BID # EFI H1625 LED Wide Format Printer Fullerton College

Similar documents
Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Suite 300 Tenant Improvement

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

PROPOSAL REQUIREMENTS AND CONDITIONS

2. Develop recommendations and best practices for the District to following in serving these students.

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

University of California, Riverside Barn Expansion

ADDENDUM For Reference For Bidders

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

FUEL (GASOLINE AND DIESEL) BID PACKET Bid #123-07

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

TULARE COUNTY OFFICE OF EDUCATION. Router

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

TULARE COUNTY OFFICE OF EDUCATION. Router

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

NOTICE INVITING BIDS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

RETIREE HEALTH BENEFITS TRUST

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

RFP # Before 2:00pm

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

Champaign Park District: Request for Bids for Playground Surfacing Mulch

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

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

TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

E-RATE YEAR 14 (2011/2012) RFP Paradise Unified School District

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO

BID FORM (Lump Sum or Unit Price)

REQUEST FOR PROPOSAL (RFP)

WIRELESS EQUIPMENT. E-Rate Yr 20 ( ) RFP # Request for Proposals Issued: February 6, 2017

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT INVITATION FOR BID NO.: Football Field Turf Replacement, Chabot College

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Bid No. B17-13 Bldg 1300 HVAC

PURCHASING SPECIFICATION

Request For Proposal for: The New School of Business Administration. Schedules. August 19, 2015

5. BID FORMS TABLE OF CONTENTS

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

NOTICE INVITING BIDS

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

Bid No. B17-07 HVAC Controls

CABLING PROJECT RFP #

INSTRUCTIONS TO BIDDERS

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

City of New Rochelle New York

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

TELECOMMUNICATION SERVICE Voice and Data Services. E-Rate YR 19 ( ) RFP # Request for Proposals Issued: February 2, 2016

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

PROPOSAL LIQUID CALCIUM CHLORIDE

RFP # Before 2:00pm

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO UNIT PRICE BID FOR LOW VOLTAGE AND CLASSROOM TECHNOLOGY DISTRICTWIDE

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

INVITATION TO BID (ITB)

RFP. Purchasing Office

COUNTY OF OSWEGO PURCHASING DEPARTMENT

For Review Only Official Bid Packet available at Athens County Engineer's Office

TELECOMMUNICATION SERVICE Internet Service RFP # Attention: Technology Department

ETHERNET BROADBAND SERVICE. E-Rate Yr 19 ( ) RFP # Request for Proposals Issued: January 20, 2016

CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CS-16-04

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Request for Bid #1667 (RFB) CONCRETE SERVICES

INSTRUCTIONS TO BIDDERS

Transcription:

BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M.

TABLE OF CONTENTS NOTICE OF BID...1 INSTRUCTIONS FOR BIDDERS...2 BID PROPOSAL FORM...5 NON-COLLUSION DECLARATION...8 AGREEMENT...9

NOTICE OF BID The North Orange County Community College District will receive sealed bids for the following: Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Each bid shall be submitted on a form obtained in the Purchasing Department, 1830 W. Romneya Drive, 8 th Floor, Anaheim, CA 92801. Bid specifications and bid document information will be posted at http://www.nocccd.edu/vendors-andcontractors-289/1902/bid-and-proposal-opportunities Bids Due/Opening/Location to Receive Bids: March 28, 2018 at or before 2:00 p.m. at North Orange County Community College District, Purchasing Department, 1830 W. Romneya Dr., 8 th Floor, Anaheim, CA 92801. The Board of Trustees reserves the right to reject any or all bids or parts of any bid and to waive any irregularities or informalities in any bid. NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT BY: Jenney Ho Director of Purchasing Publication Dates: 3/9 & 3/16/2018 Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 1 of 8

1. Preparation and Submittal of Bid Proposal. INSTRUCTIONS FOR BIDDERS 1.1 Bid Proposal Preparation. All information required by the bid forms must be completely and accurately provided. 1.2 Bid Proposal Submittal. Bid Proposals shall be submitted at the place designated in the Notice of Bid in sealed envelopes bearing on the outside the Bidder's name and address along with an identification of the Bid Package number and description of the Bid for which the Bid Proposal is submitted. Bidders are solely responsible for timely submission of Bid Proposals to the District at the place designated in the Notice of Bid. 1.3 Date and Time of Bid Proposal Submittal. The District will place a clock ( the District Clock ) in a conspicuous location at the place designated for submittal of Bid Proposals. For purposes of determining the time that a Bid Proposal is submitted, the District Clock shall be controlling. No Bid Proposals shall be received or considered by the District after it has commenced the public opening and reading of Bid Proposals; Bid Proposals submitted after such time are non-responsive and will be returned to the Bidder unopened. 2. Modifications. Changes to the bid forms which are not specifically called for or permitted may result in the District's rejection of the Bid Proposal as being non-responsive. No oral or telephonic modification of any submitted Bid Proposal will be considered. A written modification may be considered only if actually received by the District fourteen (14) days prior to the scheduled closing time for receipt of Bid Proposals and the public opening thereof. 3. Erasures; Inconsistent or Illegible Bid Proposals. Bid Proposals must not contain any erasures, interlineations or other corrections unless the same are suitably authenticated by affixing in the margin immediately opposite such erasure, interlineation or correction the surname(s) of the person(s) signing the Bid Proposal. Any Bid Proposal not conforming with the foregoing may be deemed by the District to be non-responsive. If any Bid Proposal or portions thereof, is determined by the District to be illegible, ambiguous or inconsistent, whether by virtue of any erasures, interlineations, corrections or otherwise, the District may reject such a Bid Proposal as being non-responsive. 4. Withdrawal of Bid Proposal. Any Bidder may withdraw its Bid Proposal without penalty by written request received by the District prior to the scheduled closing time for the receipt of Bid Proposals. A written notice of withdrawal of a submitted Bid Proposal received after the scheduled closing time for receipt of Bid Proposals shall not be considered by the District. 5. District's Right to Modify Quantity. District reserves the right to increase or decrease quantities. 6. Award of Contract. 6.1 Waiver of Irregularities or Informalities. The District reserves the right to reject any and all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding. Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 2 of 8

6.2 Award to Lowest Responsive Responsible Bidder. The award of the Contract, if made by the District through action of its Board of Trustees, will be to the responsible Bidder submitting the lowest responsive Bid Proposal on the basis of the Bid Proposal selected in accordance with these Instructions for Bidders. 7. Pricing. Quoted prices must stay in effect for one (1) year after award of bid. 8. Warranty/Quality. The supplier, manufacturer, or assigned agent shall guarantee the product or service performed against all defects or failures of materials and workmanship for minimum period of one (1) year from the actual delivery date. Where applicable, all merchandise must be warranted to be in compliance with California energy, conservation, environmental, educational, and products liability standard. 9. No Minimum or Maximum Quantities, Order Charges, or Limitations Upon Number of Orders. The District anticipates requirements for the supplies and commodities as listed in the quantities shown on the bid form. The District, however, does not guarantee orders in these amounts nor shall the District be required to limit its orders to only those figures. This is an indefinite-quantity bid. Bidders shall not specify minimum or maximum quantities or charges for specific order types. Unlimited orders shall be allowed to the awarding District at prices quoted. 10. Preferential Pricing. The District shall be given the benefit of any lower prices which may for comparable quantity and delivery by given by the Bidder to any other school District, State, County, Municipal or local governmental agency for the products listed herein. 11. Non-Collusion Declaration. In accordance with the provisions of section 7106 of the California Public Contract Code, Bidder shall fill out and turn in Non-Collusion Declaration with the required bid documents. 12. This is one (1) year bid. Pricing must be guaranteed for one (1) year from date of award. Award will be based on price, discounts/ incentives for early payments. Delivery for all vehicles is FOB. The amounts listed are estimates, the District may purchase more or less as determined by department needs. 13. Exceptions or Deviations Bidders shall bid to the District s specifications. No exceptions to or deviations from these specifications will be considered unless such exceptions or listed on the Bid Form marked EXCEPTIONS TO SPECFICATIONS. Any exception shall be clearly documented and explained. Bidder may be required to demonstrate that the exception complies with the intent of the specifications. The awarded vender shall be required to deliver as per the specifications, subject only to those exceptions which the Districts accepts as alternates to the specified items. 14. Warranty/Service Warranty and after sale services shall be provided by the vendor or by a factory authorized services center. Said vendor or service shall be responsible for all equipment and system furnished as part of the vehicle obtained under this bid, regardless of origin. 15. Signature. Any signature required on bid documents must be signed in the name of the bidders and must bear the signature of the person or persons duly authorized to sign these documents. Where indicated, if bidders is a corporation, the legal name of the corporation shall first be set forth, together with two signatures: one from among the chairman of the board, president or vice president and one from among secretary, chief financial offer, or treasurer. Alternatively, the signature of the authorized officers or agents may be affixed, if duly authorized by the Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 3 of 8

corporations. Such documents shall include the title of such signatories below the signature and shall bear the corporate seal. Where indicated, in the event that the bidder is a joint venture or partnership, there shall be summited with the bid certifications signed by the authorized officers of each of the parties to the joint venture or partnership, naming the individual who shall sign all necessary documents for joint venture or partnership be the successful bidder, who shall act in all matters relative to the joint venture or partnership. If bidder is an individual his/her signature shall be placed on such documents. 16. Erasures, Inconsistent or illegible bids. The bid submitted must not contain any erasures, interlineations, or other corrections unless each such correction is authenticated by affixing the initials of the person(s) signing the bid in the margin immediately adjacent to the correction. In the event of inconsistency between words and number in the bid, words shall control numbers. In the even that district determines any bid is unintelligible, illegible or ambiguous, the District may reject such bid as being nonresponsive. 17. Bid opening reading. All bid shall be publicly open and read aloud at the scheduled time and place. 18. Price. Price must be stated in the units as specified. Bidders must bid showing unit price and extension. In the chase of a discrepancy between the unit. Price and extended price, the unit price will prevail. Cash discounts, when included shall be considered pursuant to the DISCOUNTS provision of the bid. Sales tax shall be listed separately and will be paid by the District. 19. Delivery Schedule. Bidder shall be required to commence delivery of all items on which bids are accepted immediately after receipt of a District purchase order and in first class condition. Failure to complete all deliveries within thirty (30) days after the receipt of a District purchase order shall be considered sufficient cause for default action under the DEFAULT provision of this bid. 20. Brand. Brand names and/or specifications are given for descriptive purposes, to indicate the quality, utility and capabilities desired by the district; the specifications are not intended to restrict competition. It shall be understood that bidder is bidding on the items specified unless bidder states specifically in the bid that the brand, make or item proposed is not requested. Alternate brands, which are different from those specified, shall be considered for award provided that the same quality, utility and capabilities as those specified are available as determined solely by the Purchasing Department. Complete Descriptive cuts, technical data, and information describing any alternate brands offered must be submitted with bid. District reserves the right to evaluate by demonstrations, any alternate offer, to determine if alternate offer meets specification. Each bidder shall indicate, in the space provided on the Bid Form, the brand/manufacturer s name and model/catalog number for each item listed. Failure to comply with the requirements of this paragraph shall cause the bid to considered non-responsive. 21. Independent Contractor. While engaged in carrying out and complying with the terms and conditions of the contact, the successful bidder shall be deemed an independent contractor and not an officer, agent, or employee of the District. Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 4 of 8

BID FORM TO: NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District") FROM: Company Address Telephone Email Address of Bidder s Representative Name of Bidder s Authorized Representative Signature Bid # 1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Quantity Item Number Description Unit Price Extended Price 1 300009036 PRT EFI-WF H1625 LED 4C CMYK 1 45168196 PRT H1625 LED HYBRID 4C CMYK 1 45168057 INK KIT STRTR H1625 LED-3M 4C 1 45091475 Color Profiler Option License 1 45116630 ES-2000 Spectrophotometer 1 100000004796 Fiery XF Color and Workflow Sprint Services 1 3000006842 Fiery XF 6.4 for EFI Wide Format <(>&<)> 1 YR SMSA 1 45165512 KIT, SW, FXF 6.4, WIDEFORMAT 1 100000006654 SMSA, 1 YR+1 M, FIERY XF 1 45129016 EFI H1625 Additional Extension Media Tables (Pair) Oversize 1 3000009040 OPTION, WHT 2C, HW&INK, H1625 LED, FIELD Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 5 of 8

1 45168197 OPTION 2 CHANNEL WHITE H1625 2 45130461 EFI H1625 LED Series - 3M White ink 1L 2 45080261 EFI Wide Format Solvent Flush 1L 12 100000010407 Three Month ESP Essential for EFI Wide Format Printer 20 Liters EFI Wide Format CMYK ink EFI WIDE FORMAT PRINTER INSTALLATION EFI WIDE FORMAT PRINTER RIGGING TWO DAYS RIP & COLOR MANAGEMENT TRAINING Warranty Shipping Tax Total Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 6 of 8

WARRANITES (please provide warranty information; attach separate pages(s)as needed) Delivery is to be made within days from receipt of order. Cash Discount of % Days The Bidder confirms that it has checked all of the above figures and understands that neither the District nor any of its agents, employees or representatives shall be responsible for any errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Form. EXCEPTIONS TO SPECIFICATIONS Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 7 of 8

The undersigned declares: NON-COLLUSION DECLARATION I am the [Title] of [Name of Company], the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on [Date], at [City], [State]. Signed: Typed Name: Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 8 of 8

NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT AGREEMENT FOR SUPPLIES, EQUIPMENT, MATERIALS, AND/OR WORK TO BE PERFORMED THIS AGREEMENT is made the day of the month of the year 2018. BY AND BETWEEN: hereafter called "Vendor", and NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT, a public entity, organized and existing under the laws of the State of California, with its principal place of business at 1830 West Romneya Drive, Anaheim CA 92801, hereafter call District IN CONSIDERATION of the covenants, promises, and agreements of the parties hereinafter contained, Vendor and District hereby covenant, promise, and agree as follows: The bid prices must stay in effect for one (1) year after award of bid. Contractor shall furnish and deliver all the equipment and parts of the kinds, quantities, and qualities herein described to the District at the prices hereinafter set forth. Contractor shall furnish and deliver all equipment supplies and parts under this Agreement in accordance with the specifications for the same as set forth in District's Bid Form associated with this Agreement and now on file in the office of the District Director of Purchasing, which specifications and proposal are attached hereto and made a part of this Agreement as though fully set forth at this point. District shall pay for the said equipment, supplies and parts hereinafter enumerated when the same have been delivered, approved, and accepted, as herein provided, and shall pay for said work to be performed when said work has been performed in the best workmanlike manner and approved and accepted as herein provided, in the same manner that claims of a like character are paid by District, at the price hereinafter set forth. The equipment, supplies and parts to be furnished and delivered under this Agreement and the prices to be paid for the same are as follows: CONTRACTOR agrees to procure, pay for, and keep in full force and effect, the following types of insurance: A. Comprehensive general liability: No less than $1,000,000 per occurrence and $3,000,000 aggregate. B. Automobile liability insurance per accident for bodily injury and property damage shall be for no less than $1,000,000 per occurrence with no annual aggregate limit. Such insurance must be in a form mutually acceptable to both parties to protect CONTRACTOR and DISTRICT against liability which may arise out of this Agreement. In addition, CONTRACTOR agrees to provide an endorsement to this policy stating, Such insurance as is afforded by this policy shall be primary, and any insurance carried by DISTRICT shall be excess and noncontributory. No later than fourteen (14) days from execution of this Agreement by the DISTRICT and CONTRACTOR, CONTRACTOR shall provide DISTRICT with certificates of insurance evidencing all coverages and the endorsements required hereunder including a thirty (30) day written notice of cancellation or reduction in coverage. CONTRACTOR agrees to name DISTRICT and its Board of Trustees, officers, agents and employees as additional insureds under said policy. Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 9 of 8

IN WITNESS WHEREOF, Contractor has executed this Agreement, and District has hereunto caused it to be signed by the District Director of Purchasing of the North Orange County Community College District, who are thereunto duly authorized, the day and the year first written above. DISTRICT: CONTRACTOR: NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT Signature JENNEY HO District Director, Purchasing Signature: Name: (Type) Title: Bid #1718-23, EFI H1625 LED Wide Format Printer for Fullerton College Page 10 of 8