanine South B&W 35+ Letter B. Minimum Equipment Specifications 1. All multifunction machines must be from the same manufacturer and operate in a manner similar to one another. 2. All multifunction machines must be capable of producing double-sided prints/copies. 3. All multifunction machines rated at a speed of 40 prints per minute (ppm) and faster are required to have the capability of printing on stock ranging from 20 lb. bond to 110 lb. index, on sizes letter (8 ½ x 11), legal (8 ½ x 14) and ledger (11 x 17). 4. All multifunction machines must have an automated stapling system, capable of stapling a minimum of 20 sheets of 20 lb. paper. 5. All multifunction machines must possess an automated document feeder, with a minimum capacity of 300 sheets of 20 lb. bond paper. 6. All multifunction machines must have a bypass tray for the purpose of printing on specialized stock. 7. All multifunction machines must have zoom capabilities from 64% to 200%. 8. All multifunction machines must have the following paper capacity, using standard 20 lb. copy paper:

a. 8 ½ x 11 paper supply - minimum of 1,000 sheets. b. 8 ½ x 14 paper supply - minimum of 500 sheets. c. 11 x 17 paper supply - minimum of 250 sheets. d. One (1) machine capable of banner printing e. One (1) machine with tray for printing #10 envelopes. f. One of the three paper trays may be adjustable. 9. All multifunction machines must have image shift capabilities. 10. All multifunction machines must be operational as a walk-up digital copier, whether on CMC network or not. 11. All multifunction machines must have PIN code and/or mailbox secured access for users. 12. All multifunction machines must be capable of a programmable cost center/accounting meters, with a minimum of 20 separate cost centers/meters; vendor to specify the number of digits accommodated per accounting code. Vendors may provide alternative configurations with a written explanation demonstrating that their proposal will meet CMC s requirements. C. Required Services 1. The managed print services program must consist of at least the following components: a. Consumable supplies b. Fix/Repair and maintenance services c. End-user support 2. CMC requires just-in-time inventory management of all consumable supplies including end-user replacement components for all output devices defined within this RFP. a. Vendor is responsible for delivery of supplies to point of need b. Supply expectations: i. All toner must be OEM [original equipment manufacturer]. No substitutes will be accepted. ii. Unlimited toner. iii. Consumable supplies must meet original equipment manufacturers specifications. iv. Consumable supplies must not exceed 0.5% failure rate. v. Vendor assumes all responsibility for hardware performance due to consumable supplies. vi. Covers all multifunction devices and network printers included in RFP. vii. Vendor retains ownership of all consumables inventory. viii. Down time due to lack of consumable supplies is not acceptable. ix. Vendor is responsible for delivery of supplies to point of need. 3. CMC requires the vendor to be responsible for all toner, fix/repair, maintenance and/or replacement of all output devices included in contract resulting from this RFP. a. Hardware must meet specifications and minimum uptime requirements. b. Preventative Maintenance Schedules planned and completed according to manufacturers recommended service schedules c. Exclusive utilization of OEM parts and supplies.

d. Minimum service response expectations: i. Vendor shall respond to a request for maintenance within one (1) hour ii. Maintenance and repair calls should be performed within four (4) hours of request for service. iii. The maximum allowable downtime for any one piece of equipment is forty-eight (48) hours. iv. Vendor assumes all responsibility for hardware performance due to service parts and components. v. Vendor will assume responsibility for disposal of and recycling of all service parts. vi. Vendor will supply CMC with a call completion notification in electronic format. vii. A loaner machine must be provided for any equipment that can t be repaired and restored to normal operating service within five (5) days. viii. Excluded from the requirements are delays resulting from acts of nature, accidents, or extreme weather conditions. 4. CMC requires end-user help desk support for all users on all printers covered by a contract resulting from this RFP. Specifically: a. Provide a single point of contact for CMC b. Unlimited phone support on all initial service calls during normal business hours, 8:00 A.M. to 5:00 P.M. EST, Monday through Friday with the exception of statutory holidays. c. Unlimited network support during normal business hours, 8:00 A.M. to 5:00 P.M. EST, Monday through Friday with the exception of statutory holidays. d. Unlimited customer training D. Management and Reporting Requirements 1. CMC requires the following management and reporting processes from the selected vendor for all multifunction machines included in this contract. a. Electronic monitoring of all output devices. b. Maintaining service records to report individual device performance. c. Access to electronic monthly usage reports per device. d. Monthly electronically generated status reports communicating equipment issues to the Information Chief Technology Officer. e. Additional features available that have been proven to reduce paper and print waste. (i.e.: scan to print/walk up printing, etc.) E. Special Terms & Conditions 1. Equipment offered must be new, unused, current models. 2. Vendors may be required to provide demonstrations of proposed machines prior to selection of award. 3. The multifunction machines shall be delivered, installed and made ready for use by the selected vendor. Lease prices shall include these services: a. The vendor shall coordinate and provide delivery at no additional fee. b. The vendor shall provide end-user training to city staff at no additional fee. 4. Multifunction machines will perform to manufacturer s specifications for a minimum of 95% of the time

during normal business hours averaged over a three month time frame. Any machine that fails to meet this standard shall be replaced with an equal or better model at no cost to CMC. If Vendor fails to correct the non-performance, CMC reserves the right to terminate the contract by giving a ten (10) day notice to the Vendor after which no further obligation is due from CMC. 5. Vendor will provide routine maintenance and repair services for no additional fee. 6. Service will be furnished to CMC between 8:00 a.m. and 5:00 p.m., Monday through Friday. Only fully trained and qualified technicians shall perform the maintenance on the copiers. Please provide list of technicians and years of experience with the specific vendor in the RFP response. 7. Vendors shall include proposed method of managing service calls including: a. Service organization background & qualification b. Method for history of call on each device/logging c. Level of service specifications d. Number of trained technicians for each machine type and size of area served e. Average support call response time f. Location of local office and support dispatch office 8. CMC will supply paper and staples for the machines. Vendor shall be responsible for supplying toner and all machine parts and shall include the cost in the maintenance price. All parts and supplies must be Original Equipment Manufacturer (OEM). 9. Proposals must include prices for multifunction machine lease and maintenance (service and supply) cost per copy page. Monthly costs will be based on machine usage and will be billed in arrears; no minimum number of copies will be specified. Vendor shall bear all costs for labor and parts required to maintain the copy machine in good working order and make all necessary adjustments, replacements, and repairs caused by normal wear and tear. 10. The maintenance price will be fixed for the contract term with no price increase. 11. The end-of-contract return of any equipment shall be provided by the vendor and coordinated with CMC, and shall be at no cost to CMC. Subject equipment shall be removed no later than 30 days after receiving notification from CMC. All proposals must contain descriptive literature on the proposed multifunction device(s). At least one technical sheet must be provided for each machine model, accessory or option. Manufacturer specifications must specify certified monthly volumes for each machine. Other descriptive literature or reports, including award certificates from an independent testing agency, will be accepted in addition to required literature. III. ADDITIONAL INFORMATION A. Buyout Requirement. The vendor that is awarded the lease contract will identify and offer to provide copier replacements and/or upgrades with required buying out of CMC s existing copier financial obligations and/or purchasing copier(s) owned by CMC as of October 31, 2018 Buyout of an existing copier lease, rental, or purchase of a copier owned by CMC

must include the buyout of the related service/maintenance agreement if present. Vendor must indemnify and hold CMC harmless from any further claims arising out of the existing lease(s), contract(s), or the buyout thereof. Exhibit A outlines CMC s approximate existing inventory of multifunction machines. Buyout Lease figures are as follows: Model Equipment Serial No. Location Buy Out Cost Savin MP301 W913P901394 250 W Court St, #300E, 45202 $ 460.00 Savin MP3353 E764L100455 250 W Court St, #300E, 45202 $ 2,858.00 Savin MP6002 W864L100388 760 W 5th St, 45203 $ 3,911.00 Savin MP4002 W524LA00337 1301 Western Ave, 45203 $ 3,859.00 Savin MP4002 W524L400599 1301 Western Ave, 45203 $ 2,839.00 Savin MPC3503 E164MB60894 4526 Estes Ave, 45232 $ 5,287.00 Savin MP3554 G164RC30252 760 W 5th St, 45203 $ 4,032.00 Savin MPC4503 E175MB61723C 250 W Court St, #300E, 45202 $ 27,938.00 B. Contract Period. The Contract Period shall begin November 1, 2018 and continue for two (2) years. The Contract may be extended for up to three (3) additional one-year contract periods, beginning in 2020. The additional one-year contract extension periods shall be exercised at the sole discretion of CMC. 1. Residual value of the product. 2. Advantages of a particular product relative to its weaknesses. 3. Frequency of upgrades to the product. 4. Time of delivery, performance, and completion. 5. Ability to provide the required equipment and services and fulfill the minimum specifications 6. Implementation plan. 7. Qualification and experience of the Respondent. 8. Respondent s technical support structure 9. References of performance including such factors as control of costs, quality of work, ability to meet schedules, cooperation, responsiveness, compliance with the requirements, and other considerations Proposals shall be submitted on standard 8.5 x 11 inch paper with font size no smaller than twelve (12) point. Proposals shall consist of one (1) signed original and three (3) copies, submitted in a sealed envelope plainly marked SEALED BID FOR MULTIFUNCTION COPIER/SCANNER/PRINTER/FAX PURCHASE OR LEASE AND MANAGED PRINT

SERVICES- DO NOT OPEN WITH REGULAR MAIL. Proposals shall consist of the following: 1. A Letter of Transmittal that includes (a) the name of the company, (b) a contact person, (c) names of individuals authorized to negotiate with CMC (d) current address (e) telephone number, (g) email address, and (h) the signature of an authorized representative of the Respondent. 2. Ownership Information, which shall identify how the company is owned; the year the company was established; the former name(s) of the company, if applicable; and the state in which the company is incorporated, if applicable. 3. A written plan that clearly identifies the equipment and services proposed and a detailed description of how the Respondent proposes to implement the plan. The plan is not to exceed five (5) pages in length, excluding any exhibits or appendices the Respondent may choose to submit. The plan should address the specifications contained in this document at a detailed level meaning all requirements set forth in this RFP must have an INDIVIDUAL response in the RFP indicating the requirement is 1) met, 2) not met, or 3) met with conditions including commentary on the specific conditions to meet the requirement. 4. The written plan should include comparison of MFD purchase plus service option vs lease plus service option. 5. A minimum of 3 references that CMC can contact for information about Respondent s performance within the past 12 months. IV. ADDITIONAL TERMS 1. Costs. Costs incurred developing bid proposals are to be entirely borne by the Respondents and will not be reimbursed under any circumstances. All supporting documentation and manuals submitted with this bid proposal will become the property of the Cincinnati Museum Center. All bid proposals and associated documents are public record. 2. Insurance. a. The successful Respondent shall comply with the laws of the State of Ohio relating to workers compensation insurance coverage and shall carry and keep in force during the performance of this agreement, workers compensation insurance for its employees. The successful Respondent shall provide proof of workers compensation insurance to CMC Finance Department each year of the contract. b. The Successful Respondent shall carry and keep in full force during the performance of this agreement comprehensive general liability insurance, including public liability insurance and property damage insurance, in the minimum amount one million dollars ($1,000,000) per claim and three million dollars ($3,000,000) annual aggregate, with the Cincinnati Museum Center and its employees named as an additional insured. Said Certificate shall include a Notice of Cancellation clause with notification being sent thirty (30) days before cancellation to: Jim Glesige, Assistant Controller, Cincinnati Museum Center, 1301 Western Avenue, Cincinnati, OH 45203. Cancellation of

insurance will constitute a default that, if not remedied within the thirty (30) day notification period, shall be cause for termination of the Agreement by the Cincinnati Museum Center. The successful Respondent shall furnish to CMC a Certificate of Insurance certifying the type and minimum amounts of insurance. Successful Respondent agrees to maintain liability insurance at all times during the contract period. 3. Indemnification from General Liability. The successful Respondent agrees to protect, defend, indemnify and hold harmless Cincinnati Museum Center and its elected officials, officers, employees and agents from and against any and all claims, suits, demands or actions arising out of or in connection with any negligent or intentional acts or omissions of successful Respondent and its employees, its officers, agents. The successful Respondent agrees to indemnify Cincinnati Museum Center and its elected officials, officers, employees and agents against any judgment (including attorneys' fees), award, or amount paid in settlement, applicable court costs and witness fees arising from such claim, suit, demand or action. In the event that successful Respondent fails to defend Cincinnati Museum Center and its elected officials, officers, employees and agents as set forth in this paragraph, such parties shall defend themselves and successful Respondent shall pay all costs for such defense including, but not limited to, judgments, awards, amounts paid in settlement, applicable court costs, witness fees and attorneys' fees. The respective rights and obligation of the parties under this paragraph shall survive the expiration or termination of this Agreement for any reason. 4. Occupational License Required. The successful Respondent shall obtain and maintain during the life of the contract, an occupational license to do business from CMC Finance Department prior to formal award of the contract.