CITY OF LA HABRA HEIGHTS

Similar documents
Digital Copier Equipment and Service Program

Request for Proposal. Boone Community School District. Copier Equipment Service

REQUEST FOR PROPOSALS. NOTICE IS HEREBY GIVEN that the City of Forest Park, Georgia, is accepting sealed proposals for:

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL MONOCHROME COPIER / PRINTER

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Request for Proposals Copier Machine Replacement

Request for Proposals

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

City of Malibu Request for Proposal

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Navajo Division of Transportation

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Request for Proposal (RFP) (P ) PeopleSoft FSCM and HCM 9.2 Upgrade Project

5102P - Functional Consultant for PeopleSoft Financial and Supply Chain Management Release 9.2 Upgrade 1. Introduction

REQUEST FOR PROPOSAL

CITY OF HAWAIIAN GARDENS COMMUNITY DEVELOPMENT DEPARTMENT

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

RE: Request for Proposal Number GCHP081517

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON EM

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

COUNTY OF CASS REQUEST FOR PROPOSAL POSTAGE MACHINE/MAILING SYSTEM AND SUPPORTIVE SERVICES

SCHOOL DISTRICT OF BELOIT REQUEST FOR PROPOSALS (RFP)

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Request for Proposals (RFP)

REQUEST FOR PROPOSALS (RFP) For. External Audit Services

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

REQUEST FOR PROPOSALS. Thermal Imaging Cameras

City of Coquitlam. Request for Expressions of Interest RFEI No Workforce Scheduling Software

REQUEST FOR PROPOSALS RFP# CAFTB

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Proposals and Specifications for a Community Solar Project

Request for Proposals (RFP) for Electric Bicycle Manufacturers and Shops for the Intermountain Drives Electric Program and Live Electric Program

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

Londonderry Finance Department

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to:

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

WAM v2 Upgrade Readiness Assessment & Pre-Implementation Plan

REQUEST FOR PROPOSAL

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Ontario School District 8C

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

COMPRESSED NATURAL GAS UTILITY TRUCK BODIES

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Pole Testing and Pole Inventory

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

INFORMATION TECHNOLOGY ASSESSMENT & PLANNING CONSULTANT REQUEST FOR PROPOSALS (RFP)

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION

THE CITY OF DALLAS. SPECIFICATIONS For REQUEST FOR COMPETITIVE SEALED PROPOSAL (RFCSP) BHZ1414

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Request for Proposal for: Financial Audit Services

REQUEST FOR PROPOSALS

Request For Proposal January 2015

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

THE CITY OF SEATTLE CITY LIGHT DEPARTMENT 2012 REQUEST FOR PROPOSALS. Long-Term Renewable Resources And/or Renewable Energy Certificates

Energy Efficiency Programs Process and Impact Evaluation

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

Dakota County Technical College. Pod 6 AHU Replacement

County of Alpena Website Design and Development RFP

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

NOTICE OF REQUEST FOR PROPOSALS

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Kent County Information Technology. Request for Proposal Number RFP 17-IT-01. Software Solution Supporting the Parks and Recreation Division

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Transcription:

CITY OF LA HABRA HEIGHTS REQUEST FOR PROPOSAL COPIER EQUIPMENT AND MAINTENANCE SERVICES RFP 2017-06 RFP Circulation Date: Wednesday, October 18, 2017 Proposal Submission Deadline: Thursday, November 2, 2017 at 2:00 p.m. 1

1. INTRODUCTION 1.1 Project Purpose and Scope The City of La Habra Heights ("City") is currently seeking proposals from qualified copier equipment/maintenance service contractors. It is the City s intent to enter into a five year (60 month) lease agreement. The City is looking to replace three (3) high volume copiers (two color and one black-and-white) that are currently being used by the various departments within the City with three (3) high volume color copiers. The City is seeking to secure a qualified Contractor to provide printer and copier replacement and maintenance services. The conditions of the proposal must remain valid for a minimum contract term of five (5) years. 1.2 Project Summary The City is seeking to replace its current copiers upon the expiration of current lease agreements. The City desires to develop a strong partnership with a copier services provider that will assist in achieving the following key objectives: Create and implement an optimization and standardization strategy for the City s copier fleet. Provide access to state of the art digital technology with copy/print/scan capabilities. Reduce the City s printing costs. Provide quality customer service and customer support to City and for residents. Evaluate and recommend print/copy/scan flow improvements. Minimize downtime and maintenance calls. 1.3 Timeline/Schedule of Events Following are key dates for this RFP. The City reserves the right to make modifications. Issue RFP Wednesday, 10/18/2017 Vendor Questions Due Tuesday, 10/24/2017 Responses to Vendor Questions Posted Wednesday, 10/25/2017 Proposals Due Thursday, November 2, 2017 Vendor Interviews/Demos TBD Council Approval Thursday, December 7, 2017 Installation begins - Monday, December 18, 2017 The City will make every effort to administer the proposal process in accordance with the terms and dates discussed in this Request for Proposal. The City reserves the right to modify the proposal process and dates as it deems necessary and/or to reject any or all responses to this RFP and to waive any informality or irregularity in this RFP or in responses, to negotiate with all qualified sources, or to cancel, in part or in its entirety, this RFP, in the best interest of the City. This RFP does not commit the City to award a contract, or to procure or contract for services or goods. Before award, proposers may be required to furnish evidence of capability, equipment, and financial resources to adequately perform the job. 2

2. THE CITY OF LA HABRA HEIGHTS 2.1 City Hall 1245 North Hacienda Road La Habra Heights is a General Law City located in Los Angeles County just 25 miles southeast of downtown Los Angeles. The City consists of 6.2 square miles of land and 42 miles of roads, and provides municipal services that include Administration, Community Development, Public Works, and Fire Protection. Law Enforcement and Animal Control Services are contracted with Los Angeles County. The City s Team is comprised of 13 fulltime and five part-time employees, 16 Fire Captains, 17 part-time Paramedics and 53 Volunteer Firefighters. 3. OVERVIEW OF CURRENT ENVIRONMENT 3.1 Background Information The City of La Habra Heights currently leases two (2) high volume color copiers and one (1) high volume black-and-white copier from a single copier/maintenance vendor who provides maintenance, customer support, and print supplies. The City would like to enter into a contract with a single vendor that can provide these services for three (3) high volume color copiers for its various departments. 4. SYSTEM REQUIREMENTS 4.1 Copier Minimum Standards All copiers supplied will be new, U.L. approved, energy star compliant. Demonstrator copiers are considered used and should be noted as such for the purpose of this proposal. In addition, all copiers supplied at the time of initial installation will be current models of modern technology using dry toner, and in current production. Proposals are to include complete descriptive literature showing specifications of equipment offered. Literature must contain information on electrical and space requirements, as well as providing the dimensions of the copiers with and without optional features. Measurements must include their maximum widths, with optional features and paper cassettes attached. Copiers must be able to produce clean acceptable images using a minimum of 30% post-consumer waste recycled paper made for xerographic purposes. All services and merchandise must comply with the safety orders of the California Department of Industrial Relations and Cal/OSHA (California/Occupational Safety and Health Administration). Each copier provided by the successful proposer(s) shall be expected to perform the intended functions, to operate satisfactorily and to produce acceptable copy/print/scan quality for a minimum of 96% of the time during normal City office hours averaged over consecutive three month periods. For the purposes of this RFP, normal City office hours are between 7:30 a.m. and 6:00 p.m. Monday through Thursday, excluding City recognized holidays. 3

Any copier or feature that does not meet the 96% measurement for any three month period shall be replaced with a new copier. Such replacements will be at no-charge. This performance guarantee shall apply for the entire lease period beginning with the delivery/acceptance date of the equipment. Failure to meet the required 96% uptime standard will cause the City to take a service credit based upon an agreed upon rate that is calculated by using the City s usage history, and withhold that amount from invoices owed to the vendor. The following is an overview of the key requirements by specific desired features: 4.2 All Hardware Paper handling for Letter, Legal, Ledger Must be compatible with heavy and glossy paper Must be compatible with various label and envelope stock sizes Document feeder with 2-sided copy/scan features Hole punch feature Collating feature Bypass feature Stapling feature High-Volume Color Copiers (3 Units A. Adimin High Volume Color Copier (1 Unit) Estimated pages/month: 20,000 Copy/Print Speed: 60+ ppm BW/CL (Appropriate to Demand) Large capacity paper tray Staple unit (150 sheet) Hole punch Capable of producing photo quality prints/copies Must be compatible with heavy and glossy stock B. CDD High Volume Color Copier (1 Unit) Estimated pages/month: 10,000 Copy/Print Speed: 60+ ppm BW/CL (Appropriate to Demand) Large capacity paper tray Staple unit (150 sheet) Hole punch Must be compatible with heavy and glossy stock C. Fire High Volume Color Copier (1 Unit) Estimated pages/month: 5,000 Copy/Print Speed: 45+ ppm BW/CL (Appropriate to Demand) Large capacity paper tray Staple unit (150 sheet) Hole punch Must be compatible with heavy and glossy stock 4

4.3 Software and User Features Configure user department codes for prints/copies/scans Easy user friendly menu interface Easy access user directory/address book with configurable quick access directory Configurable print/copy job presets User scan/copy features which include reduce, enlarge, darkness control Setup scanning ability for color and black/white PDF, JPG, and TIFF to existing Windows Server shared folders Feature to scan a document to employee email addresses 4.4 Security, Maintenance, and Support Must be compatible with Windows Server 2008, 2010, 2012, and 2016 (32 bit and 64 bit) Must be compatible with Windows Seven, Eight (32 bit and 64 bit) and 10 Must be able to setup and integrate with Active Directory Download/furnish from manufacturer, the latest 32 bit and 64 bit drivers for each device Setup drivers on 32 bit and 64 bit print servers by the City Must provide access to Copier graphical user interface for administrator duties Must allow administrators ability to perform adds, moves, changes to Copier user(s)/user group(s) Allow administrators ability to configure security settings Provide diagnostic tools for administrators to perform maintenance and troubleshooting Must allow administrators ability to perform copy/print meter read reports Must provide long term warranty for all system hardware Provide long term maintenance agreement Provide user and administrator training Provide service for toner collection/recycling 4.5 Copier Codes for Department Use Implemention of department codes to account for prints/copies to operating departments. Copiers are required, to be capable of holding up to 10, five (5) digit print/copy codes and the City requires an excel spreadsheet to coincide with the billing for these print/copies. 4.6 Disposition of Current and Future Equipment The contractor shall be responsible for the installation and removal of the leased copier equipment. All hard drives and memory of leased equipment shall be erased and removed as appropriate and destroyed in a manner acceptable to the City of La Habra Heights Information Systems provider. 5

4.7 Environmental Sustainability During the term of this Agreement and any extension(s) of such term, supplier agrees that its products will be compliant with the following environmental specifications: EPA ENERGY STAR Program Reasonable recovery time from ENERGY STAR Power management modes Recycling of used cartridges Process for receipt of new and standby cartridges by the City No use wet process technology Designed for remanufacturing and reuse of parts 4.8 Customer Support Services Normal City office hours are Monday through Thursday, 7:30 a.m. 6:00 p.m. The successful proposer must provide ongoing telephone support regarding the use of the equipment to department users and IT staff during office hours. Vendor will provide a contact name and phone numbers for support and services staff. City also requests vendor s proposed method of managing service calls in regards to: Information that provides verification that the members of your service department have the background and qualifications to provide repair and maintenance services for the equipment being leased Method for history of call on each device/logging Level of service specifications Copier to Technician ratio Average response time 4.9 Regular and Preventative Maintenance and Supplies Coverage offered in each instance, is to be a full service maintenance contract which includes all developer, toner, fuser, oil, drums, finisher supplies, repair parts, labor and preventative maintenance services. Machines furnished will not be eligible for removal from maintenance coverage until after five (5) years of life from the date of installation. Vendor must provide manufactures notices of discontinuing the product of any model furnished hereunder. The agreement will require equipment preventative maintenance and repairs. 4.10 Services Requirement The contractor shall provide preventative and remedial maintenance service during the City s normal business hours of 7:30 a.m. 6:00 p.m. except on City holidays to keep equipment in good working order. Preventative maintenance will be based on the specific needs of the equipment as determined by the manufacturer. On-call remedial maintenance will be performed on an as needed basis as determined by the City of La Habra Heights. An adequate inventory of spare parts must be kept by the proposer to be available for repairs necessary to keep the copiers operating at an acceptable level. All maintenance will be performed by full factory trained technicians. All repair technicians dispatched to repair City copiers and maintenance service shall be fully aware of the conditions contained herein. Each qualified technician shall also be trained in customer service and customer relations. The City may require documentation from vendor that repair technicians have received such training. 6

4.11 Invoicing Contractors shall prepare one monthly invoice for all equipment and shall include: Invoice date and number Separate Location, Make, Model and Serial Number for each copier billing Number of copies/prints invoiced by account code Current and previous meter reading Date of meter reading In addition, contractors shall provide administrators ability to generate meter read reports using method comparable to monthly invoice for auditing purposes. Invoices shall be submitted to: City of La Habra Heights Finance/Accounts Payable 1245 N. Hacienda Road La Habra Heights, CA 90631 4.12 Loaner If during a repair call it is determined that a copier cannot be repaired in place within 48 hours of the time a repair call is placed, another copier of like size and features is to be supplied at no cost other than the contract service/maintenance per copy charge in effect at the time. 4.13 Relocation A copier may be relocated (after initial installation) one (1) time during the period at no charge to the City. Thereafter, if the same copier is relocated, it will be at the contractor s current published rate, if the contractor performs the move. This does not include copiers replaced or upgraded. 5. IMPLEMENTATION REQUIREMENTS 5.1 Project Management The City is looking for a full service provider that can offer a turn-key solution. The implementation process will need to include project controls and processes that will ensure a smooth roll-out. Vendors are required to provide information on their project planning and implementation approach including specific tasks and a project plan with a detailed timeline and labor hours of project completion. Proposals should clearly outline the vendor s methodology and address the following items. Project Planning Process/Methodology/Project Plan Project Risk Management/Mitigation Required Protocols/Standards Product Certifications Testing and Acceptance Procedures Training (IT Staff Employees/General Users) Documentation (Full System and Training Equipment) Implementation Support 7

5.2 Vendor Operating Procedures Responses should include a description of the responder s procedures for doing business including project management and technical support. This can include but is not limited to the following: What is the proposed plan for managing the City s account? Describe the roles and organization of a dedicated account support team, including a corporate support team. Include a responder list of sales and support team members. Describe company s technical support system, response and problem resolution procedures. What characteristics set your company apart? Describe unique examples of product, service or added value. What new technology and additional products or services does your company plan to utilize in the near future that would be advantageous to the City? 5.3 Training Include explanation of how training will be provided for key City personnel. The training should include, at a minimum, technical training for IT staff that covers topics such as installation, configuration and maintenances of the proposed system. Also at a minimum, copier unit and feature training should be provided to end user of the proposed system. List, in specific terms, the technical and end-users training elements with expected timeframes using general benchmarks, i.e. upon delivery, the next working day after installation, etc. 5.4 Warranty and Support Provide on-site equipment warranty information. Provide support services options. Include information about customer support services, trouble reporting, maintenance agreements and costs and whether field support is local, area or regional and expected on-site support response times. 6. PROPOSAL SUBMISSION PROCEDURE 6.1 Response Submission In order to facilitate the analysis of responses to the RFP, vendors are required to prepare their proposals in accordance with the instructions outlined in this section. Vendors who deviate from these instructions may be considered non-responsive and may be disqualified at the discretion of the City. Proposals should be prepared in a concise manner and provide sufficient detail and description of the vendor s capabilities to satisfy the requirements of this RFP. A proposal shall constitute an irrevocable offer for 90 days following the deadlines for its submission. All proposals will be confidential until selection of a vendor or final rejection of all proposals by the City Council at which time all proposals will be public information. A. Proposal due date: Thursday, November 2, 2017 at 5:00 P.M. Any proposal received after 5:00 p.m., Thursday, November 2, 2017 will be returned unopened. B. Proposal must be typewritten. 8

C. Three (3) complete original sets of each proposal and an electronic copy on a thumb drive must be submitted. An officer of the proposing company must sign all originals, including all required documentation. Proposals must be submitted in a sealed envelope, marked on the outside as follows: REQUEST FOR PROPOSALS COPIERS REPLACEMENT AND MAINTENANCE CONTRACT RFP 2017-06 D. Proposals may be mailed/delivered to: City of La Habra Heights ATTN: Fabiola Huerta, Assistant City Manager 1245 North Hacienda Road La Habra Heights, CA 90631 (562) 694-6302 E. Proposals by facsimile transmission will not be accepted. F. All proposals become the property of the City upon receipt and will not be returned. Any information deemed to be confidential by respondent should be clearly noted on the page(s) where confidential information is contained. However, the City cannot guarantee that it will not be compelled to disclose all or part of any public record under the California Public Information Act, since information deemed to be confidential by respondent may not be considered such under California law, or a judicial ruling. G. Any cost or expense incurred by the respondent that is associated with the preparation of the proposal or during any phase of the selection process, shall be borne solely by respondent. 6.2 Proposal Format Responses to this RFP should include a cover page and a signed letter of transmittal followed by a table of contents. Proposals should be organized into the following major sections and provide sufficient detail for the City of La Habra Heights to make an informed decision and comparison of proposals. Emphasis should be given to accuracy, completeness, and clarity of content. Additional information such as marketing brochures and promotional materials may be included but should be at the end of the proposal in an appendix. The proposal should include costs assigned to each copier and calculations for a five (5) year lease. The City is looking for a cost per copy agreement for the copiers. I. Executive Summary A brief narrative is not to exceed three (3) pages describing the proposed solution. 9

II. Company Background Provide company background information including description of products and services and company history. Responses should address the following items and may include other information that the vendor believes would be relevant to the City in light of the information in this RFP. Company History Product Focus Years in Business Key Partnerships and Alliances Government Contracts (e.g. SMAS, GSA) Vendor Offices/Locations Number of Customers Number of Customers proportional to our size of organization Number of public agency Customers A description of the project team Resumes of key project members III. Proposed Solution Provide a narrative of the proposed solution including listing of all hardware and software components. Responses should address all items identified in the requirements sections as previously noted as well as, in a separate section, other optional features recommended by the vendor. The vendor should highlight features and capabilities that the vendor feels are the strength of the proposed solution. The section should include the following major parts. Solution Overview System Functionality Technical Specifications System Requirements as mentioned in Section 4 including specific proposals regarding each of the following: o Hardware o Software and User Features o Security, Maintenance, and Support Implementation Requirements as mentioned in Section 5 including specific proposals regarding each of the following: o Project Management o Vendor Operating Procedures o Training o Warranty and Support Provide a detailed work plan including vendor s methodology for implementing the proposed solution. This section should address all key phases including project planning, configuration, testing, rollout and support. Responses should include implementation plan considerations including estimated timeframe and deliverables for various stages of the project. Responses should include a discussion of resources required by City staff including IT personnel and end user training for the implementation as well as skills required to support the new system. Key areas of interest include testing procedures and 10

project risk mitigation to help avoid system downtime. Vendors must include a discussion of their project management approach including project staffing. Vendors should discuss any potential upgrades/changes that are required or recommended as part of the solution that is deemed outside the scope of work such as additional features or components. Vendors should discuss technology/platform strategy and future upgrade plans that will assist in the decision process. IV. Client References Proposal must include a minimum of three (3) references for directly applicable projects preferably with a California government agency. References should include an overview of the solution provided including hardware and software components. Additional references are allowable if the vendor chooses. Include the contact person who was directly responsible for overseeing the implementation/completion for each of the referenced projects. Proposals must include the name of the client/agency, contact information (name, phone number and/or email address) and the dates the services were provided. V. Cost Proposal Proposal must include the proposed cost, including any and all out-of-pocket expenses, broken down by major activity. Include hourly rates and number of hours for each individual that will work on the project. Vendor should clearly indicate the level and type of support to be provided in detail that relates to their proposed ongoing maintenance and support costs This should include hours of operation for support or available support plans with associated costs. Provide a copy of the proposed form of agreement or agreements for equipment and services to be provided. Cost proposal should identify any hardware and software required to implement the system. Cost proposals should include the following cost components: Equipment (Hardware and Software) Implementation Services Training Support Optional Items Other 7. SELECTION PROCESS The City will establish a screening committee to review and rank all proposals. The City may decide to interview potential Providers. Key criteria to be used by the City in selecting a Provider include the following: Clarity of Proposal Demonstrated success in similar projects; particular attention will be paid to proposals from businesses with experience implementing copier services for municipalities Responsiveness of the proposal to the City s objective and scope of work 11

The technical ability, capacity, and flexibility of the proposer to perform the scope of work Total cost of proposal City staff will review all proposals, and will seek approval from the City Council for the vendor that City staff determines is the most qualified proposal that best meets the needs of the City. The successful proposer will enter into a contract with the City incorporating all prescribed requirements and conditions of this request for proposal. If the successful proposer refuses or fails to execute the contract, the City may consider the next most qualified proposer. The City shall be the sole judge as to the successful proposer. 8. DISCRETION AND LIABILITY WAIVER The City reserves the right to reject all proposals or to request and obtain, from one or more of the businesses submitting proposals, supplementary information as may be necessary for City staff to analyze the proposal. The City may require proposers to participate in additional rounds of more refined submittals before the ultimate selection of a vendor is made. These rounds could encompass revisions of the submittal criteria in response to the nature and scope of the initial proposals. The City may negotiate with one or more firms, and may contract with one or more firms as the City deems appropriate. By submitting a response to this RFP, proposers waive all right to protest or seek any legal remedies whatsoever regarding any aspect of this RFP. Although it is the City s intent to choose the most qualified proposal, the City reserves the right to reject all or choose any number of qualified proposals. 9. INQUIRIES Providers are encouraged to promptly notify the City, in writing, of any clarification of information contained in this RFP. Any requests for clarification or other questions regarding this RFP from qualified providers must be submitted in writing or via e-mail with a subject header of Copier RFP questions to the below contact by 12:00 Noon, Tuesday, October 24, 2017: If inquiry is made in writing, please write to: City of La Habra Heights ATTN: Fabiola Huerta, Assistant City Manager 1245 North Hacienda Road La Habra Heights, CA 90631 If inquiry is made via e-mail or via phone call, please contact: Fabiola Huerta, Assistant City Manager Email: fhuertaa@lhhcity.org Telephone: 562-694-6302 Responses will typically be provided via an addendum posted on the City of La Habra Heights website (www.lhhcity.org) by 6:00 p.m., Wednesday, October 25, 2017. The identity of the vendor asking the question will not be posted. The City does not expect to respond to inquiries received after October 25, 2017; in the event that the City chooses to respond to such inquiries, however, it will post the responses on the City s website. 12

10. RFP TERMS AND CONDITIONS Specific terms and conditions for this RFP are listed below: A. This RFP does not obligate the City to award a contract, and the City reserves the right to cancel the solicitation if appropriate. The City reserves the right to negotiate the specific requirements and fees using the selected proposal as a basis. Late or incomplete proposals will not be considered. The City reserves the right to determine the completeness of all proposals. B. The City is not required to select the proposal that yields the lowest price or costs. The City may reject all proposals when, in its sole discretion and opinion, none meet the requirements or specifications of this RFP, the benefits derived will be less than anticipated or desired, or the rejection is in the best interest of the City. If all proposals are rejected, the City may or may not request additional proposals. C. In the event it becomes necessary to revise any part of this RFP, an addenda will be provided in writing to all vendors receiving the RFP from the City. D. Costs for developing responses to this RFP or for other costs incurred prior to the award of contract are entirely the responsibility of the vendor and shall not be chargeable to the City. E. An official authorized to bind the proposer to the proposal shall sign the proposal. F. Proposals must be valid for a minimum of 120 calendar days. The contents of the proposal and the RFP will become a contractual obligation. G. The City reserves the right to expand or diminish the scope of work subject to negotiation with the selected vendor. H. Proposer shall comply with all Federal, State, and local regulations governing all aspects of the project, including conflict of interest laws and regulations. I. The selected vendor shall defend, indemnify, save and hold harmless the City, its officers, agents, and employees, from any demands, claims, suits, damages, or actions that may be brought by third persons on account of bodily injury or death, personal injury, damage to property or personal interest, or violation of any law, regulation or ordinance, where the third person s loss, demand, claim, suit, damages, or action arises in whole or part out of any negligent or other act or omission of the contracting agency or its officers, employees, and agents, while performing the services agreed to save and except those actions arising out of the sole negligence of the City. J. The selected vendor shall be required to adhere to the provisions of the City s Service Agreement, including providing the required proof of insurance coverages. K. The submitted RFP will become an Exhibit to the City s Professional Service Agreement (see attached) as part of the scope of services and cannot be modified in any way after the City has made its selection of vendor. L. The selected vendor shall not transfer the responsibility for any part of their contractual obligation without prior written approval of the City. 13