Purchasing Department Finance Group

Similar documents
PURCHASING DEPARTMENMT Finance Group INVITATION TO BID

DEPARTMENT OF FINANCE OFFICE OF PURCHASING. PROJECT NUMBER 3171 Document length - 33 pages. DUE DATE 2:00 PM May 23, 2012 Dear Sir/Madam:

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

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

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

CONSULTANT SERVICES AGREEMENT

Telemetry Upgrade Project: Phase-3

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

City of Loveland, Ohio

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

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

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

AGREEMENT FOR TRANSPORTATION SERVICES

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

Cherokee County Water and Sewerage Authority

Invitation To Bid. for

REQUESTS FOR PROPOSALS ACTUARIAL SERVICES

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

PROFESSIONAL SERVICES AGREEMENT

CONTRACT FOR CONSULTING SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO.

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

Internet Services and Central Link Broadband Agreement

ANNEX A Standard Special Conditions For The Salvation Army

SAMPLE FORMS - CONTRACTS Compression Services Agreement (Form 8100) (See Attached Form)

BUSINESS ASSOCIATE AGREEMENT

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

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

Staff Report. Scott Conn, Network & Operations Manager (925)

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

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

Champaign Park District: Request for Bids for Playground Surfacing Mulch

FIXTURING/INSTALLATION AGREEMENT

CONTRACT FOR SERVICES RECITALS

Services Agreement for Public Safety Helicopter Support 1

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

To: Dr. Robert O Donnell VI-B. Jeanne Knouse. Date: August 18, Dental Service Agreement

BUSINESS ASSOCIATE AGREEMENT

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

REQUEST FOR PROPOSALS

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

OGC-S Owner-Contractor Construction Agreement

CITY COUNCIL CONSENT CALENDAR

TEMPORARY EMPLOYEE STAFFING. Request for Proposal

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Request for Bid/Proposal

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

PERSONAL SERVICES CONTRACT

Exhibit C. CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11. (Riverside County Children and Families Commission and Agency Name)

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

Any questions regarding this RFP should be ed to John Peters

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

City of Merriam, Kansas

City of Beverly Hills Beverly Hills, CA

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 PROPOSAL (RFP)

I. SUBMISSION DEADLINE

PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY

Independent Contractor Agreement Form

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

RFP GENERAL TERMS AND CONDITIONS

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

Request for Proposal: Copier Fleet Minooka Elementary School

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

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

Southern California Edison Revised Cal. PUC Sheet No E Rosemead, California (U 338-E) Cancelling Revised Cal. PUC Sheet No.

AIRPORT HANGAR LICENSE AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

West Ridge Park Ballfield Light Pole Structural Assessment

TOWING SERVICE FRANCHISE AGREEMENT

Atlantis Industries Corporation Terms and Conditions

Transcription:

Purchasing Department Finance Group August 6, 2015 COPIER MANAGEMENT SERVICES PROJECT NUMBER 3601 Document length - 41 pages DUE DATE 2:00 PM September 3 2015 Dear Sir/Madam: The City of Norwalk is soliciting proposals for the supply and installation of leased copier equipment. Request for Proposal [RFP] documents are available upon receipt of this invitation over the Internet at http://www.norwalkct.org. Adobe Acrobat reader is required to view this document. If you do not have this software you may download it for free from Adobe. All questions must be directed, in writing via e-mail to David Carroll, Purchasing Officer, dcarroll@norwalkct.org. The deadline for submission of questions is 12:00 pm, August 21, 2015. Businesses, without fax or Internet access equipment, may contact the Purchasing Department at 203-854-7712 for any RFP information. Our fax number is 203-854-7817. If, after review of the RFP documents, your firm is interested in performing the services specified, provide the information requested, sign and return the complete document, along with your detailed proposal, to the City of Norwalk Purchasing Department by the due date. Sincerely, David Carroll Purchasing Officer dcarroll@norwalkct.org Page 1, Copiers_3601.doc

TABLE OF CONTENTS INVITATION TO SUBMIT REQUEST FOR PROPOSAL (RFP) SECTION 1 SCOPE OF WORK 1.0 QUESTIONS CONCERNING RFP 1.1 PROPOSAL OVERVIEW 1.2 CURRENT OPERATIONS 1.3 CONTRACT TERMS 1.4 EXISTING EQUIPMENT 1.5 TECHNICAL / BACKUP SUPPORT 1.6 CONFIDENTIALITY 1.7 CHANGES TO CONTRACT 1.8 MANAGEMENT REVIEWS 1.9 PROPOSAL PREPARATION COSTS 1.10 COPIER SERVICES 1.11 LOANER EQUIPMENT 1.12 BUYOUT CLAUSE 1.13 PROPOSED FEE STRUCTURE 1.14 CRITERIA FOR EVALUATING PROPOSALS 1.15 SAMPLE CITYOF NORWALK CONTRACT 1.16 INSURANCE RIDER SECTION 2 - RESPONSE FORMS 2.1 FORM OF PROPOSALS 2.2 STATEMENT OF QUALIFICATIONS 2.3 PRICING RESPONSE FORM(S) SECTION 3 - GENERAL INFORMATION City of Norwalk's Standard Terms and Conditions EXHIBIT MATERIALS I. EQUIPMENT INVENTORY II. EQUIPMENT LOCATION DIRECTORY Page 2, Copiers_3601.doc

1.0 QUESTIONS CONCERNING RFP No oral interpretations shall be made to any respondent as to the meaning of any of these documents or to be effective to modify any of the provisions of this request. Every request for an interpretation shall be made via email to David Carroll, Purchasing Officer, dcarroll@norwalkct.org. To receive consideration, such questions shall be submitted by the date established on page one (1) of this RFP. The Purchasing Agent will arrange as addenda, which shall become a part of the contract, all questions received as above provided and the response regarding each. The Purchasing Department shall post a copy of these addenda to their website at www.bid.ci.norwalk.ct.us. Non-receipt of said addenda shall not excuse compliance with said addenda. It is the responsibility of each respondent to determine whether any addenda have been issued and if so whether he/she has received a copy of each. No alleged "verbal interpretation" shall be held valid. Any addenda issued during the bidding period shall supersede previous information. 1.1 PROPOSAL OVERVIEW The City of Norwalk is seeking a single vendor to supply and install copier/multifunctional devise (MFD) equipment for the City operations. All equipment supplied by the vendor must be the most updated, new and unused models. Re-manufactured and/or discontinued models are unacceptable. The primary purpose of this request for proposal is to solicit responses from qualified vendors to provide the City with the necessary leased equipment to enable the City to establish a fully integrated copier operation. The City anticipates that the contract award resulting from this RFP may be instrumental in the City s ability to successfully establish a cost effective copier management program that will integrate the newest digital output technology into the City s current environment. Four goals established for this lease include: 1. High quality, high performance copiers. 2. Reliable service with little downtime. 3. Easy network printing options. 4. Quality duplex printing The information provided herein is intended to assist vendors in the preparation of proposals necessary to properly respond to this RFP. It is not intended to limit a proposal s content; rather it is designed to provide interested vendors with sufficient information to understand the current operation of the City. Firms responding to this RFP are encouraged to provide equipment that establishes the most effective copier services operation. Our objective is to contract with a vendor that provides the equipment using creative methods to lower costs and improve efficiency while making use of the most recently developed technology. Note: The awarded firm may be requested to assist in networking individual PC s to the associated copier/mfd within each office/department, and to the Copy Center s MFD in Norwalk City Hall. Page 3, Copiers_3601.doc

1.2 CURRENT OPERATIONS The City of Norwalk presently leases the majority of their copy machines. Additionally, the majority of these units are self-service units. The City anticipates leases for approximately 41 copiers/mfd s with this contract. See Exhibit 1 for a list of the current and future equipment. 1.3 CONTRACT TERMS Term of contract shall be for three (3) or four (4) years, with an option for one (1) additional, three or fouryear extension subject, however, to the right of either party to terminate the contract, with or without cause, at any time, upon not less than sixty (60) days prior written notice to the other party. After the initial three-year or four-year contract has expired, all copier equipment shall be replaced with new, updated copiers. Additionally, the City shall mandate that the contract include a non-appropriation clause that does not obligate the City to pay any net contract balance remaining beyond any ending fiscal period wherein funds have not been appropriated for that expense. Payment terms shall be established as Net 30. Please indicate any available discounts for varying invoice payment performance. The City anticipates the successful vendor shall commence operation of the copier services on or about December 15, 2015. 1.4 EXISTING EQUIPMENT An inventory of the existing equipment is provided as Exhibit I in this RFP. 1.5 TECHNICAL/BACKUP SUPPORT All proposals must include description of maintenance/repair service (i.e., number of technicians available to this account, qualifications of personnel, etc.), location of repair personnel, estimated turn-around time for maintenance/repairs, and name of firm providing these services. Proposals should describe in detail the types of services and (other) equipment that will be available to City of Norwalk. Note: The awarded firm may be requested to assist in networking individual PC s to the associated copier/mfd within each office/department, and to the Copy Center s MFD in Norwalk City Hall. Firms technical plans are required to be submitted with each firm s proposal. 1.6 CONFIDENTIALITY The Vendor recognizes that it must conduct its activities in a manner designed to protect any information concerning City of Norwalk from improper use or disclosure. 1.7 CHANGES TO CONTRACT Due to the current dynamic environment in which the City of Norwalk is operating, any contract will have to provide enough flexibility to meet changing business needs. Proposals must describe how changes in the scope of the contract will be handled, (i.e., what provisions/ procedures will be included to handle such changes). Page 4, Copiers_3601.doc

1.8 MANAGEMENT REVIEWS Annual (more frequently if requested) Management Review meetings will be scheduled with a representative from City of Norwalk and the awarded firm to evaluate any improvements / suggestions, etc., resolve any issues, review statistical data and provide an overview of the operation in general. 1.9 PROPOSAL PREPARATION COSTS All costs incurred by the supplier in the preparation and presentation of the proposal shall be absorbed entirely by the supplier. All supporting documentation submitted with this proposal shall become the property of City of Norwalk unless otherwise requested in writing by the vendor at the time of submission. 1.10 COPIER SERVICES 1 VENDOR QUALIFICATIONS: a. The vendor shall be and have been regularly and actively engaged in copier equipment services and must have performed the type of work described herein. b. The vendor shall submit a list of the six clients. The list shall include the name of the company/municipality, its address, the contact person, a telephone number and a brief description of the work performed and the size of the contract. c. The vendor shall submit a list of employees that will make up a Technology Services Group who will determine the equipment and pricing to be supplied to each City department/account. d. The vendor shall submit a list of all employees that will make up a Service Team used to maintain and service the equipment, as well as train employees in operating the equipment supplied to each City department/account. 2. SUBCONTRACTING. A list of any and all subcontractors must be submitted to the City for approval prior to the contract award. 3. PRICING. All prices quoted in this proposal shall be firm for three (3) year and four (4) year leases. 4. The vendor shall provide a needs assessment analysis that illustrates cost effective methods of lowering copy costs, improves service by establishing a comprehensive document management program and informs the City which equipment will best meets our needs. 5. The vendor shall be responsible for the maintenance and service of all copiers to assure peak operating performance of each copier. 6. The awarded firm shall review/inspect the current site locations of each copier for electrical/outlet and any other requirements necessary to insure proper installation and performance. The vendor shall list any modifications required per each location. The City of Norwalk shall be responsible for the modifications. Page 5, Copiers_3601.doc

7. At the City s discretion, the vendor shall be able to upgrade or downgrade equipment as needed with no increase in costs to the City s contracted price. 8. The vendor shall be responsible for providing toner/dry ink, developer, fuser oil, fuser webs, staples, copy cartridges, etc. to all locations. The City expects the vendor to supply adequate inventories on the premises to meet normal production levels when requested/needed. 9. REPORTING: The awarded firm shall provide detailed usage reports for each copier/mfd on the following basis: Monthly reports for the number of prints/images/copies (black & white and color prints listed separately) produced by make, model, and equipment ID number. Quarterly reports for the number of prints/images/copies (black & white and color prints listed separately) produced by make, model, and equipment ID number. Annual reports for the number of prints/images/copies (black & white and color prints listed separately) produced by make, model, and equipment ID number. 10. INVOICES: a. The awarded firm shall submit one (1) monthly invoice per each department and/or each copier/mfd as required by the City. b. The one (1) monthly invoice shall provide line item detail for each copier/mfd as follows: Make/ manufacturer equipment. Model number. Equipment ID number. Monthly rental costs. Cost per image, including monthly meter readings (black & white and color prints listed separately). c. Invoices shall be submitted to individual City Departments directly. d. A sample of a monthly invoice including the information listed above is required with your proposal submission. 11. The City shall processes payments to the vendor thirty days in arrears. The vendor price shall be awarded on a fixed cost per copy only. 12. The vendor shall submit a quarterly activity report to the City, with a listing of copier problems and resolutions. Included in this report will be all new copiers; moved, relocated or replaced copiers. Page 6, Copiers_3601.doc

13. The awarded firm will implement a transition plan for execution of contracted services and installation of equipment, including estimated delivery time and any venting and additional electrical requirements. All equipment is to be in place and functioning by approximately December 15, 2015, or a date to be determined by the City of Norwalk. The successful firm must coordinate delivery and installation with each department/facility. The vendor is responsible for all costs associated with delivery for equipment to be installed. The City will be responsible for costs associated with venting and/or electrical. Firms must submit a full description of the transition plan with their proposal. 14. The removal/return of the current leased copiers shall be the responsibility of the incoming contracted firm. Management and expense required to package, transport, and return existing leased copiers to the owners preferred destination will provided by the by the incoming contracted firm. The incoming contracted firm will be responsible to remove and return all leased copiers throughout the entire agreement period that includes any and all associated costs. Firms must submit a full description of the current equipment removal/return plan with their proposal 15. The City will provide multi-use copier paper. 16. DATA PROTECTION: a. Incoming copiers/multifunction devices must be equipped with a disk encryption function to protect all temporary and stored electronic data and documents on the equipment s hard disk drive from unauthorized access. This function shall encrypt data and documents utilizing the Advanced Encryption Standard (AES) cryptographic algorithm. Written confirmation shall be required for each machine by the incoming firm. b. The copiers/multifunction devices must also be equipped with a feature to effectively remove data from the hard disk drive. Any temporary, stored, or deleted data and documents must be securely overwritten and erased from the hard disk drive to ensure inaccessibility to data. Written confirmation shall be required for each machine by the incoming firm. c. The City of Norwalk may decide to retain hard drives at the completion of the lease period. Within your proposal, indicate your firm s ability to remove the hard drives and allow the City to retain the devices for destruction. In addition, include any additional costs to perform this service that may be incurred by the City. d. A written description of your Firm s data protection plan to be provided to the City of Norwalk is required with your submission. 17. In the event that any piece of equipment has been out-of-service due to needed repairs for 10% of office time for a one-month period, the City reserves the right to require the equipment be replaced within 30 days of written notification of the problem. Page 7, Copiers_3601.doc

18. The successful vendor will be responsible for any and all property taxes associated with all copier equipment. The City shall not be invoiced for any tax. 19. Material Safety Data Sheets (MSDS) are required for all supplies. 20. The City is looking for a digital solution. All equipment placed in service must be new and unused. Re-manufactured and/or discontinued models will not be accepted. 21. It is the responsibility of the vendor to provide all information on the equipment that is necessary for an evaluation. The City s decision of approval or disapproval of equipment is final. 22. The vendor is required to offer one single point of contact for all purposes, i.e., repairs, service problems, complaints, supplies, equipment modification and/or exchange, etc. This contact will be the same for all under this proposal. 23. The successful vendor must be responsible for removal and disposal (and all costs associated with) of any equipment currently owned by the City that do not have associated termination charge(s). 24. In the event that the City adds or deletes locations, the vendor must provide or reconfigure machines suitable to meet the needs associated with such change. The City reserves the right to approve or disapprove any/all new equipment. Additions to or eliminations of equipment inventory will not change the per copy costs indicated in the proposal. 25. The City is continuing to build a technology infrastructure. It is expected as new needs are established for digital technology that the successful vendor will be able to assist and offer information and solutions based on the state-of-the-art technology in conjunction with all printing devices. Note: Apple Air shall be included to interface with employee ipads. 26. The City of Norwalk requires that any email function of your copier/multifunction device can be configured to work with its own internal Exchange Server Enterprise 5.5. The City cannot allow any open relays. All traffic (inbound/outbound) is forwarded to smtp.dsl.net. 27. As part of the City of Norwalk s review of proposals, selected vendors shall be required to make oral presentations of their proposals to the City representatives. The oral presentations provide an opportunity for the vendors to clarify the proposals through mutual understanding. Additionally, selected vendors shall also be required to provide demonstrations of each machine proposed and its features. Page 8, Copiers_3601.doc

28. USER TRAINING The awarded firm shall include initial training immediately following equipment of installation of copiers/mfd s to City of Norwalk personnel at no cost and provide ongoing training, as required and requested, for the life of the contract. Initial training for departmental staffs will be held on two different dates at each office/department site location. The training dates will be determined by the City of Norwalk. The awarded firm must supply hard copies of training/operator/ user manual for each copier and department/office. Training shall include, but not be limited to the following: Train IT staff on loading print drivers. Office managers, office staff. How to enter user codes. Increase copy limits How to copy, staple, 3 hole punch, multifunction feeder options. How to scan, scan to email. How to replace staples, ink, imaging units. How to load paper. How to select special size paper. How to send print jobs from individual PC s to the Copy Center MFD. (The awarded firm may be requested to assist in networking individual PC s to the associated copier/mfd within each office/department, and to the Copy Center s MFD in Norwalk City Hall.) 1.11 LOANER EQUIPMENT The City of Norwalk s current copier management firm provides loaner copier equipment (1or 2 units, 30 Pages Per Minute (ppm)/images Per Minute (ipm), one to four times per year, for a loan period of between three days to three weeks. The City values this service and will continue to require this loaner program. A written confirmation and description of your firm s ability and plan to provide loaner equipment and meet the City s specification is required with your submission. 1.12 BUYOUT CLAUSE A lump sum offer or $1 buy-out clause at the end of the contracted lease period shall be included with the vendors proposals and within the copier/mfd lease maintenance agreement. Your firm s buy-out clause must be submitted with your proposal. 1.13 PROPOSED FEE STRUCTURE Each bidder s response to the RFP shall offer one machine model per volume level (see 2.2 PRICING RESPONSE FORMS). All copiers/mfd s are being replaced on a like-for-like basis. Include pricing for all available options listed per model. Page 9, Copiers_3601.doc

1.14 CRITERIA FOR EVALUATING PROPOSALS The City of Norwalk will be responsible for reviewing the proposals received and will evaluate them using the following criteria. The Qualified Consulting Firms will be contacted during the 1 st week of October and interviews will be scheduled for the following week. The City reserves its rights to examine any other criteria and take the same under consideration and to reject any firm or proposal despite its compliance with these criteria if it determines that to do so would be in its best interests. Firm s proposed fee structure regarding equipment and services offered. Firm s prior experience in the successful implementation of similar projects and of similar size in a Municipal, State, and/or Public School System. Firm s proposal submission meets requirements outlined in the RFP. Quality and reliability of the equipment offered. Quality of Firm s implementation and transition plans. Firm s past record regarding accurate and timely billing. Firm s past record regarding response time and effective repair/replacement of equipment for service calls. Firm s ability to meet loaner copier equipment requirements as outlined in the specifications, Section 1.11. Experience and expertise of the proposed personnel to be assigned to this account. The City will use a weighted average analysis in qualifying the consulting firms. Emphasis will be placed on references, samples of similar projects, consultant s understanding of the scope of services (project deliverables and realistic analysis) to be provided, the qualifications of the staff who will be working on the project data, and proposed fees. After review of all factors, terms and conditions, including price, the Interview Committee will make a recommendation to the City which reserves the right to reject any and all proposals, or any part thereof, or waive defects in same, or accept any proposal deemed to be in the best interest of the City. Page 10, Copiers_3601.doc

1.15 SAMPLE CONTRACT AGREEMENT WITH INDEPENDENT CONTRACTOR BY AND BETWEEN CITY OF NORWALK AND «VendorName» FOR «Project» THIS AGREEMENT made and entered into this day of, 2015, by and between the CITY OF NORWALK, a municipal corporation organized and existing under the laws of the State of Connecticut (the CITY), acting herein by «ContractAuthorizer», its «ContractAuthorizerTitle», and «VendorName», a corporation authorized and licensed to do business in the State of «LicenseState», having a principal place of business at «VendorAddress1», «VendorAddress2», «VendorCity», «VendorState» «VendorZip», acting herein by «VendorAuthorizer», its «VendorAuthorizerTitle», duly authorized (the CONTRACTOR). W I T N E S S E T H: WHEREAS, the CITY is in need of «Notes» (the Project); and WHEREAS, the CITY desires to retain the services of the CONTRACTOR based on the CONTRACTOR's representations that it is qualified and capable of performing the needed services in a professional and timely manner and in accordance with the goals and requirements of the Project; WHEREAS, CONTRACTOR has agreed to perform the services described herein for the compensation and in compliance with the terms and conditions set forth in this Agreement; NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the parties agree as follows: 1. ENGAGEMENT OF CONTRACTOR A. Based on the representations of the CONTRACTOR set out in its proposal dated «ProposedDate», a copy of which is attached hereto and incorporated herein as Exhibit B, the CITY hereby retains the CONTRACTOR to perform the services described Page 11, Copiers_3601.doc

herein in accordance with the terms and conditions and for the consideration set out in this Agreement. B. The person in charge of administering this Agreement on behalf of the CITY shall be «DepartmentHead», Department of «Department», or such other person as may be designated in writing. C. The person responsible for the services to be performed by the CONTRACTOR hereunder shall be «VendorAuthorizer», «VendorAuthorizerTitle». 2. SERVICES TO BE PERFORMED A. The scope and details of the services to be performed by the CONTRACTOR and the specifications to which such services should conform are described in the CITY's Bid Invitation dated «ProposedDate», which is attached hereto and incorporated herein as Exhibit A and made a part hereof. The CONTRACTOR shall perform the services as set forth in this Agreement in a professional and timely manner, in order to meet the CITY's needs and requirements. B. The CONTRACTOR's shall perform the Project in accordance with the terms and requirements of this Agreement. The CONTRACTOR shall promptly correct any nonconforming or rejected/noncompliant at its own cost and expense. C. The parties understand that CONTRACTOR is retained solely for the purposes of the Services described herein and only to the extent set forth in this Agreement. The CONTRACTOR'S relationship to the CITY and any of its agencies shall, during the period(s) of this Agreement, be that of an independent contractor. The CONTRACTOR shall not be considered, under the provisions of this Agreement or for any purposes hereunder, as having an "employee" status or as being entitled to participate in any benefits accrued by or given to CITY employees. D. The CONTRACTOR shall have appropriate, experienced personnel available to perform its services and, if required, to meet with the Director or his representatives; with other agencies, departments, commissions or officials of the CITY as appropriate and with other entities as directed by the CITY, with regard to its obligations under this Agreement. Page 12, Copiers_3601.doc

E. The CITY may, from time to time, request changes in the scope of services of the CONTRACTOR to be performed hereunder. Such changes, including any increase or decrease in the amount of the CONTRACTOR's compensation, which are mutually agreed upon by and between the CITY and the CONTRACTOR, shall be valid only when incorporated in written amendments signed by both parties to this Agreement. 3. COMPENSATION A. The CONTRACTOR shall be compensated for its performance of this Agreement, a maximum amount not to exceed the sum of «ContractBudgetInEnglish»($«ContractBudget») payable in accordance with the terms of the CONTRACTOR s bid. B. The compensation provided under this Agreement constitutes full and complete payment for all costs and expenses assumed by the CONTRACTOR in performing this Agreement including but not limited to labor, materials, product, tools and machinery, salaries, meetings, and all similar expenses. No costs in excess of this stated amount shall be paid or reimbursed by the CITY without specific prior written approval of the Director. C. Payments to the CONTRACTOR under this Agreement shall be made by the CITY on approval of payment requisitions certified by the CONTRACTOR and submitted not more often than once a week. Each requisition shall be in a form acceptable to the CITY and shall set forth the hours of work performed. The CITY may, prior to making any payment under this Agreement, require the CONTRACTOR to submit to it such additional information as it deems necessary. D. The acceptance by the CONTRACTOR, its successors or assigns, of any payment made on the final requisition under this Agreement, or of any final payment due on termination of this Agreement, shall constitute a full and complete release of the CITY from any and all claims, demands and causes of action whatsoever which the CONTRACTOR, its successors or assigns have or may have against the CITY under the provisions of this Agreement. 4. TIME PROVISIONS A. The term of this Agreement shall commence effective and conclude on. The CONTRACTOR shall perform its Services throughout this Page 13, Copiers_3601.doc

period. B. This Agreement shall remain in effect until the services required hereunder are completed to the satisfaction of the CITY, unless otherwise terminated by the parties hereto. 5. TERMINATION AND SUSPENSION A. The CITY may at any time, and for any reason, direct the suspension of the services and work contemplated under this Agreement for a period of time by written notice specifying the effective suspension date, which shall not be less than five (5) days from the date on which such notice is given, and the period during which the services shall be suspended. The services shall be resumed on the dates specified in such direction, or upon such other date as the CITY may thereafter specify in writing. The period during which such services shall be suspended shall be deemed added to the time for performance. Suspension of services under this paragraph shall not give rise to any claim against the CITY. B. The CITY may at any time and for any reason, with or without cause, terminate this Agreement by written notice specifying the termination date, which shall be not less than fifteen (15) days from the date such notice is given. In the event of such termination, the CONTRACTOR's services shall be paid for in such amount as shall compensate the CONTRACTOR for the portion of the work satisfactorily performed prior to termination. Such amount shall be fixed by the CITY after consultation with the CONTRACTOR, and shall be subject to audit by the Comptroller. Termination under this section shall not give rise to any claim against the CITY for damages or for compensation in addition to that provided hereunder. The CONTRACTOR may at any time and for any reason terminate this Agreement by written notice specifying the termination date, which shall be not less than thirty (30) days from the date such notice is given. 6. INSURANCE The CONTRACTOR agrees to obtain at its own cost and expense all insurance required by the attached Insurance Rider and to keep the same in continuous effect for a period of two (2) years following the date on which the Director indicates the termination of the CONTRACTOR's responsibilities hereunder. Before commencing performance of its Services hereunder, the Page 14, Copiers_3601.doc

CONTRACTOR shall furnish the CITY's Corporation Counsel a certificate of insurance, and shall thereafter provide renewal certificates, as appropriate, evidencing such coverage written by a company or companies acceptable to the CITY. Each insurance certificate shall be endorsed to name the City of Norwalk as an additional insured party and shall provide that the insurance company providing coverage shall notify the CITY by certified mail at least thirty (30) days prior to the effective termination of or any change in the policy or policies coverage. No change in the coverage provided hereunder shall be made without the prior written approval of the Director. 7. GENERAL PROVISIONS A. By this Agreement the CITY intends to secure the professional services of qualified, experienced employees of the CONTRACTOR. Failure of the CONTRACTOR for any reason to make a sufficient number of such employees available to the CITY to the extent necessary to perform the services required in a skillful, professional and prompt manner shall be cause for termination of this Agreement. B. The CONTRACTOR shall not assign this Agreement or subcontract any portion of the services to be performed hereunder without prior consent of the CITY in writing. C. When the CITY shall have reasonable grounds for believing that: (1) The CONTRACTOR will be unable to perform this Agreement fully, professionally, and satisfactorily within the time fixed for performance or in accordance with the terms and requirements set forth herein; or (2) A meritorious claim exists or will exist against the CONTRACTOR or the CITY arising out of the negligent, willful or wanton acts, errors or omissions of the CONTRACTOR, its agents, servants or employees, or the CONTRACTOR's breach of any provision of this Agreement; then the CITY may withhold payment of any amount otherwise due and payable to the CONTRACTOR hereunder. Any amount so withheld may be retained by the CITY for such period as it may deem advisable to protect the CITY against any loss, expense or damage and may, after written notice to the CONTRACTOR, be applied in satisfaction of any claim herein described. This provision is intended solely for the benefit of the CITY, and no Page 15, Copiers_3601.doc

person shall have any right or claim against the CITY by reason of the CITY'S failure or refusal to withhold monies. No interest shall be payable by the CITY on any amounts withheld under this provision. This provision is not intended to limit or in any way prejudice any other right of the CITY. D. The CONTRACTOR shall not assert any claim arising out of any act or omission by any agent, officer or employee of the CITY in the execution or performance of this Agreement against any such agent, officer or employee. Such claims may be made against the CITY. E. No member of the governing body of the CITY, and no other officer, employee, or agent of the CITY shall have any personal interest, direct or indirect, in this Agreement, except as permitted by the Code of Ethics of the City of Norwalk; and the CONTRACTOR covenants that no person having such interest shall be employed in the performance of this Agreement. The CONTRACTOR further covenants that he has no prior personal or business relationship with the CITY's architect, general contractor, or their consultants, subcontractors, agents, or employees. F. The CONTRACTOR shall indemnify, defend and save harmless the CITY, its officers, agents, servants and employees, from and against any and all claims, demands, suits, proceedings, liabilities, judgments, losses, costs or damages, including attorneys' fees, which are claimed to be due in any way to the actions or omissions of the CONTRACTOR, its agents, servants, representatives or employees arising out of the services to be performed under this Agreement. This provision shall include all losses, costs, and damages which the CITY may suffer as a result of any negligent, willful or wanton action or omission by the CONTRACTOR or anyone in its employ or under its control, including any agent, employee or representative. The CONTRACTOR hereby assumes and agrees to pay for the defense of all such claims, damages, demands, suits and proceedings. The provisions of this paragraph shall survive the expiration or early termination of this Agreement, shall be separate and independent of any other requirement hereof, and shall not be limited by reason of any insurance coverage provided. G. This Agreement shall be construed in accordance with the laws of the State of Connecticut, and any action or suit at law in connection herewith shall be brought in the Superior Court of the State of Connecticut, Judicial District Stamford/Norwalk. Page 16, Copiers_3601.doc

H. The CONTRACTOR shall comply with all applicable laws, ordinances and codes of any governmental body having jurisdiction over any matter related to this Agreement or the services to be performed hereunder, and shall commit no trespass on any private property in performing any of the work embraced by this Agreement. I. During the performance of this Agreement, the CONTRACTOR agrees not to discriminate against any employee or applicant for employment because of race, color, religion, age, sex, physical disability, sexual orientation or national origin. J. This Agreement incorporates all the understandings of the parties hereto and supersedes any and all agreements reached by the parties prior to the execution of this Agreement, whether oral or written. K. The CITY and the CONTRACTOR each binds itself and its successors and assigns to the other party and to its successors and assigns with respect to all covenants of this Agreement. The CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written approval of the CITY. L. The products of the services performed under this Agreement shall become and remain the property of the CITY. This shall include all partially completed services in the event that the Agreement is terminated before completion of its term for any reason. M. If any provision of this Agreement is held invalid, the balance of the provisions shall not be affected thereby if such provisions would then continue to conform to the requirements of applicable laws. The remaining provisions shall thereupon continue in full force and effect. N. All notices of any nature referred to in this Agreement shall be in writing and sent by registered or certified mail, postage prepaid, to the respective addresses set forth below or to such other addresses as the respective parties hereto may designate in writing: To the CITY: «DepartmentHead», «DepartmentHeadTitle» Department of «Department» P.O. Box 5125 Norwalk, CT 06856-5125 Page 17, Copiers_3601.doc

With a Copy to: Corporation Counsel City of Norwalk P.O. Box 798 Norwalk, Connecticut 06856-0798 To the CONTRACTOR: «VendorAuthorizer», «VendorAuthorizerTitle» «VendorName» «VendorAddress1» «VendorAddress2» «VendorCity», «VendorState» «VendorZip» Notices shall be deemed to have been duly given, delivered or served either upon personal delivery or three (3) days following the date when they are sent by registered mail with proper postage. O. No change or modification of this Agreement shall be valid unless it is in writing and executed by all parties to this Agreement. P. The CONTRACTOR represents to the CITY as follows: That the CONTRACTOR is a legally existing corporation under the laws of its respective states of incorporation and has not previously filed, nor is presently contemplating filing, nor has received notice of a petition of, nor contemplates receiving notice of a petition of, bankruptcy, liquidation, receivership or any other action for the protection of creditors or debtors; That the CONTRACTOR has the financial resources to perform this Contract and that it is not the subject of any litigation or action, pending or threatened, regarding this Contract or which, if resulting in an adverse decision, would affect its ability to perform its duties under this Contract; That it has, and has exercised, the required corporate power and authority and has complied with all applicable legal requirements necessary to adopt, execute and deliver this Contract and to assume the responsibilities and obligations created hereunder; and That this Agreement is duly executed and delivered by an authorized corporate officer, in accordance with such officer's powers to bind the CONTRACTOR hereunder, and constitutes a valid and binding obligation enforceable in accordance with its terms, conditions and provisions. Page 18, Copiers_3601.doc

Dated at Norwalk, Connecticut, the day and year first above written, and executed in four (4) counterparts. Signed, Sealed and Delivered in the Presence of: Witnesses' signatures: CITY OF NORWALK By: «ContractAuthorizer» Its «ContractAuthorizerTitle» Duly Authorized Date signed: Witnesses' signatures: «VendorName» By: «VendorAuthorizer» Its «VendorAuthorizerTitle» Duly Authorized Date signed: APPROVED AS TO FORM: OFFICE OF CORPORATION COUNSEL By: APPROVED AS TO AVAILABILITY OF FUNDS: By: Comptroller Date: Page 19, Copiers_3601.doc

1.16 INSURANCE INSURANCE RIDER The Contractor shall provide and maintain insurance coverage related to its services in connection with the Project in compliance with the following requirements. The insurance required shall be written for not less than the scope and limits of insurance specified hereunder, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever coverage requirement is greater. It is agreed and understood that the scope and limits of insurance specified hereunder are minimum requirements and shall in no way limit or preclude the City from requiring additional limits and coverage to be provided under the Contractor's policies. A. Minimum Scope and Limits of Insurance: Workers' Compensation insurance: With respect to all operations the Contractor performs, it shall carry workers' compensation insurance in accordance with the requirements of the laws of the State of Connecticut, and employer's liability limits of One Hundred Thousand Dollars ($100,000.00) coverage for each accident, One Hundred Thousand Dollars ($100,000.00) coverage for each employee by disease, Five Hundred Thousand ($500,000.00) policy limit coverage for disease. Commercial General Liability: With respect to all operations the Contractor performs it shall carry Commercial General Liability insurance providing for a total limit of One Million Dollars ($1,000,000.00) coverage per occurrence for all damages arising out of bodily injury, personal injury, property damage, products/completed operations, and contractual liability coverage for the indemnification obligations arising under this Agreement. The annual aggregate limit shall not be less than Two Million (2,000,000.00). Automobile Liability: With respect to each owned, non-owned, or hired vehicles the Contractor shall carry Automobile Liability insurance providing One Million Dollars ($1,000,000.00) coverage per accident for bodily injury and property damage. Errors and Omissions/Professional Liability: With respect to any damage caused by an error, omission or any negligent or wrongful act of the Contractor or any subcontractor or subconsultant in connection with any professional services performed under this Agreement the Contractor shall carry One Million Dollars ($1,000,000.00) coverage per claim. "Tail" Coverage: If any of the required liability insurance is on a "claims made" basis, "tail" coverage will be required at the completion of the Project for a duration of twenty-four (24) months, or the maximum time period reasonably available in the marketplace. Contractor shall furnish certification of "tail" coverage as described or continuous "claims made" liability coverage for twenty-four (24) months following Project completion. Continuous "claims made" coverage will be acceptable in lieu of "tail" coverage, provided its retroactive date is on or before the effective date of this Agreement. If continuous "claims made" coverage is used, Contractor shall be required to keep the coverage in effect for a duration of not less than twenty-four (24) months from the date of final completion of the Project. Page 20, Copiers_3601.doc

Acceptability of Insurers: The Contractor's policies shall be written by insurance companies licensed to do business in the State of Connecticut, with an AM Best rating of A-VII, or otherwise acceptable to the City. Subcontractors: The Contractor shall require all subcontractors to provide the same "minimum scope and limits of insurance" as required herein, with the exception of Errors and Omissions/Professional Liability insurance, unless Errors and Omissions/Professional Liability insurance is applicable to the Work performed by the subcontractor. All Certificates of Insurance shall be provided to the City's Corporation Counsel as required herein. Aggregate Limits: Any aggregate limits must be declared to and be approved by the City. It is agreed that the Contractor shall notify the City whenever fifty percent (50%) of the aggregate limits are eroded during the required coverage period. If the aggregate limit is eroded for the full limit, the Contractor agrees to reinstate or purchase additional limits to meet the minimum limit requirements stated herein. Any premium for such shall be paid by the Contractor. Deductibles and Self-Insured Retentions: Any deductible or self-insured retention must be declared to and approved by the City. All deductibles or self-insured retentions are the sole responsibility of the Contractor to pay and/or to indemnify. Notice of Cancellation or Nonrenewal: Each insurance policy required shall be endorsed to state that coverage shall not be suspended, voided, cancelled, or reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. Waiver of Governmental Immunity: Unless requested otherwise by the City, the Contractor and its insurer shall waive governmental immunity as defense and shall not use the defense of governmental immunity in the adjustment of claims or in the defense of any suit brought against the City. Additional Insured: The liability insurance coverage, except Errors and Omissions, Professional Liability, or Workers' Compensation, if included, required for the performance of the Project shall include the City as an Additional Insured with respect to the Contractor's activities to be performed under this Agreement. Coverage shall be primary and non-contributory with any other insurance and self-insurance. Certificate of Insurance: As evidence of the insurance coverage required by this Agreement, the Contractor shall furnish Certificate(s) of Insurance to Corporation Counsel's Office prior to the Contractor's commencement of services under this Agreement. The Certificate(s) will specify all parties who are endorsed on the policy as Additional Insureds (or Loss Payees). The Certificates and endorsements for each insurance policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. Renewals of expiring Certificates shall be filed thirty (30) days prior to expiration. The City reserves the right to require complete, certified copies of all required policies at any time. All insurance documents required should be mailed to the City of Norwalk Corporation Counsel, P. O. Box 798, Norwalk, Connecticut 06856-0798. Waiver of requirements: The Corporation Counsel may vary these insurance requirements at Corporation Counsel's sole discretion if Corporation Counsel determines that the City's interests will be adequately protected by the provision of different types or other amounts of coverage. Page 21, Copiers_3601.doc

SECTION 2 - RESPONSE FORMS SPECIAL NOTES ON RESPONDING ADDENDA information is available over the Internet at http://www.norwalkct.org. Adobe Acrobat reader is required to view this document. If you do not have this software you may down load it for free from Adobe. We strongly suggest that you check for any addenda a minimum of forty eight hours in advance of the bid deadline. SUMMARIES will be available any time after 5:00 PM on the day of the bid opening over the Internet at http://www.norwalkct.org. The document number to request will be the same as the project number indicated in the invitation to bid. Bid results will not be provided over the phone. AWARD NOTIFICATION will be issued by mail. BUSINESSES WITHOUT FAX EQUIPMENT or Internet access may contact the Purchasing Department at 203-854-7712 for this information. PROPOSAL SUBMISSIONS: One (1) original + ten (10) copies are to be delivered to: City of Norwalk Purchasing Department, Room 103 125 East Avenue Post Office Box 5125 Norwalk, CT 06856-5125 NOTE: The City of Norwalk will NOT accept RFP submissions for this project via email or facsimile (fax). Page 22, Copiers_3601.doc

2.1 FORM OF PROPOSALS: All responses to the RFP must be in sealed envelopes and marked with the RFP reference title, the RFP number, and due date and time. The City is requiring that qualified firms submit all the other items listed below. The Candidate s name and address must also appear on the envelope. Proposals should put forth full, accurate, and complete but concise information as required by this request. All proposal materials must be presented in the order listed below. The proposal should include: All proposals must include the following: A. A resume of company accomplishments and abilities in the various fields involved in this project. B. An outline of services to be rendered including delegation of responsibilities of key personnel. C. Names of key personnel assigned for term of contract; a description (resume) of applicable background of these personnel. D. A Commitment to give notice to the City of any changes in key personnel as outlined in item C above, and City's option to reject such candidate. E. Attach a list of six (6) comparable projects you have completed within the past four years giving the following information for each. Name of Company/Municipality Address Name and telephone number of contact person. Project Scope. Budgeted Project Cost and Final Project Cost (state reasons for any substantial difference) You may include any additional information that demonstrates your qualification for this work. PROPOSAL SUBMISSIONS: One (1) original + ten (10) copies are to be delivered to: City of Norwalk Purchasing Department, Room 103 125 East Avenue Post Office Box 5125 Norwalk, CT 06856-5125 NOTE: The City of Norwalk will NOT accept RFP submissions for this project via email or facsimile (fax). Page 23, Copiers_3601.doc

2.2 STATEMENT OF QUALIFICATIONS Please answer the following questions regarding your company's past performance. Attach a financial statement or other supportive documentation. Failure to reply to this instruction may be regarded as justification for rejecting a bid. 1. Number of years in business -. 2. Number of personnel employed Part-time -, Full -time, 3. List six contracts of this type/size your firm has completed within the last three years: Project Date Contact Person Phone No......................... 4. ORGANIZATIONAL general partnership. STRUCTURE OF BIDDER (check which applies). limited partnership. limited liability corporation. limited liability partnership,. corporation doing business under a trade name. individual doing business under a trade name. other (specify) 5. STATUS OF THE Connecticut corporations - Will the Secretary Yes No BUSINESS AND ITS CURRENT STANDING WITH THE SECRETARY OF STATE'S OFFICE; e.g., are all required filings current and in good standing or has the entity been withdrawn or canceled of State be able to issue a Certificate of Good Standing within 30 days of the bid opening?.. Out-of -State corporations - Do you have a valid license to do business in the State of Connecticut? (Evidence in the form of a Certificate of Authority from the Connecticut Secretary of State will be required within 30 days of the bid opening.) Yes No.. Page 24, Copiers_3601.doc

6. Is your local organization an affiliate of a parent company? If so, Indicate the principal place of business of your company and the name of the agent for service if different from what has been indicated on the response form: Business Name Address.. City. State. Zip. Name of Agent. NOTE: In the case of a Limited Liability Corporation or a Limited Liability Partnership a certified copy of the Articles of Organization certified as valid and in effect as of the date of the bid opening will be required within 30 days of the bid opening. A listing of the corporate officers, in the case of a corporation; the general or managing partners, in the case of a partnership; or the managers and members in the case of either a limited liability partnership or company will be required within 30 days of the bid opening. 7. Your company may be asked to submit the following information relative to your company's financial statements prior to receiving an award. This information will not be part of the public bidding record and will remain confidential. All information should be supported with appropriate audited financials. a. Book Value (Total Assets (-) Total Liabilities) b. Working Capital (Current Assets (-) Current Liabilities c. Current Ratio (Current Assets/Current Liabilities) d. Debt to Equity Ratio (Long Term Debt/Shareholder's Equity) e. Return on Assets (Net Income/Total Assets) f. Return on Equity (Net Income/Shareholder's Equity) g. Return on Invested Capital (Net Income/Long Term Debt = Shareholders' Equity) 8. SUBCONTRACTORS: If subcontractors are to be used, please list firm name, address, name of principal, and phone number below or on a separate sheet. Also indicate portion or section of work subcontractor will be performing. COMPANY NAME ADDRESS PRINCIPAL PHONE........ All responses to this questionnaire are understood to be proprietary to the vendor, and will be considered confidential. Additional information may be requested subsequent to your responding to this bid request. END OF SECTION Page 25, Copiers_3601.doc