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

Similar documents
City of Malibu Request for Proposal

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

Social Media Management System

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

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

Request for Proposals

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

State Universities Retirement System

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

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

TOWN AUDITING SERVICES

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

Arizona Department of Education

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

MONTEREY BAY UNIFIED AIR POLLUTION CONTROL DISTRICT

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

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

NOTICE OF REQUEST FOR PROPOSALS

WEB PAGE DEVELOPMENT - TOURISM. Mayor Daniel R. Barrone. Council Members Judith Y. Cantu Andrew T. Gonzales George "Fritz" Hahn Frederick A.

STATE OF WASHINGTON Request for Quotes and Qualifications

RE: Request for Proposal Number GCHP081517

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

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

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

Grant Seeking Grant Writing And Lobbying Services

TOWN OF TAOS, NM REQUEST FOR PROPOSALS FOR LOBBYIST CONSULTANT SERVICES. CONTROL NO. : RFP No. SB07-PO1516

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

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

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

Request for Proposal: Alton Middle School NETWORK CABLING

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

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Dakota County Technical College. Pod 6 AHU Replacement

SUPERIOR COURT OF CALIFORNIA, SANTA BARBARA COUNTY REGARDING:

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

REQUEST FOR PROPOSALS FOR REALTOR SERVICES RELATED TO MARKETING & SALE OF SUCCESSOR AGENCY-OWNED REAL PROPERTIES RFP # SA

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

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

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

INVITATION TO BID (Request for Proposal)

Request for Proposal: NETWORK FIREWALL

Instructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

REQUEST FOR PROPOSALS

BELTON INDEPENDENT SCHOOL DISTRICT

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

City of Florence, South Carolina Frozen Turkeys & Gift Cards Invitation to Bid No

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

Request for Proposals for MIS Programming & Web Development Services

GOODWILL YOUTHBUILD GED/High School Education Instruction

San Mateo County Workforce Investment Board Summer Youth Employment Programs Request for Concept Papers. Overview and Submission Guidelines

All proposals must be received by August 30, 2016 at 2:00 PM EST

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

REQUEST FOR PROPOSALS RFP# CAFTB

STANDARD PROCEDURE Number: S410.10

Request for Proposals. For RFP # 2011-OOC-KDA-00

Request for Proposal # SIM LPHA Stigma Reduction Messaging For Tri-County Health Department

Disadvantaged Business Enterprise Supportive Services Program

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

ISSUING AGENCY INFORMATION. Guam Economic Development Authority. John A. Rios Administrator

Request for Qualifications Construction Manager

Ontario School District 8C

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

Request for Proposal. Parenting Education

Architectural Services

Request for Proposals (RFP) for Technical Assistance U.S. Department of Housing and Urban Development Programs

Prepared By SUPPLY CHAIN SERVICES * * * RESUME REQUEST, INSTRUCTIONS TO PROPOSERS, PROPOSAL FORMS, CONTRACT FORMS, AND POSITION DESCRIPTION(S)

NORTHWEST FLORIDA STATE COLLEGE FOUNDATION, INC. REQUEST FOR PROPOSALS FOR RFP MAJOR GIFTS CAMPAIGN/FUNDRAISING CONSULTANT

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

Automated Airport Parking Project

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

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

Request for Proposals (RFP) to Provide Auditing Services

Request for Proposal. Independent Living

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

COMPRESSED NATURAL GAS UTILITY TRUCK BODIES

REQUEST FOR PROPOSALS

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

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

Solicitation Information WATER MAIN TUCKERTOWN STATION. Water Main Project, Tuckertown Station. Water Main Project, Tuckertown Station on

REQUEST FOR PROPOSAL After Hours Answering Services

Request for Proposal. Interpretation/Translation Services

Consulting Services for Update of Countywide Impact Fee Study

REQUEST FOR QUALIFICATIONS. Design Professional Services

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

Transcription:

INVITATION FOR BID Notice to Prospective Bidders Date Stamp Equipment Preventative Maintenance and Repair Services June 1, 2011 You are invited to review and respond to this Invitation for Bid (IFB), entitled 11-002 Date Stamp Equipment Preventative Maintenance and Repair Services. In submitting your bid, you must comply with these instructions. Note that all agreements entered into with the State of California will include by reference General Terms and Conditions (610) and Contractor Certification Clauses (307) that may be viewed and downloaded at Internet site http://www.ols.dgs.ca.gov/standard+language. If you do not have Internet access, a hard copy can be provided by contacting the number listed below. In the opinion of Secretary of State, this Invitation for Bid is complete and without need of explanation. However, if you have questions, or should you need any clarifying information, the contact person for this IFB is: Contract Services Secretary of State (916) 653-5974 ContractServices@sos.ca.gov Please note that no verbal information given will be binding upon the State unless such information is issued in writing as an official addendum.

Page 2 of 17 Table of Contents Section Page A) Purpose and Description of Services... 3 B) Bidder Minimum Qualifications... 5 C) Bid Requirements and Information... 5 1) Key Action Dates... 5 2) Submission of Bid... 5 3) Evaluation and Selection... 7 4) Award and Protest... 7 5) Disposition of Bids... 8 6) Agreement Execution and Performance... 9 D) Preference Programs... 9 1) Small Business Preference....... 9 E) Required Attachments.....9 1) Required Attachment Check List... 10 2) Bid/Bidder Certification Sheet... 11 3) Cost Sheet... 13 4) Darfur Contracting Act... 15 5) Bidder References... 16 6) Payee Data Record (STD 204)... ** 7) Contractor's Certification Clauses (CCC) (307) (page 1)... ** F) Sample Standard Agreement (STD 213)... 17 **These documents are not required with the bid package but are required upon award of the contract. The Payee Data Record (STD 204) can be found at http://www.documents.dgs.ca.gov/osp/pdf/std204.pdf. The Contractor's Certification Clauses (CCC-307) can be found at site http://www.ols.dgs.ca.gov/standard+language. A sample Standard Agreement (STD 213) Sections 1 4 and Exhibits A-E may be found at http://www.ols.dgs.ca.gov/contracting+info/formsandinstruction.htm.

Page 3 of 17 A) Purpose and Description of Services Contractor agrees to provide to Secretary of State (SOS) preventative maintenance and repair services on the equipment listed below for the 2011-2012 Fiscal Year. Equipment Serial # Equipment Serial # Widmer Stamp 198005 Rapid Print Stamp 478333 Widmer Stamp 198571 Rapid Print Stamp 328394 Widmer Stamp 198572 Rapid Print Stamp 478336 Widmer Stamp 198573 Rapid Print Stamp 479184 Widmer Stamp 198800 Rapid Print Stamp 479185 Widmer Stamp 199017 Rapid Print Stamp 488394 Widmer Stamp 199363 Rapid Print Stamp 494646 Widmer Stamp 199364 Rapid Print Stamp 494647 Widmer Stamp 199366 Rapid Print Stamp 494648 Widmer Stamp 250209 Rapid Print Stamp 496284 Widmer Stamp 250210 Rapid Print Stamp 496285 Widmer Stamp 251293 Rapid Print Stamp 507515 Widmer Stamp 253218 Rapid Print Stamp 507519 Widmer Stamp 255433 Rapid Print Stamp 507520 Widmer Stamp 256118 Rapid Print Stamp 522724 Widmer Stamp 256119 Rapid Print Stamp 522725 Widmer Stamp 257774 Rapid Print Stamp 431670 Widmer Stamp 257775 Rapid Print Stamp 451909 Widmer Stamp 257776 Rapid Print Stamp 463976 Widmer Stamp 257777 Rapid Print Stamp 467000 Widmer Stamp 258332 Rapid Print Stamp 468015 Widmer Stamp 258334 Rapid Print Stamp 469255 Widmer Stamp 259699 Rapid Print Stamp 478334 Widmer Stamp 259700 Rapid Print Stamp 484800 Widmer Stamp 263488 Rapid Print Stamp 488395 Rapid Print Stamp 413193 Rapid Print Stamp 464038 Rapid Print Stamp 441771 Rapid Print Stamp 484563 Rapid Print Stamp 448726 Rapid Print Stamp 446571 Rapid Print Stamp 452055 Rapid Print Stamp 466999 Rapid Print Stamp 452136 Rapid Print Stamp 477921 Rapid Print Stamp 452309 Rapid Printer Stamp 438554 Rapid Print Stamp 453822 Rapid Printer Stamp 454870 Rapid Print Stamp 463465 Rapid Printer Stamp 466970 Rapid Print Stamp 464111 Rapid Printer Stamp 485480 Rapid Print Stamp 464112 Rapid Printer Stamp 373459 Rapid Print Stamp 465173 Rapid Printer Stamp 329331 Rapid Print Stamp 468552 Rapid Printer Stamp 456622 Rapid Print Stamp 475418 Rapid Printer Stamp 328394 Rapid Print Stamp 478331 Rapid Printer Stamp 518605 Rapid Print Stamp 478332 Rapid Printer Stamp 518606

Page 4 of 17 Contractor shall provide all professional and technical services, as well as labor, tools, materials, parts, equipment and travel expenses necessary to perform on-call remedial repair services and preventative maintenance on the equipment listed above. Contractor shall maintain the equipment in good working order and make all necessary repairs and adjustments. All maintenance shall include lubrication, adjustments, replacement of all parts, supplies not deemed to be consumable, and labor. Parts will be new or equivalent to new in performance. Replaced parts shall be removed from the SOS s premises only after being certified as requiring replacement by the Contract Manager or designee. All replaced parts will become the property of the Contractor. Except when required by the State in an emergency, on-call remedial repair service shall be performed on-site in Sacramento during normal business hours, 8:00 a.m. to 5:00 p.m. PDT or PST, Monday through Friday (State holidays excluded). In the event the equipment cannot be repaired on-site in Sacramento, Contractor will be required to pick up, repair, and return repaired equipment to the SOS. Contractor may be required to provide loaner equipment free of charge when a machine is picked up for service, if SOS determines that a loaner is necessary. The State shall be relieved from all risks of loss or damage during the entire time the loaner equipment is in the State s possession except when loss or damage is due to fault or neglect by the State. The Contractor s maximum response time for non-emergency requests for service shall be no more than eight (8) hours after being notified by the SOS. In the event of an emergency, the Contractor will be required to provide service within three hours. The rate for emergency service calls will be the same as for non-emergency service calls. It is agreed that the SOS will have sustained damages for each response time over the maximum allowed, and therefore shall reduce the annual maintenance payment by ten percent (10%) on each piece of equipment not serviced timely, provided that the equipment failure is through no fault of the State. Contractor will also be required to perform two (2) preventative maintenance inspections during each contract year on each piece of equipment. The Contractor will be responsible for contacting the Secretary of State s Contract Manager or designee to schedule the two (2) preventative maintenance visits. Preventative maintenance will include lubrication, necessary adjustments and replacement of unserviceable parts. The Secretary of State reserves the right to amend the contract in order to add additional date stamp machines that may have not been part of the original bid or agreement or remove equipment that has been surveyed.

Page 5 of 17 B) Bidder Minimum Qualifications Bidder must not have had a contract with the SOS terminated by the SOS within the last three (3) years. Bidder must have a minimum of three (3) years experience repairing the above listed types and brands of equipment. Bidder must have three (3) positive references for repair services listed above. C) Bid Requirements and Information 1) Key Action Dates Event Date IFB available to prospective bidders 06/01/2011 Final Date for Bid Submission Bid Opening 06/15/2011 4:00 p.m. 06/16/2011 9:30 a.m. Notice of Intent to Award 06/16/2011 Proposed Award Date 06/24/2011 2) Submission of Bid a) All bids must be submitted under sealed cover and sent to Secretary of State; dates and times shown in Section C, Bid Requirements and Information, Item 1, Key Action Dates, (page 5). The sealed cover must be plainly marked with the IFB number and title, must show your firm name and address, and must be marked with "DO NOT OPEN," as shown in the following example: Date Stamp Equipment Preventative Maintenance and Repair Services Secretary of State 1500 11 th Street, Room 460 Sacramento CA 95814 DO NOT OPEN Bids not submitted under sealed cover may be rejected. A minimum of two (2) original copies of the bid must be submitted.

Page 6 of 17 b) All bids shall include the documents identified in Section E, Required Attachments (see pages 9 and 10). Bids not including the proper "required attachments" shall be deemed non-responsive. A non-responsive bid is one that does not meet the basic bid requirements. c) All documents requiring a signature must bear an original signature of a person authorized to bind the bidding firm. d) Mail or deliver bids to the following address: Secretary of State Contract Services 1500 11 th Street, Room 460 Sacramento, CA 95814 e) Bids must be submitted for the performance of all the services described herein. Any deviation from the work specifications will not be considered and will cause a bid to be rejected. f) A bid may be rejected if it is conditional or incomplete, or if it contains any alterations of form or other irregularities of any kind. The State may reject any or all bids and may waive an immaterial deviation in a bid. The State's waiver of an immaterial deviation shall in no way modify the IFB document or excuse the bidder from full compliance with all requirements if awarded the agreement. g) Costs incurred for developing bids and in anticipation of award of the agreement are entirely the responsibility of the bidder and shall not be charged to the State of California. h) An individual who is authorized to bind the bidder contractually shall sign the Bid/Bidder Certification Sheet, page 11. The signature should indicate the title or position that the individual holds in the firm. An unsigned bid may be rejected. i) A bidder may modify a bid after its submission by withdrawing its original bid and resubmitting a new bid prior to the bid submission deadline. Bidder modifications offered in any other manner, oral or written, will not be considered. j) A bidder may withdraw its bid by submitting a written withdrawal request to the State, signed by the bidder or an authorized agent. A bidder may thereafter submit a new bid prior to the bid submission deadline. Bids may not be withdrawn without cause subsequent to bid submission deadline. k) The awarding agency may modify the IFB prior to the date fixed for submission of bids by the issuance of an addendum to all parties who received a bid package.

Page 7 of 17 l) The awarding agency reserves the right to reject all bids. The agency is not required to award an agreement. m) Before submitting a response to this solicitation, bidders should review, correct all errors and confirm compliance with the IFB requirements. n) Where applicable, bidder should carefully examine work sites and specifications. Bidder shall investigate conditions, character, and quality of surface or subsurface materials or obstacles that might be encountered. No additions or increases to the agreement amount will be made due to a lack of careful examination of work sites and specifications. o) The State does not accept alternate contract language from a prospective contractor. A bid with such language will be considered a counter proposal and will be rejected. The State s General Terms and Conditions (GTC) are not negotiable. p) No oral understanding or agreement shall be binding on either party. 3) Evaluation and Selection a) At the time of bid opening, each bid will be checked for the presence or absence of required information in conformance with the submission requirements of this IFB. b) The State will evaluate each bid to determine its responsiveness to the published requirements. c) Bids that contain false or misleading statements, or which provide references, which do not support an attribute or condition claimed by the bidder, may be rejected. d) Award if made, will be to the lowest responsive responsible bidder. 4) Award and Protest a) Whenever an agreement is awarded under a procedure, which provides for competitive bidding, but the agreement is not to be awarded to the low bidder, the low bidder shall be notified by telegram, electronic facsimile transmission, overnight courier, or personal delivery five (5) working days prior to the award of the agreement. b) Upon written request by any bidder, notice of the proposed award shall be posted in a public place in the office of the awarding agency at least five (5) working days prior to awarding the agreement.

Page 8 of 17 c) If any bidder, prior to the award of agreement, files a written protest with the Department of General Services, Office of Legal Services, 707 Third Street, 7th Floor, Suite 7-330, West Sacramento, CA 95605 and the Secretary of State on the grounds that the (protesting) bidder is the lowest responsive responsible bidder, the agreement shall not be awarded until either the protest has been withdrawn or the Department of General Services has decided the matter. d) Within five (5) days after filing the initial protest, the protesting bidder shall file with the Department of General Services and the awarding agency a detailed written statement specifying the grounds for the protest. The written protest must be sent to the Department of General Services, Office of Legal Services, 707 Third Street, 7 th Floor, Suite 7-330, West Sacramento, California 95605. A copy of the detailed written statement should be mailed to the awarding agency. It is suggested that you submit any protest by certified or registered mail. e) Upon resolution of the protest and award of the agreement, Contractor must complete and submit to the awarding agency the Payee Data Record (STD 204), to determine if the Contractor is subject to state income tax withholding pursuant to California Revenue and Taxation Code Sections 18662 and 26131. This form can be found on the Internet at http://www.documents.dgs.ca.gov/osp/pdf/std204.pdf. No payment shall be made unless a completed STD 204 has been returned to the awarding agency. f) Upon resolution of the protest and award of the agreement, Contractor must sign and submit to the awarding agency, page one (1) of the Contractor Certification Clauses (CCC), which can be found on the Internet at http://www.ols.dgs.ca.gov/standard+language. This document is only required if the bidder has not submitted this form to the awarding agency within the last three (3) years. 5) Disposition of Bids a) Upon bid opening, all documents submitted in response to this IFB will become the property of the State of California, and will be regarded as public records under the California Public Records Act (Government Code Section 6250 et seq.) and subject to review by the public. b) Bid packages may be returned only at the bidder's expense, unless such expense is waived by the awarding agency.

Page 9 of 17 6) Agreement Execution and Performance a) Performance shall start not later than 30 days, or on the express date set by the awarding agency and the Contractor, after all approvals have been obtained and the agreement is fully executed. Should the Contractor fail to commence work at the agreed upon time, the awarding agency, upon five (5) days written notice to the Contractor, reserves the right to terminate the agreement. In addition, the Contractor shall be liable to the State for the difference between Contractor's bid price and the actual cost of performing work by the second lowest bidder or by another contractor. b) All performance under the agreement shall be completed on or before the termination date of the agreement. D) Preference Programs 1) Small Business Preference: http://www.pd.dgs.ca.gov/smbus/sbpref.htm E) Required Attachments Refer to the following pages for additional Required Attachments that are a part of this agreement.

Page 10 of 17 ATTACHMENT 1 REQUIRED ATTACHMENT CHECK LIST A complete bid or bid package will consist of the items identified below. Complete this checklist to confirm the items in your bid. Place a check mark or X next to each item that you are submitting to the State. For your bid to be responsive, all required attachments must be returned. This checklist should be returned with your bid package also. Attachment Attachment Name/Description Attachment 1 Required Attachment Check List Attachment 2 Bid/Bidder Certification Sheet Attachment 3 Cost Sheet Attachment 4 Darfur Contracting Act Attachment 5 Bidder References Attachment 6 Payee Data Record (Std 204) The Payee Data Record (STD 204) can be found at http://www.documents.dgs.ca.gov/osp/pdf/std204.pdf. Attachment 7 Contractor Certification Clauses (CCC-307) The CCC can be found on the Internet at http://www.ols.dgs.ca.gov/standard+language.

Page 11 of 17 ATTACHMENT 2 BID/BIDDER CERTIFICATION SHEET This Bid/Bidder Certification Sheet must be signed and returned along with all the "required attachments" as an entire package in duplicate with original signatures. The bid must be transmitted in a sealed envelope in accordance with IFB instructions. Do not return Section C, Bid Requirements and Information (pages 5 through 9), nor the "Sample Agreement" at the end of this IFB. A. Our all-inclusive bid is submitted as detailed in Attachment 3, Cost Sheet. B. All required attachments are included with this certification sheet. C. The signature affixed hereon and dated certifies compliance with all the requirements of this bid document. The signature below authorizes the verification of this certification. An Unsigned Bid/Bidder Certification Sheet May Be Cause For Rejection 1. Company Name 2. Telephone Number 2a. Fax Number ( ) ( ) 3. Address Indicate your organization type: 4. Sole Proprietorship 5. Partnership 6. Corporation Indicate the applicable employee and/or corporation number: 7. Federal Employee ID No. 8. California Corporation No. 9. Indicate applicable license and/or certification information: 10. Bidder s Name (Print) 11. Title 12. Signature 13. Date 14. Are you certified with the Department of General Services, Office of Small Business Certification and Resources (OSBCR) as: a. California Small Business b. Disabled Veteran Business Enterprise Yes No Yes No If yes, enter certification number: If yes, enter your service code below: NOTE: A copy of your Certification is required to be included if either of the above items is checked Yes. Date application was submitted to OSBCR, if an application is pending:

Completion Instructions for Bid/Bidder Certification Sheet Complete the numbered items on the Bid/Bidder Certification Sheet by following the instructions below. Secretary of State Page 12 of 17 Item Numbers Instructions 1, 2, 2a, 3 Must be completed. These items are self-explanatory. 4 Check if your firm is a sole proprietorship. A sole proprietorship is a form of business in which one person owns all the assets of the business in contrast to a partnership and corporation. The sole proprietor is solely liable for all the debts of the business. 5 Check if your firm is a partnership. A partnership is a voluntary agreement between two or more competent persons to place their money, effects, labor, and skill, or some or all of them in lawful commerce or business, with the understanding that there shall be a proportional sharing of the profits and losses between them. An association of two or more persons to carry on, as co-owners, a business for profit. 6 Check if your firm is a corporation. A corporation is an artificial person or legal entity created by or under the authority of the laws of a state or nation, composed, in some rare instances, of a single person and his successors, being the incumbents of a particular office, but ordinarily consisting of an association of numerous individuals. 7 Enter your federal employee tax identification number. 8 Enter your corporation number assigned by the California Secretary of State s Office. This information is used for checking if a corporation is in good standing and qualified to conduct business in California. 9 Complete, if applicable, by indicating the type of license and/or certification that your firm possesses and that is required for the type of services being procured. 10, 11, 12, 13 14 Must be completed. These items are self-explanatory. If certified as a California Small Business, place a check in the "Yes" box, and enter your certification number on the line. If certified as a Disabled Veterans Business Enterprise, place a check in the "Yes" box and enter your service code on the line. If you are not certified to one or both, place a check in the "No" box. If your certification is pending, enter the date your application was submitted to OSBCR.

Page 13 of 17 ATTACHMENT 3 COST SHEET Equipment Serial # Annual Cost Equipment Serial # Annual Cost Widmer Stamp 198005 Rapid Print Stamp 478333 Widmer Stamp 198571 Rapid Print Stamp 328394 Widmer Stamp 198572 Rapid Print Stamp 478336 Widmer Stamp 198573 Rapid Print Stamp 479184 Widmer Stamp 198800 Rapid Print Stamp 479185 Widmer Stamp 199017 Rapid Print Stamp 488394 Widmer Stamp 199363 Rapid Print Stamp 494646 Widmer Stamp 199364 Rapid Print Stamp 494647 Widmer Stamp 199366 Rapid Print Stamp 494648 Widmer Stamp 250209 Rapid Print Stamp 496284 Widmer Stamp 250210 Rapid Print Stamp 496285 Widmer Stamp 251293 Rapid Print Stamp 507515 Widmer Stamp 253218 Rapid Print Stamp 507519 Widmer Stamp 255433 Rapid Print Stamp 507520 Widmer Stamp 256118 Rapid Print Stamp 522724 Widmer Stamp 256119 Rapid Print Stamp 522725 Widmer Stamp 257774 Rapid Print Stamp 431670 Widmer Stamp 257775 Rapid Print Stamp 451909 Widmer Stamp 257776 Rapid Print Stamp 463976 Widmer Stamp 257777 Rapid Print Stamp 467000 Widmer Stamp 258332 Rapid Print Stamp 468015 Widmer Stamp 258334 Rapid Print Stamp 469255 Widmer Stamp 259699 Rapid Print Stamp 478334 Widmer Stamp 259700 Rapid Print Stamp 484800 Widmer Stamp 263488 Rapid Print Stamp 488395 Rapid Print Stamp 413193 Rapid Print Stamp 464038 Rapid Print Stamp 441771 Rapid Print Stamp 484563 Rapid Print Stamp 448726 Rapid Print Stamp 446571 Rapid Print Stamp 452055 Rapid Print Stamp 466999 Rapid Print Stamp 452136 Rapid Print Stamp 477921 Rapid Print Stamp 452309 Rapid Printer Stamp 438554 Rapid Print Stamp 453822 Rapid Printer Stamp 454870 Rapid Print Stamp 463465 Rapid Printer Stamp 466970 Rapid Print Stamp 464111 Rapid Printer Stamp 485480 Rapid Print Stamp 464112 Rapid Printer Stamp 373459 Rapid Print Stamp 465173 Rapid Printer Stamp 329331 Rapid Print Stamp 468552 Rapid Printer Stamp 456622 Rapid Print Stamp 475418 Rapid Printer Stamp 328394 Rapid Print Stamp 478331 Rapid Printer Stamp 518605 Rapid Print Stamp 478332 Rapid Printer Stamp 518606

Page 14 of 17 The estimated $ amount indicated above will be used solely for computing the cost as a fair and equitable formula to determine the low bidder and is not binding on the contracting agency. However, the actual costs quoted above by the bidder shall be binding for the term of the Agreement. Billing cycle: Monthly Quarterly Semi-Annually Annually Note: All services performed are paid in arrears according to billing cycle indicated above.

Page 15 of 17 DARFUR CONTRACTING ACT CERTIFICATION ATTACHMENT 4 Public Contract Code Sections 10475-10481 applies to any company that currently or within the previous three years has had business activities or other operations outside of the United States. For such a company to bid on or submit a proposal for a State of California contract, the company must certify that it is either a) not a scrutinized company; or b) a scrutinized company that has been granted permission by the Department of General Services to submit a proposal. If your company has not, within the previous three years, had any business activities or other operations outside of the United States, you do not need to complete this form. OPTION #1 - CERTIFICATION If your company, within the previous three years, has had business activities or other operations outside of the United States, in order to be eligible to submit a bid or proposal, please insert your company name and Federal ID Number and complete the certification below. I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that a) the prospective proposer/bidder named below is not a scrutinized company per Public Contract Code 10476; and b) I am duly authorized to legally bind the prospective proposer/bidder named below. This certification is made under the laws of the State of California. Company/Vendor Name (Printed) Federal ID Number By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in the County and State of OPTION #2 WRITTEN PERMISSION FROM DGS Pursuant to Public Contract Code section 10477(b), the Director of the Department of General Services may permit a scrutinized company, on a case-by-case basis, to bid on or submit a proposal for a contract with a state agency for goods or services, if it is in the best interests of the state. If you are a scrutinized company that has obtained written permission from the DGS to submit a bid or proposal, complete the information below. We are a scrutinized company as defined in Public Contract Code section 10476, but we have received written permission from the Department of General Services to submit a bid or proposal pursuant to Public Contract Code section 10477(b). A copy of the written permission from DGS is included with our bid or proposal. Company/Vendor Name (Printed) Federal ID Number Initials of Submitter Printed Name and Title of Person Initialing

Page 16 of 17 ATTACHMENT 5 BIDDER REFERENCES Submission of this attachment is mandatory. Failure to complete and return this attachment with your bid will cause your bid to be rejected and deemed nonresponsive. List below three references for services performed within the last five years, which are similar to the scope of work to be performed in this contract. REFERENCE 1 Name of Firm Street Address City State Zip Code Contact Person Dates of Service Telephone Number Value or Cost of Service Brief Description of Service Provided REFERENCE 2 Name of Firm Street Address City State Zip Code Contact Person Dates of Service Telephone Number Value or Cost of Service Brief Description of Service Provided REFERENCE 3 Name of Firm Street Address City State Zip Code Contact Person Dates of Service Telephone Number Value or Cost of Service Brief Description of Service Provided

Page 17 of 17 F) Sample Standard Agreement A sample Standard Agreement (STD 213) Sections 1 4 and Exhibits A-E may be found at http://www.ols.dgs.ca.gov/contracting%20info/formsandinstruction. The remainder of the Agreement consists of the following: 1. Termination: The State may terminate this Agreement with 30-day written notice to the contractor. 2. Amendment: The Secretary of State (SOS) reserves the right to amend the scope of work, increase the cost and/or extend the term of the agreement, based upon the SOS's need for completion of services and will be based on the original rate received and identified in the contract.