CHANGE 2 Contract Number: 4400009541 - PA - eMarketplace

140
All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities FULLY EXECUTED - CHANGE 2 Contract Number: 4400009541 Contract Change Effective Date: 12/18/2014 Valid From: 03/07/2012 To: 05/31/2015 Page 1 of 2 Your SAP Vendor Number with us: 302380 Supplier Name/Address: HT RESULTS LLP 1255 S Market St Ste 208 Elizabethtown PA 17022-2903 US Supplier Phone Number: 717-439-5872 Supplier Fax Number: 717-689-5961 Please Deliver To: To be determined at the time of the Purchase Order unless specified below. Purchasing Agent Name: Bowers Wanda Phone: 717-346-3840 Fax: 717-346-3820 Payment Terms NET 30 Solicitation No.: Issuance Date: Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date: Contract Name: 8110 Equipment Maintenance Program (EMP) Information: Item Material/Service Desc Qty UOM Price Per Unit Total *** Validity Period Changed *** 1 Equipment 0.000 0.00 1 0.00 Item Text The contractor's discount shall cover all equipment maintenance and repairs, services, labor, travel, fees and expenses. This rate also includes any corrective repair parts and consumable parts and supplies necessary to perform maintenance and repairs, with the exclusion of toner, fuser oil, developer and/or drums for fax machines.The Commonwealth may add or delete the type(s) and/or number of equipment pieces covered under the Equipment Maintenance Program (EMP) at any time during the contract term. Currently the Commonwealth has approximately 1100 pieces of approved equipment under the program. Approved additional or new equipment will be added to the program by applying the contractor's percentage (30%) discount to the quoted OEM or Independent Authorized Service Provider Preventative Maintenance Agreement price.The contractor's percentage discount will be the same for the full contract term which will be from the contract award date through all contract years. -------------------------------------------------------------------------------------------------------------------------------------------------------- General Requirements for all Items: This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference. Supplier's Signature _________________________________ Printed Name _________________________________ Title ____________________________________ Date _____________________ Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

Transcript of CHANGE 2 Contract Number: 4400009541 - PA - eMarketplace

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

FULLY EXECUTED - CHANGE 2Contract Number: 4400009541

Contract Change Effective Date: 12/18/2014 Valid From: 03/07/2012 To: 05/31/2015

Page 1 of 2

Your SAP Vendor Number with us: 302380

Supplier Name/Address: HT RESULTS LLP 1255 S Market St Ste 208 Elizabethtown PA 17022-2903 US

Supplier Phone Number: 717-439-5872

Supplier Fax Number: 717-689-5961

Please Deliver To:

To be determined at the time of the Purchase Order unless specified below.

Purchasing AgentName: Bowers Wanda

Phone: 717-346-3840

Fax: 717-346-3820

Payment Terms NET 30

Solicitation No.: Issuance Date:

Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date:

Contract Name:8110 Equipment Maintenance Program (EMP)

Information:

Item Material/ServiceDesc

Qty UOM Price PerUnit

Total

*** Validity Period Changed ***

1 Equipment 0.000 0.00 1 0.00

Item Text

The contractor's discount shall cover all equipment maintenance and repairs, services, labor, travel, fees and expenses. This rate

also includes any corrective repair parts and consumable parts and supplies necessary to perform maintenance and repairs, with the

exclusion of toner, fuser oil, developer and/or drums for fax machines.The Commonwealth may add or delete the type(s) and/or

number of equipment pieces covered under the Equipment Maintenance Program (EMP) at any time during the contract term. Currently

the Commonwealth has approximately 1100 pieces of approved equipment under the program. Approved additional or new equipment will

be added to the program by applying the contractor's percentage (30%) discount to the quoted OEM or Independent Authorized Service

Provider Preventative Maintenance Agreement price.The contractor's percentage discount will be the same for the full contract term

which will be from the contract award date through all contract years.

--------------------------------------------------------------------------------------------------------------------------------------------------------General Requirements for all Items:

This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attachedto this Contract or incorporated by reference.

Supplier's Signature _________________________________

Printed Name _________________________________

Title ____________________________________

Date _____________________

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

FULLY EXECUTED - CHANGE 2Contract Number: 4400009541

Contract Change Effective Date: 12/18/2014 Valid From: 03/07/2012 To: 05/31/2015

Supplier Name:HT RESULTS LLP

Page 2 of 2

Information:

Header Text

This contract is to provide a comprehensive management program for full service maintenance agreements on selected pieces of

Commonw

ealth equipment listed as Appendix B, List of Covered Assets (Rev. 1-31-2012). The benefits of this consolidation are reduced cost,

increased accountability, increased management control, and improved coverage, with the ability to utilize the same third party

service providers that had previously maintained the equipment.

Original Equipment Manufacturer (OEM) or OEM-recommended providers will be included under the Terms and Conditions of this

contract.

End-using agencies may select the third party maintenance service providers that will service their equipment with no

limitations.

All state agencies under the Governor's jurisdiction will be required to use this mandatory statewide services contract. Other

stat

e agencies and Local Public Procurement Units (LPPUs) within the geographical limits of the Commonwealth of Pennsylvania (COPA) may

utilize this contract as well as other states.

The Contractor must, at its expense, arrange for a background check for each of its employees, as well as the employees of any of

it

s sub-contractors who will have access to Commonwealth facilities, either through on-site access or through remote access. Refer

to Part V, Section 44, Background Checks.

Contract Administrator:

Wanda Bowers

Bureau of Procurement

Forum Place, 6th Floor

555 Walnut Street

Harrisburg, PA 17101-1914

E-Mail: [email protected]

Telephone: 717-346-3840

Fax: 717-783-6241

HT Results

Sherri Koser, Site Coordinator

105 N. Front Street, Suite 210

Harrisburg, PA 17101

E-Mail: [email protected]

Telephone: 717-659-5960

Cell: 717-439-5872

Fax: 717-236-7194

Insurance Info Text

Refer to the Contract Terms and Conditions, Part V, Section 46, Insurance.

No further information for this Contract

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

FULLY EXECUTED - CHANGE 1Contract Number: 4400009541

Contract Change Effective Date: 03/11/2014 Valid From: 03/07/2012 To: 03/01/2015

Page 1 of 2

Your SAP Vendor Number with us: 302380

Supplier Name/Address: HT RESULTS LLP 1255 S Market St Ste 208 Elizabethtown PA 17022-2903 US

Supplier Phone Number: 717-439-5872

Supplier Fax Number: 717-689-5961

Please Deliver To:

To be determined at the time of the Purchase Order unless specified below.

Purchasing AgentName: Bowers Wanda

Phone: 717-346-3840

Fax: 717-346-3820

Payment Terms NET 30

Solicitation No.: Issuance Date:

Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date:

Contract Name:8110 Equipment Maintenance Program (EMP)

Information:

Item Material/ServiceDesc

Qty UOM Price PerUnit

Total

1 Equipment 0.000 0.00 1 0.00

Item Text

The contractor's discount shall cover all equipment maintenance and repairs, services, labor, travel, fees and expenses. This rate

also includes any corrective repair parts and consumable parts and supplies necessary to perform maintenance and repairs, with the

exclusion of toner, fuser oil, developer and/or drums for fax machines.The Commonwealth may add or delete the type(s) and/or

number of equipment pieces covered under the Equipment Maintenance Program (EMP) at any time during the contract term. Currently

the Commonwealth has approximately 1100 pieces of approved equipment under the program. Approved additional or new equipment will

be added to the program by applying the contractor's percentage (30%) discount to the quoted OEM or Independent Authorized Service

Provider Preventative Maintenance Agreement price.The contractor's percentage discount will be the same for the full contract term

which will be from the contract award date through all contract years.

--------------------------------------------------------------------------------------------------------------------------------------------------------General Requirements for all Items:

This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attachedto this Contract or incorporated by reference.

Supplier's Signature _________________________________

Printed Name _________________________________

Title ____________________________________

Date _____________________

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

FULLY EXECUTED - CHANGE 1Contract Number: 4400009541

Contract Change Effective Date: 03/11/2014 Valid From: 03/07/2012 To: 03/01/2015

Supplier Name:HT RESULTS LLP

Page 2 of 2

Information:

Header Text

This contract is to provide a comprehensive management program for full service maintenance agreements on selected pieces of

Commonw

ealth equipment listed as Appendix B, List of Covered Assets (Rev. 1-31-2012). The benefits of this consolidation are reduced cost,

increased accountability, increased management control, and improved coverage, with the ability to utilize the same third party

service providers that had previously maintained the equipment.

Original Equipment Manufacturer (OEM) or OEM-recommended providers will be included under the Terms and Conditions of this

contract.

End-using agencies may select the third party maintenance service providers that will service their equipment with no

limitations.

All state agencies under the Governor's jurisdiction will be required to use this mandatory statewide services contract. Other

stat

e agencies and Local Public Procurement Units (LPPUs) within the geographical limits of the Commonwealth of Pennsylvania (COPA) may

utilize this contract as well as other states.

The Contractor must, at its expense, arrange for a background check for each of its employees, as well as the employees of any of

it

s sub-contractors who will have access to Commonwealth facilities, either through on-site access or through remote access. Refer

to Part V, Section 44, Background Checks.

Contract Administrator:

Wanda Bowers

Bureau of Procurement

Forum Place, 6th Floor

555 Walnut Street

Harrisburg, PA 17101-1914

E-Mail: [email protected]

Telephone: 717-346-3840

Fax: 717-783-6241

HT Results

Sherri Koser, Site Coordinator

105 N. Front Street, Suite 210

Harrisburg, PA 17101

E-Mail: [email protected]

Telephone: 717-659-5960

Cell: 717-439-5872

Fax: 717-236-7194

Insurance Info Text

Refer to the Contract Terms and Conditions, Part V, Section 46, Insurance.

No further information for this Contract

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

All using Agencies of the Commonwealth, Participating Political

Subdivision, Authorities, Private Colleges and Universities

FULLY EXECUTEDContract Number: 4400009541

Contract Effective Date: 03/09/2012 Valid From: 03/07/2012 To: 03/01/2015

Page 1 of 2

Your SAP Vendor Number with us: 302380

Supplier Name/Address: HT RESULTS LLP 105 N Front St Ste 210 Harrisburg PA 17101-1436 US

Supplier Phone Number: 717-439-5872 MOBILE SHERRI

Supplier Fax Number: 717-236-7194

Please Deliver To:

To be determined at the time of the Purchase Order unless specified below.

Purchasing AgentName: Shingara Syline

Phone: 717-346-3833

Fax: 717-346-3820

Payment Terms NET 30

Solicitation No.: Issuance Date:

Supplier Bid or Proposal No. (if applicable): Solicitation Submission Date:

Contract Name: 8110 Equipment Maintenance Program (EMP)

Information:

Item Material/ServiceDesc

Qty UOM Price PerUnit

Total

1 Equipment 0.000 0.00 1 0.00

Item Text

The contractor's discount shall cover all equipment maintenance and repairs, services, labor, travel, fees and expenses. This rate also

includes any corrective repair parts and consumable parts and supplies necessary to perform maintenance and repairs, with the exclusion of

toner, fuser oil, developer and/or drums for fax machines.

The Commonwealth may add or delete the type(s) and/or number of equipment pieces covered under the Equipment Maintenance Program

(EMP) at any time during the contract term. Currently the Commonwealth has approximately 1100 pieces of approved equipment under the

program. Approved additional or new equipment will be added to the program by applying the contractor's percentage (30%) discount to the

quoted OEM or Independent Authorized Service Provider Preventative Maintenance Agreement price.

The contractor's percentage discount will be the same for the full contract term which will be from the contract award date through all contract

years.

--------------------------------------------------------------------------------------------------------------------------------------------------------

This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attachedto this Contract or incorporated by reference.

Supplier's Signature _________________________________

Printed Name _________________________________

Title ____________________________________

Date _____________________

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

FULLY EXECUTEDContract Number: 4400009541

Contract Effective Date: 03/09/2012 Valid From: 03/07/2012 To: 03/01/2015

Supplier Name:HT RESULTS LLP

Page 2 of 2

Information:

General Requirements for all Items:Header Text

This contract is to provide a comprehensive management program for full service maintenance agreements on selected pieces of

Commonwealth equipment listed as Appendix B, List of Covered Assets (Rev. 1-31-2012). The benefits of this consolidation are reduced cost,

increased accountability, increased management control, and improved coverage, with the ability to utilize the same third party service

providers that had previously maintained the equipment.

Original Equipment Manufacturer (OEM) or OEM-recommended providers will be included under the Terms and Conditions of this contract.

End-using agencies may select the third party maintenance service providers that will service their equipment with no limitations.

All state agencies under the Governor's jurisdiction will be required to use this mandatory statewide services contract. Other state agencies

and Local Public Procurement Units (LPPUs) within the geographical limits of the Commonwealth of Pennsylvania (COPA) may utilize this

contract as well as other states.

The Contractor must, at its expense, arrange for a background check for each of its employees, as well as the employees of any of its

sub-contractors who will have access to Commonwealth facilities, either through on-site access or through remote access. Refer to Part V,

Section 44, Background Checks.

Contract Administrator:

Syline Shingara

Bureau of Procurement

Forum Place, 6th Floor

555 Walnut Street

Harrisburg, PA 17101-1914

E-Mail: [email protected]

Telephone: 717-346-3833

Fax: 717-214-9505

Specialty Underwriters, LLC Contact:

Sherri Koser, Site Coordinator

105 N. Front Street, Suite 210

Harrisburg, PA 17101

E-Mail: [email protected]

Telephone: 717-236-7193

Cell: 717-439-5872 mobile

Fax: 717-236-7194

Insurance Info Text

Refer to the Contract Terms and Conditions, Part V, Section 46, Insurance.

No further information for this Contract

Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

Table of ContentsSAPPART I - GENERAL INFORMATION...................................................................................................................... 3I.1 IFB-001.1 Purpose (Oct 2006) ............................................................................................................................... 3I.2 IFB-005.1 Type of Contract (Oct. 2006)................................................................................................................ 3I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006) ................................................................................................... 3I.4 IFB-009.1 Questions (Nov. 2006) .......................................................................................................................... 3I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)............................................................................................................ 3I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011).................................................................... 3I.7 IFB-013.1A Non-Discrimination Program – Services Exceeding $50,000 (Nov 2006)........................................ 4I.8 IFB-024.1 Bid Protest Procedure (Oct 2006) ......................................................................................................... 4I.9 IFB-025.1 Electronic Version of this IFB (Oct 2006)............................................................................................ 6I.10 IFB-027.1 COSTARS Program (Aug 2010) ........................................................................................................ 6I.11 IFB-028.1 Participating Addendum with an External Procurement Activity (Dec 6 2006) ................................ 9I.12 IFB-029.1 Prices (Dec 6 2006)........................................................................................................................... 11I.13 IFB-031.1 Alternates (Nov 2006)....................................................................................................................... 11I.14 IFB-032.1 New Equipment (Nov 2006) ............................................................................................................. 11I.15 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006) ............................................................................ 11I.16 I-IFB-034.1 Rejection of Bids (Nov 2006) ........................................................................................................ 13PART II - REQUIREMENTS ................................................................................................................................... 14II.1 IFB-006.1b COSTARS Program Questionnaire - Electronic Submission (Oct 2006) ....................................... 14II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006). ........................... 14II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006) ..................................................................... 14PART III - SELECTION CRITERIA........................................................................................................................ 15III.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006) ............................................................. 15III.2 III-IFB-006.1a Method of Award (Oct 2006).................................................................................................... 15III.3 III-IFB-007.1 Awards (May 2011) .................................................................................................................... 15III.4 III-IFB-008.1 Tie Bids (Nov 2006) ................................................................................................................... 15III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006) ..................................................................................... 15III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006).............................................. 15PART IV - WORK STATEMENT............................................................................................................................ 17IV.1 IFB-001.1b Statement of Work (Nov 2006)...................................................................................................... 17PART V - CONTRACT TERMS and CONDITIONS.............................................................................................. 18V.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006).............................................................. 18V.2 CONTRACT-002.1a Term of Contract – Contract (March 2011) ..................................................................... 18V.3 CONTRACT-002.2a Renewal of Contract Term (Nov 30 2006)....................................................................... 18V.4 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006) ...................................................................... 18V.5 CONTRACT-003.1a Signatures – Contract (March 2007) ................................................................................ 18V.6 CONTRACT-004.1a Definitions (Dec 12 2006)................................................................................................ 19V.7 CONTRACT-005.1a Purchase Orders (Feb 2007) ............................................................................................. 20V.8 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)......................................................................... 21V.9 CONTRACT-007.01b Delivery of Services (Nov 30 2006) .............................................................................. 21V.10 CONTRACT-007.02 Estimated Quantities (Nov 30 2006).............................................................................. 21V.11 CONTRACT-008.1a Warranty. (Oct 2006) ..................................................................................................... 21V.12 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2006).............................................. 21V.13 CONTRACT-009.1d Ownership Rights (Oct 2006) ........................................................................................ 22V.14 CONTRACT-010.1a Acceptance (Oct 2006)................................................................................................... 22V.15 CONTRACT-011.1a Compliance With Law (Oct 2006) ................................................................................. 23V.16 CONTRACT-013.1 Environmental Provisions (Oct 2006).............................................................................. 23V.17 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2006) ................................................................. 23V.18 CONTRACT-014.3 Enforcement (Oct 2006)................................................................................................... 23V.19 CONTRACT-015.1 Compensation (Oct 2006) ................................................................................................ 23V.20 CONTRACT-015.2 Billing Requirements (Dec 5 2006) ................................................................................. 23V.21 CONTRACT-016.1 Payment (Oct 2006) ......................................................................................................... 24V.22 CONTRACT-016.2 ACH Payments (Aug 2007) ............................................................................................. 24V.23 CONTRACT-017.1 Taxes (Dec 5 2006) .......................................................................................................... 25V.24 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006) .................................................................... 25V.25 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006)......................................................................... 25

Page 1

V.26 CONTRACT-020.1 Audit Provisions (Oct 2006) ............................................................................................ 25V.27 CONTRACT-020.2 Single Audit Act of 1984 (Dec 6, 2006) .......................................................................... 26V.28 CONTRACT-021.1 Default (Dec 12 2006)...................................................................................................... 26V.29 CONTRACT-022.1 Force Majeure (Oct 2006)................................................................................................ 28V.30 CONTRACT-023.1a Termination Provisions (Oct 2006)................................................................................ 28V.31 CONTRACT-024.1 Contract Controversies (Oct 2006) .................................................................................. 29V.32 CONTRACT-025.1 Assignability and Subcontracting (Oct 2006) .................................................................. 29V.33 CONTRACT-026.1 Other Contractors (Oct 2006)........................................................................................... 30V.34 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (Aug 2010) ............................................ 30V.35 CONTRACT-028.1 Contractor Integrity Provisions (March 2011)................................................................. 31V.36 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010) ........................................................... 35V.37 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006).................................................................... 36V.38 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006) ............................................................... 36V.39 CONTRACT-033.1 Applicable Law (Oct 2006).............................................................................................. 36V.40 CONTRACT- 034.1b Integration (Nov 30 2006)............................................................................................. 37V.41 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006) ....................................................................... 37V.42 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011) ............................................................... 37V.43 CONTRACT-035.1a Changes (Oct 2006)........................................................................................................ 37V.44 CONTRACT-036.1 Background Checks (Feb 2008)....................................................................................... 37V.45 CONTRACT-037.1b Confidentiality (Oct 2006) ............................................................................................. 38V.46 CONTRACT-045.1 Insurance - General (Dec 12 2006) .................................................................................. 39V.47 CONTRACT-051.1 Notice (Dec 2006) ............................................................................................................ 39V.48 CONTRACT-052.1 Right to Know Law (Feb 2010) ....................................................................................... 39

Page 2

PART I - GENERAL INFORMATION

PART I - GENERAL INFORMATION

I.1 IFB-001.1 Purpose (Oct 2006)

The Commonwealth of Pennsylvania (Commonwealth) is issuing this Invitation for Bids (IFB) to meet the needs ofDEPARTMENT OF GENERAL SERVICES to satisfy a need for Equipment Maintenance Program (EMP) .

I.2 IFB-005.1 Type of Contract (Oct. 2006)

If the Issuing Office enters into a contract as a result of this IFB, it will be a Established Price Contract contractcontaining the Contract Terms and Conditions as shown in Part V of this IFB.

I.3 IFB-008.1C No Pre-bid Conference (Oct. 2006)

There will be no pre-bid conference for this IFB. If there are any questions, please forward them to the IssuingOffice prior to the bid opening date and time.

I.4 IFB-009.1 Questions (Nov. 2006)

Any questions concerning conditions and specifications must be directed to the Issuing Office.

I.5 IFB-010.1 Addenda to the IFB (Oct. 2006)

If the Issuing Office deems it necessary to revise any part of this IFB before the bid response date, the Issuing Officewill post an addendum to its website at WWW.DGS.STATE.PA.US it is the Bidder's responsibility to periodicallycheck the website for any new information or addenda to the IFB.

I.6 IFB-011.1B Submission of Bids – Electronic Submittal (May 2011)

a. Bids are requested for the item(s) described in the Invitation For Bids and all the documents referenced in theform (collectively called the IFB). Bidders must submit their bids through the Commonwealth's electronicsystem (SRM).

b. It is the responsibility of each bidder to ensure that its Bid is received through the electronic system prior tothe date and time set for the opening of bids ("Bid Opening Time"). No Bid shall be considered if it arrives afterthe Bid Opening Time, regardless of reason for the late arrival.

Bids that are timely received prior to the Bid Opening Time shall be opened publicly in the presence of one ormore witnesses at the time and place designated in this IFB for the Bid opening.

Page 3

c. Bids must be firm. If a Bid is submitted with conditions or exceptions or not in conformance with the termsand conditions referenced in the IFB Form, it shall be rejected. The Bid shall also be rejected if the items offeredby the Bidder are not in conformance with the specifications as determined by the Commonwealth.

d. The Bidder, intending to be legally bound hereby, offers and agrees, if this Bid is accepted, to provide theawarded items at the price(s) set forth in this Bid at the time(s) and place(s) specified.

I.7 IFB-013.1A Non-Discrimination Program – Services Exceeding $50,000 (Nov 2006)

Bidders must include with their bid submittals a completed MBE/WBE Subcontractor and Supplier Solicitation andCommitment Form, (STD-168). Failure to complete the form and submit it with the bid may result in rejection ofthe bid as non-responsive

I.8 IFB-024.1 Bid Protest Procedure (Oct 2006)

a. Who May File the Protest. Any Bidder or prospective bidder who is aggrieved in connection with the IFB oraward of the contract solicitation or award of a contract may file a protest. Protests relating to cancellation ofinvitations for bids and protests relating to the rejection of all bids are not permitted. A Bidder is a person thatsubmits a bid in response to the IFB. A prospective bidder is a person that has not submitted a bid in responseto the IFB.

b. Time for Filing.

1) If a protest is submitted by a prospective bidder, the protest must be filed before bid opening time or proposalreceipt date.

2) If a protest is filed by a Bidder, the protest must be filed within seven days after the protesting Bidder knewor should have known of the facts giving rise to the protest EXCEPT THAT IN NO EVENT MAY APROTEST BE FILED LATER THAN SEVEN (7) DAYS AFTER THE DATE THE CONTRACT ORPURCHASE ORDER WAS AWARDED. Date of filing is the date of receipt of protest.

3) Untimely filed protests shall be disregarded.

c. Form of Protest.

1) A protest must be in writing and filed with the agency head (or designee) of the purchasing agency.

2) A protest must state all grounds upon which the protesting party asserts that the solicitation or award wasimproper. Issues not raised by the protesting party in the protest are deemed waived and may not be raisedon appeal.

3) The protesting party may submit with the protest any documents or information deemed relevant.

d. Notice of Protest If award has been made, the agency head (or designee) shall notify the successful Bidder orcontractor of the protest. If the protest is received before award and substantial issues are raised by the protest,all Bidders who appear to have a substantial and reasonable prospect of winning the award shall be notified andmay file their agreement/disagreement with the purchasing agency within three (3) days after receipt of notice ofthe protest.

Page 4

e. Stay of Procurement. The head of the purchasing agency (or designee) shall immediately decide, upon receiptof the protest, whether or not the solicitation or award shall be stayed, or if the protest is timely received after theaward, whether the performance of the contract should be suspended. The Issuing Office shall not proceedfurther with the IFB or with the award of the contract, and shall suspend performance under the contract ifawarded, unless the agency head of the purchasing agency makes a written determination that the protest isclearly without merit or that award of the contract/purchase order without delay is necessary to protect thesubstantial interests of the Commonwealth.

f. Procedures.

1) Contracting Officer Response. Within fifteen (15) days of the receipt of a protest, the contracting officermay submit a written response to the head of the purchasing agency (or designee). The response mayinclude any documents or information that the contracting officer deems relevant to the protest.

2) Protesting Party Reply. Within ten (10) days of the date of the contracting officer response, the protestingparty may file a written reply.

3) Review. The head of the purchasing agency (or designee) shall:

a) Review the protest and any response or reply.

b) Request and review any additional documents or information he deems necessary to render a decision.

c) Give the protesting party and the contracting officer reasonable opportunity to review and address anyadditional documents or information requested by the agency head.

d) In his sole discretion, conduct a hearing.

e) Within sixty (60) days of the receipt of the protest, issue a written determination stating the reasons for thedecision.

f) If additional time is required to investigate the protest, inform the protesting party of the additional timeneeded to render a determination and obtain the protesting party's consent.

4) "Clearly Without Merit" Determinations. If the head of the purchasing agency (or designee) determines,upon receipt, that the protest is clearly without merit and does not stay the procurement, the head of thepurchasing agency (or designee) shall immediately issue the decision as required by Subparagraph h below.

g. Settlement. The Issuing Office has the authority to settle and resolve bid protests.

h. Decision. The head of the purchasing agency (or designee) shall promptly, but in no event later than sixty (60)days from the filing of the protest, issue a written decision. The decision shall:

1) State the reasons for the decision.

2) If the protest is denied, inform the protesting party of its right to file an appeal in Commonwealth Courtwithin fifteen (15) days of the mailing date of the decision.

Page 5

3) If it is determined that the solicitation or award was contrary to law, enter an appropriate order.

The agency head (or designee) shall send a copy of the decision to the protesting party and any other persondetermined by the agency head (or designee) to be affected by the decision.

I.9 IFB-025.1 Electronic Version of this IFB (Oct 2006)

This IFB is being made available by electronic means. If a Bidder electronically accepts the IFB, the Bidderacknowledges and accepts full responsibility to insure that no changes are made to the IFB. In the event of aconflict between a version of the IFB in the Bidder's possession and the Issuing Office's version of the IFB, theIssuing Office's version shall govern.

I.10 IFB-027.1 COSTARS Program (Aug 2010)

COSTARS Purchasers. Section 1902 of the Commonwealth Procurement Code, 62 Pa.C.S. § 1902(“Section 1902”), authorizes local public procurement units and state-affiliated entities (together,“COSTARS Members”) to participate in Commonwealth procurement contracts that the Department ofGeneral Services (“DGS”) may choose to make available to COSTARS Members. DGS has identifiedthis Contract as one which will be made available for COSTARS Members’ participation.

A. Only those entities registered with DGS are authorized to participate as COSTARS Members inthis Contract. A COSTARS Member may be either a local public procurement unit or a state-affiliatedentity.

1. A “local public procurement unit” is:

• Any political subdivision (local government unit), such as a municipality, school district, orcommission;

• Any public authority (including authorities formed under the Municipality Authorities Act of1955 or other authorizing legislation, such as the Public Transportation Law or the AviationCode);

• Any tax-exempt, nonprofit educational institution or organization;• Any tax-exempt, nonprofit public health institution or organization;• Any nonprofit fire, rescue, or ambulance company; and• Any other entity that spends public funds for the procurement of supplies, services, and

construction (such as a council of governments, an area government, or an organization thatreceives public grant funds).

2. A state-affiliated entity is a Commonwealth authority or other Commonwealth entity that is not aCommonwealth agency. The term includes:

• The Pennsylvania Turnpike Commission;• The Pennsylvania Housing Finance Agency;• The Pennsylvania Municipal Retirement System;• The Pennsylvania Infrastructure Investment Authority;• The State Public School Building Authority;• The Pennsylvania Higher Education Facilities Authority, and• The State System of Higher Education.

Page 6

The term does not include any court or other officer or agency of the unified judicial system, theGeneral Assembly and its officers and agencies, any State-related institution, or any Commonwealthexecutive or independent agencies, boards, or commissions not listed above. Statewide "row"offices, including the Auditor General, Attorney General, and State Treasurer are not State-affiliatedentities under the Procurement Code.However, elements of the court system, the General Assembly, and independent agencies, boards, orcommissions have been deemed eligible for COSTARS membership as entities that spend publicfunds for the procurement of supplies, services, and construction.

3. A complete list of local public procurement units and state-affiliated entities that have registeredwith DGS and that are authorized to procure items from the Contract can be found athttp://www.dgsweb.state.pa.us/COSTARSReg/Member.aspx

B. COSTARS Members have the option to purchase from this Contract, from any DGS contractestablished exclusively for COSTARS Members in accordance with the requirements of Section 1902 ,from any other cooperative procurement contracts, or from their own procurement contracts established inaccordance with the applicable laws governing such procurements. The Contractor understands andacknowledges that there is no guarantee that a COSTARS Member will place an order under thisContract, and that the decision to procure from this Contract is within the sole discretion of eachCOSTARS Member.

C. DGS is acting as a facilitator for COSTARS Members who may wish to purchase under thisContract. COSTARS Members that participate in this Contract and issue purchase orders (“POs”) toContractors are third party beneficiaries who have the right to sue and be sued for breach of this Contractwithout joining the Commonwealth or DGS as a party. The Commonwealth will not intervene in anyaction between a Contractor and a COSTARS Member unless substantial interests of the Commonwealthare involved.

D. COSTARS Members electing to participate in this Contract will order items directly from theContractor and be responsible for payment directly to the Contractor.

E. Those Contractors electing to permit COSTARS Members to procure from this Contract shall pay theRequired Administrative Fee applicable to the Contractor’s classification:

Contractor Classification Required Administrative Fee

Qualified Small Business Bidder ,defined as having less than 100 full-timeemployees or full-time equivalentemployees and Gross Annual Revenue lessthan $20,000,000 ($25,000,000 for ITsales or service businesses)

$500

All Other Bidders $1,500

Page 7

1. Each bidder electing to permit COSTARS Members to participate in the Contract must pay theapplicable Administrative Fee upon Contract award in order to sell the awarded items/services to COSTARSMembers. If the bidder is asserting that it is a Qualified Small Business, a completed Department of GeneralServices Small Business Certification must be returned with the bid package.

2. At the beginning of each Contract year and upon any Contract renewal, the Contractor shallsubmit a check for the required amount, payable to “ Commonwealth of PA ”. The Contractor must pay theAdministrative Fee at each contract renewal date to continue to sell the awarded items/services to COSTARSMembers.

F. DGS has registered the COSTARS name and logo (together, the “COSTARS Brand”) as a trademarkwith the Pennsylvania Department of State. Therefore, the Contractor may use the COSTARS Brandonly as permitted under in this Subsection.

1. The Contractor shall pay the Administrative Fee covering its participation in the program, includingwithout limitation any use of the COSTARS Brand, for each year of the Contract period. The fee is payableupon Contract award and prior to the renewal date for each succeeding Contract period

2. DGS grants the Contractor a nonexclusive license to use the COSTARS Brand, subject tothe following conditions:

a. The Contractor agrees not to transfer to any third party, including without limitationany of its subcontractors or suppliers, any privileges it may have to use the COSTARSBrand under this Contract.

b. The Contractor agrees not to use the COSTARS Brand to represent or imply anyCommonwealth endorsement or approval of its products or services.

c. The Contractor is permitted to use the COSTARS Brand in broadcast, or Internetmedia solely in connection with this Contract and any other Contract with theCommonwealth under which it has agreed to make sales to COSTARS Purchasers. TheContractor may use the COSTARS Brand on business cards, brochures, and other printpublications so long as the purpose is to identify the Contractor as a COSTARS vendor,and only so long as the required Contract fee is kept current.

d. Should this Contract terminate for any reason, the Contractor agrees promptly toremove the COSTARS Brand from any and all print and electronic media and to refrainfrom using the COSTARS Brand for any purpose whatsoever from the date of Contracttermination forward.

e. The Contractor agrees to defend, indemnify, and hold harmless the Commonwealthof Pennsylvania and DGS from and against all claims, demands, liabilities, obligations,costs, and expenses of any nature whatsoever arising out of or based upon theContractor’s use of the COSTARS Brand.

f. The Contractor agrees it has no property rights in the use of the COSTARS Brand byvirtue of this nonexclusive license. The Contractor expressly waives any claims,including without limitation due process claims that may otherwise be available underthe law in the event of any dispute involving these terms of use.

Page 8

G. The Contractor shall furnish to the DGS COSTARS Program Office a quarterly electronic Contractsales report detailing the previous quarter’s Contract purchasing activity, using the form and in the formatprescribed by DGS. The Contractor shall submit its completed quarterly report no later than the fifteenthcalendar day of the succeeding Contract quarter.

1. The Contractor shall submit the reports via the web-based COSTARS Suppliers’ Gateway atwww.dgs.state.pa.us/costars . If a Contractor does not have access to the Internet, the Contractor shallsend the reports, using the form and in the format prescribed by DGS, on compact disc via US PostalService to the DGS COSTARS Program Office, Bureau of Procurement, 6th Floor Forum Place, 555Walnut Street, Harrisburg, PA 17101-1914.

2. For each PO received, the Contractor shall include on the report the name and address of eachCOSTARS-Registered Purchaser that has used the Contract along with the sales date, and dollarvolume of sales to the specific Purchaser for the reporting period.

3. DGS may suspend the Contractor’s participation in the COSTARS Program for failure to providethe Quarterly Sales Report within the specified time.

H. Additional information regarding the COSTARS Program is available on the DGS COSTARSWebsite at www.dgs.state.pa.us/costars

1. If the Contractor is aware of any qualified entity not currently registered and wishing toparticipate in the COSTARS Program, please refer the potential purchaser to the DGS COSTARSWebsite at www.dgs.state.pa.us/costars , where it may register by completing the online registrationform and receiving DGS confirmation of its registration. To view a list of currently-registeredCOSTARS member entities, please visit the COSTARS website.

2. Direct all questions concerning the COSTARS Program to:

Department of General ServicesCOSTARS Program555 Walnut Street , 6th FloorHarrisburg , PA 17101

Telephone: 1-866-768-7827E-mail [email protected]

I.11 IFB-028.1 Participating Addendum with an External Procurement Activity (Dec 6 2006)

Section 1902 of the Commonwealth Procurement Code, 62 Pa.C.S. Section 1902, permits external procurementactivities to participate in cooperative purchasing agreements for the procurement of services, supplies orconstruction.

a. Definitions. The following words and phrases have the meanings set forth in this provision:

1) External procurement activity: The term, as defined in 62 Pa. C. S. Section 1901, means a 'buyingorganization not located in the Commonwealth [of Pennsylvania] which if located in this Commonwealthwould qualify as a public procurement unit [under 62 Pa. C.S. Section 1901]. An agency of the UnitedStates is an external procurement activity.'

Page 9

2) Participating addendum: A bilateral agreement executed by the Contractor and an external procurementactivity that clarifies the operation of the Contract for the external procurement activity concerned. Theterms and conditions in any participating addendum shall affect only the procurements of the purchasingentities under the jurisdiction of the external procurement activity signing the participating addendum.

3) Public procurement unit: The term, as defined in 62 Pa. C. S. Section 1901, means a 'local publicprocurement unit or purchasing agency.'

4) Purchasing agency: The term, as defined in 62 Pa. C. S. Section 103, means a 'Commonwealth agencyauthorized by this part or any other law to enter into contracts for itself or as the agent of anotherCommonwealth agency.'

b. General. A participating addendum shall incorporate the terms and conditions of the Contract resulting fromthis IFB. The Contractor shall not be required to enter into any participating addendum.

c. Additional Terms.

1) A participating addendum may include additional terms that are required by the law governing the externalprocurement activity.

2) A participating addendum may include new, mutually agreed upon terms that clarify ordering proceduresspecific to a participating external procurement activity.

3) The construction and effect of any participating addendum shall be governed by and construed in accordancewith the laws governing the external procurement activity.

4) If an additional term requested by the external procurement activity will result in an increased cost to theContractor, the Contractor shall adjust its pricing up or down accordingly.

d. Prices.

1) Price adjustment For any costs affecting the percent markup that the Contractor will or will not incur orthat differ from costs incurred or not incurred in the fulfillment of this Contract, the Contractor shall adjust itspricing up or down accordingly. These costs may include, but not be limited to:

a) State and local taxes;

b) Unemployment and workers compensation fees;

c) E-commerce transaction fees; and

d) Costs associated with additional terms, established pursuant to the Contract.

2) The Contractor's pricing for an external procurement activity shall be firm and fixed for the duration of theinitial term of the Contract. After the initial term of the Contract, if the Contract is renewed, the Contractor'spricing may be adjusted up or down based on market conditions only with the mutual agreement of both theContractor and any external procurement activity.

Page 10

e. Usage Reports on External Procurement Activities.

The Contractor shall furnish to the Contracting Officer an electronic quarterly usage report, preferably inspreadsheet format no later than the fifteenth calendar day of the succeeding calendar quarter. Reports shall bee-mailed to the Contracting Officer for the Contract. Each report shall indicate the name and address of theContractor, contract number, period covered by the report, the name of the external procurement activity that hasused the Contract and the total volume of sales to the external procurement activity for the reporting period.

f. Electronic Copy of Participating Addendum. The Contractor, upon request of the Contracting Officer, shallsubmit one electronic copy of the participating addendum to the Contracting Officer within ten days afterrequest.

I.12 IFB-029.1 Prices (Dec 6 2006)

The bid submitted by the successful Bidder will be incorporated into any resulting Contract and the Bidder will berequired to provide the awarded item(s) at the prices quoted in its Bid.

I.13 IFB-031.1 Alternates (Nov 2006)

A Bidder who wants to offer an alternate must notify the Issuing Office in writing, at least five (5) days prior to thescheduled Bid opening, that the Bidder intends to offer an alternate in its Bid. An "alternate" is a product thatdeviates from the requirements of the specifications in its composition, qualities, performance, size dimension, etc.The written notification from the Bidder must include a complete description of the alternate and must identify theproduct's deviations from the specifications. Upon receipt of the notification, the Issuing Office will determinewhether the alternate is acceptable. If the Issuing Office, in its discretion, determines that the alternate isacceptable, the Issuing Office will issue a change notice to the invitation for bids that revises the specifications. Ifno change notice is issued revising the specification, a Bid offering the alternate will not be considered for award.

I.14 IFB-032.1 New Equipment (Nov 2006)

Unless otherwise specified in this invitation for bids, all products offered by Bidders must be new orremanufactured. A 'new' product is one that will be used first by the Commonwealth after it is manufactured orproduced. A 'remanufactured' product is one which: 1) has been rebuilt, using new or used parts, to a conditionwhich meets the original manufacturer's most recent specifications for the item; 2) does not, in the opinion of theIssuing Office, differ in appearance from a new item; and 3) has the same warranty as a new item. Unlessotherwise specified in this invitation for bids, used or reconditioned products are not acceptable. This clause shallnot be construed to prohibit Bidders from offering products with recycled content, provided the product is new orremanufactured.

I.15 I-IFB-033.1 Modification or Withdrawal of Bid (Nov 2006)

a. Bid Modification Prior to Bid Opening. Bids may be modified only by written notice or in person prior to theexact hour and date specified for Bid opening.

Page 11

1) If a Bidder intends to modify its Bid by written notice, the notice must specifically identify the Bid to bemodified and must be signed by the Bidder. The Bidder must include evidence of authorization for theindividual who signed the modification to modify the Bid on behalf of the Bidder. The Bid modification mustbe received in a sealed envelope. The sealed envelope must identify the assigned Collective Number and theBid Opening Time, and should state that enclosed in the envelope is a Bid modification

2) If a Bidder intends to modify its Bid in person, the individual who will modify the Bid must arrive in the BidOpening Room prior to the Bid Opening Time, show a picture identification and provide evidence of his/herauthorization to modify the Bid on behalf of the Bidder. If a Bidder intends to modify its Bid in person, theBidder may do so only in the presence of an agency employee. (The agency employee will observe theactions taken by the individual to modify the Bid, but will not read the Bid or the modification).

b. Bid Withdrawal Prior to Bid Opening. Bids may be withdrawn only by written notice or in person prior to theexact hour and date specified for Bid opening.

1) If a Bidder intends to withdraw its Bid by written notice, the notice shall specifically identify the Bid to bewithdrawn and shall be signed by the Bidder. The Bidder must include evidence of authorization for theindividual who signed the bid withdrawal to withdraw the bid on behalf of the Bidder. Except as provided inSubparagraph c, below, bid withdrawals received after the exact hour and date specified for the receipt ofBids shall not be accepted.

2) If a Bidder intends to withdraw its Bid in person, the individual who will withdraw the Bid must arrive in theBid Opening Room prior to the Bid Opening Time, show a picture identification and provide evidence ofhis/her authorization to withdraw the Bid on behalf of the Bidder.

c. Bid Withdrawal After Bid Opening. Bidders are permitted to withdraw erroneous Bids after Bid opening only ifthe following conditions are met:

1) The Bidder submits a written request for withdrawal.

2) The Bidder presents credible evidence with the request that the reason for the lower Bid price was a clericalmistake as opposed to a judgment mistake and was actually due to an unintentional arithmetical error or anunintentional omission of a substantial quantity of work, labor, material, or services made directly in thecompilation of the Bid.

3) The request for relief and supporting evidence must be received by the Issuing Office within three (3)business days after Bid opening, but before award of the contract.

4) The Issuing Office shall not permit a Bid withdrawal if the Bid withdrawal would result in the award of thecontract on another Bid of the same Bidder, its partner, or a corporation or business venture owned by or inwhich the bidder has a substantial interest.

5) If a Bidder is permitted to withdraw its Bid, the Bidder cannot supply any material or labor or perform anysubcontract or other work agreement for the awarded contractor, without the written approval of the IssuingOffice.

d. Firm Bid. Except as provided above, a Bid may not be modified, withdrawn, or cancelled by any Bidder for aperiod of sixty (60) days following the time and date designated for Bid opening, unless otherwise specified bythe Bidder in its Bid. If the lowest responsible Bidder, as determined by the Issuing Office, withdraws its Bid

Page 12

prior to the expiration of the award period or fails to comply with the requirements set forth in the IFB includingbut not limited to any requirement to submit performance or payment bonds or insurance certificates within therequired time period, the Bidder shall be liable to the Commonwealth for all costs and damages associated withthe re-award or re-bid including the difference between the Bidder's price and the actual cost that theCommonwealth pays for the awarded items.

e. Clarification and Additional Information. After the receipt of Bids, the Issuing Office shall have the right tocontact Bidders for the purpose of seeking:

1) Clarification of the Bid which confirms the Issuing Office's understanding of statements or information in theBid or;

2) Additional information on the items offered; provided the IFB does not require the rejection of the Bid forfailure to include such information.

I.16 I-IFB-034.1 Rejection of Bids (Nov 2006)

The Issuing Office reserves the right to reject any and all Bids, to waive technical defects or any informality in Bids,and to accept or reject any part of any Bid if the best interests of the Commonwealth are thereby served.

Page 13

PART II - REQUIREMENTS

PART II - REQUIREMENTS

II.1 IFB-006.1b COSTARS Program Questionnaire - Electronic Submission (Oct 2006)

Offerors should complete and submit the COSTARS Program Questionnaire Form, which is attached to and made apart of this IFB, and submit it with its proposal. The completed COSTARS Program Questionnaire Form should besubmitted as part of the Bid Response.

II.2 II-IFB-008.1b Lobbying Certification and Disclosure – Electronic Submission. (Oct 2006).

With respect to an award of a federal contract, grant, or cooperative agreement exceeding $100,000 or an award of afederal loan or a commitment providing for the United States to insure or guarantee a loan exceeding $150,000 allrecipients must certify that they will not use federal funds for lobbying and must disclose the use of non-federalfunds for lobbying by filing required documentation. Offerors must complete and return the Lobbying CertificationForm and the Disclosure of Lobbying Activities Form, which are attached to and made a part of this IFB. Thecompleted and signed Lobbying Certification Form and the Disclosure of Lobbying Activities Form should besubmitted with the Bid Response. Commonwealth agencies will not contract with outside firms or individuals toperform lobbying services, regardless of the source of funds.

II.3 II-IFB-016.1 Post-Submission Descriptive Literature (Dec 2006)

T he Commonwealth may, during its evaluation of the bids, require any bidder to submit cuts, illustrations,drawings, prints, test data sheets, specification sheets and brochures which detail construction features, design,components, materials used, applicable dimensions and any other pertinent information which the Issuing Officemay require in order to evaluate the product(s) offered. The required information must be submitted within two (2)business days after notification from the Issuing Office. Failure to submit the required information prior to theexpiration of the second business day after notification shall result in the rejection of the bid as non-responsive.

Page 14

PART III - SELECTION CRITERIA

PART III - SELECTION CRITERIA

III.1 III-IFB-001.1a Mandatory Responsiveness Requirements (Oct 2006)

To be eligible for selection, a bid must be:

a. Timely received from a Bidder;

b. Properly signed by the Bidder.

III.2 III-IFB-006.1a Method of Award (Oct 2006)

It is the intent of the Commonwealth to make a single award of item(s) listed in the IFB. The Commonwealthreserves the right to award by line item if it determines that it is in the best interest of the Commonwealth to do so.

III.3 III-IFB-007.1 Awards (May 2011)

Unless all Bids are rejected, and except as otherwise provided by law, award will be made through the issuance of acontract/purchase order in accordance with the method of award. Unless otherwise specified by the Issuing Officein the IFB form the Commonwealth reserves the right to award by item or on a total Bid basis, whichever is deemedmore advantageous to the Commonwealth. In cases of discrepancies in prices, the unit price will be binding unlessthe unit price is obviously in error and the extended price is obviously correct, in which case the erroneous unit pricewill be corrected. As a condition for receipt of award of a contract/purchase order, the Bidder must be registered inthe Commonwealth of Pennsylvania's Vendor Master file. In order to register, bidders must visit the Pa SupplierPortal at https://www.pasupplierportal.state.pa.us/ or call the Customer Support Center at 877-435-7363 or717-346-2676.

III.4 III-IFB-008.1 Tie Bids (Nov 2006)

All tie bids will be broken by the Issuing Office.

III.5 III-IFB-009.1 Prompt Payment Discounts (Nov 2006)

Prompt payment discounts will not be considered in making an award. If prompt payment discounts are offered byany Bidder, however, the Issuing Office will take advantage of such offer.

III.6 III-IFB-010.1 Option for Separate Competitive Bidding Procedure (Nov 2006)

The Commonwealth reserves the right to purchase products or services covered under this Contract through aseparate competitive bidding procedure, whenever Commonwealth deems it in the best interest of theCommonwealth. The right will generally be exercised only when a specific need for a large quantity of the product

Page 15

or service exists or when the price offered is significantly lower than the Contract price.

Page 16

PART IV - WORK STATEMENT

PART IV - WORK STATEMENT

IV.1 IFB-001.1b Statement of Work (Nov 2006)

The Commonwealth is seeking bids to procure the services set forth in the attached document entitled "Statement ofWork."

Page 17

PART V - CONTRACT TERMS and CONDITIONS

PART V - CONTRACT TERMS and CONDITIONS

V.1 CONTRACT-001.1b Contract Terms and Conditions (Nov 30, 2006)

The Contract with the awarded bidder (who shall become the "Contractor") shall include the following terms andconditions:

V.2 CONTRACT-002.1a Term of Contract – Contract (March 2011)

The initial term of the Contract shall be 3 year(s).

The term of the Contract shall commence on the Effective Date (as defined below) and shall end on the ExpirationDate identified in the Contract, subject to the other provisions of the Contract.

The Effective Date shall be: a) the Effective Date printed on the Contract after the Contract has been fully executedby the Commonwealth (signed and approved as required by the Commonwealth contracting procedures) or b) the"Valid from" date printed on the Contract, whichever is later.

V.3 CONTRACT-002.2a Renewal of Contract Term (Nov 30 2006)

The Contract may be renewed for a maximum of 2additional 1 year term(s), so long as Commonwealth provideswritten notice to Contractor of its intention to extend the Contract by letter prior to the expiration of the term of theagreement, or any extension thereof. The Commonwealth may exercise the renewal as individual year or multipleyear term(s). Any renewal will be under the same terms, covenants and conditions. No further document isrequired to be executed to renew the term of the contract.

V.4 CONTRACT-002.3 Extension of Contract Term (Nov 30 2006)

The Commonwealth reserves the right, upon notice to the Contractor, to extend any single term of the Contract forup to three (3) months upon the same terms and conditions.

V.5 CONTRACT-003.1a Signatures – Contract (March 2007)

The Contract shall not be a legally binding contract until the fully-executed Contract has been sent to the Contractor.No Commonwealth employee has the authority to verbally direct the commencement of any work or delivery of

any supply under this Contract prior to the Effective Date. The Contractor hereby waives any claim or cause ofaction for any service or work performed prior to the Effective Date.

The Contract will not include an "ink" signature by the Commonwealth. The electronically-printed name of thePurchasing Agent represents the signature of that individual who has the authority, on behalf of the Commonwealth,to bind the Commonwealth to the terms of the Contract. If the Contract output form does not have "FullyExecuted" at the top of the first page and does not have the name of the Purchasing Agent printed in the appropriatebox, the Contract has not been fully executed.

Page 18

The fully-executed Contract may be sent to the Contractor electronically or through facsimile equipment. Theelectronic transmission of a purchase order shall require acknowledgement of receipt of the transmission by theContractor. Receipt of the electronic or facsimile transmission of the Contract shall constitute receipt of thefully-executed Contract.

The Commonwealth and the Contractor specifically agree as follows:

a. No handwritten signature shall be required in order for the Contract to be legally enforceable.

b. The parties agree that no writing shall be required in order to make the Contract legally binding,notwithstanding contrary requirements in any law. The parties hereby agree not to contest the validity orenforceability of a genuine Contract or acknowledgement issued electronically under the provisions of astatute of frauds or any other applicable law relating to whether certain agreements be in writing and signed bythe party bound thereby. Any genuine Contract or acknowledgement issued electronically, if introduced asevidence on paper in any judicial, arbitration, mediation, or administrative proceedings, will be admissible asbetween the parties to the same extent and under the same conditions as other business records originated andmaintained in documentary form. Neither party shall contest the admissibility of copies of a genuine Contractor acknowledgements under either the business records exception to the hearsay rule or the best evidence ruleon the basis that the Contract or acknowledgement were not in writing or signed by the parties. A Contract oracknowledgment shall be deemed to be genuine for all purposes if it is transmitted to the location designatedfor such documents.

c. Each party will immediately take steps to verify any document that appears to be obviously garbled intransmission or improperly formatted to include re-transmission of any such document if necessary.

V.6 CONTRACT-004.1a Definitions (Dec 12 2006)

As used in this Contract, these words shall have the following meanings:

a. Agency The department, board, commission or other agency of the Commonwealth of Pennsylvania listed as thePurchasing Agency. If a COSTARS entity or external procurement activity has issued an order against thiscontract, that entity shall also be identified as "Agency".

b. Contracting Officer The person authorized to administer this Contract for the Commonwealth and to makewritten determinations with respect to the Contract.

c. Days Unless specifically indicated otherwise, days mean calendar days.

d. Developed Works or Developed Materials All documents, sketches, drawings, designs, works, papers, files,reports, computer programs, computer documentation, data, records, software, samples or any other tangiblematerial without limitation authored or prepared by Contractor as the work product covered in the scope of workfor the Project.

Page 19

e. Documentation All materials required to support and convey information about the services required by thisContract. It includes, but is not necessarily restricted to, written reports and analyses, diagrams, maps, logicaland physical designs, system designs, computer programs, flow charts, disks, and/or other machine-readablestorage media.

f. Services All Contractor activity necessary to satisfy the Contract.

V.7 CONTRACT-005.1a Purchase Orders (Feb 2007)

Commonwealth agencies may issue Purchase Orders against the Contract. These ordersconstitute the Contractor's authority to make delivery. All Purchase Orders received by theContractor up to and including the expiration date of the Contract are acceptable and must beperformed in accordance with the Contract. Each Purchase Order will be deemed to incorporatethe terms and conditions set forth in the Contract.

Purchase Orders will not include an "ink" signature by the Agency. The electronically-printedname of the purchaser represents the signature of that individual who has the authority, on behalfof the Commonwealth, to authorize the Contractor to proceed.

Purchase Orders may be issued electronically or through facsimile equipment. The electronictransmission of a purchase order shall require acknowledgement of receipt of the transmission bythe Contractor. Receipt of the electronic or facsimile transmission of the Purchase Order shallconstitute receipt of an order. Orders received by the Contractor after 4:00 p.m. will beconsidered received the following business day.

a. No handwritten signature shall be required in order for the Contract or Purchase Order tobe legally enforceable.

b. The parties agree that no writing shall be required in order to make the order legallybinding. The parties hereby agree not to contest the validity or enforceability of a PurchaseOrder or acknowledgement issued electronically under the provisions of a statute of frauds orany other applicable law relating to whether certain agreements be in writing and signed by theparty bound thereby. Any Purchase Order or acknowledgement issued electronically, ifintroduced as evidence on paper in any judicial, arbitration, mediation, or administrativeproceedings, will be admissible as between the parties to the same extent and under the sameconditions as other business records originated and maintained in documentary form. Neitherparty shall contest the admissibility of copies of Purchase Orders or acknowledgements undereither the business records exception to the hearsay rule or the best evidence rule on the basisthat the order or acknowledgement were not in writing or signed by the parties. A purchase orderor acknowledgment shall be deemed to be genuine for all purposes if it is transmitted to thelocation designated for such documents.

c. Each party will immediately take steps to verify any document that appears to beobviously garbled in transmission or improperly formatted to include re-transmission of any suchdocument if necessary.

Page 20

Purchase Orders under five thousand dollars ($5,000) in total amount may also be made inperson or by telephone using a Commonwealth Purchasing Card. When an order is placed bytelephone, the Commonwealth agency shall provide the agency name, employee name, creditcard number, and expiration date of the card. Contractors agree to accept payment through theuse of the Commonwealth Purchasing Card.V.8 CONTRACT-006.1 Independent Prime Contractor (Oct 2006)

In performing its obligations under the Contract, the Contractor will act as an independent contractor and not as anemployee or agent of the Commonwealth. The Contractor will be responsible for all services in this Contractwhether or not Contractor provides them directly. Further, the Contractor is the sole point of contact with regard toall contractual matters, including payment of any and all charges resulting from the Contract.

V.9 CONTRACT-007.01b Delivery of Services (Nov 30 2006)The Contractor shall proceed with all due diligence in the performance of the services with qualifiedpersonnel, in accordance with the completion criteria set forth in the Contract.

V.10 CONTRACT-007.02 Estimated Quantities (Nov 30 2006)

It shall be understood and agreed that any quantities listed in the Contract are estimated only and may be increasedor decreased in accordance with the actual requirements of the Commonwealth and that the Commonwealth inaccepting any bid or portion thereof, contracts only and agrees to purchase only the materials and services in suchquantities as represent the actual requirements of the Commonwealth. The Commonwealth reserves the right topurchase materials and services covered under the Contract through a separate competitive procurement procedure,whenever Commonwealth deems it to be in its best interest.

V.11 CONTRACT-008.1a Warranty. (Oct 2006)

The Contractor warrants that all items furnished and all services performed by the Contractor, its agents andsubcontractors shall be free and clear of any defects in workmanship or materials. Unless otherwise stated in theContract, all items are warranted for a period of one year following delivery by the Contractor and acceptance by theCommonwealth. The Contractor shall repair, replace or otherwise correct any problem with the delivered item.When an item is replaced, it shall be replaced with an item of equivalent or superior quality without any additionalcost to the Commonwealth.

V.12 CONTRACT-009.1c Patent, Copyright, and Trademark Indemnity (Oct 2006)

The Contractor warrants that it is the sole owner or author of, or has entered into a suitable legal agreementconcerning either: a) the design of any product or process provided or used in the performance of the Contract whichis covered by a patent, copyright, or trademark registration or other right duly authorized by state or federal law orb) any copyrighted matter in any report document or other material provided to the Commonwealth under thecontract.

The Contractor shall defend any suit or proceeding brought against the Commonwealth on account of any allegedpatent, copyright or trademark infringement in the United States of any of the products provided or used in theperformance of the Contract.

Page 21

This is upon condition that the Commonwealth shall provide prompt notification in writing of such suit orproceeding; full right, authorization and opportunity to conduct the defense thereof; and full information and allreasonable cooperation for the defense of same.

As principles of governmental or public law are involved, the Commonwealth may participate in or choose toconduct, in its sole discretion, the defense of any such action.

If information and assistance are furnished by the Commonwealth at the Contractor's written request, it shall be atthe Contractor's expense, but the responsibility for such expense shall be only that within the Contractor's writtenauthorization.

The Contractor shall indemnify and hold the Commonwealth harmless from all damages, costs, and expenses,including attorney's fees that the Contractor or the Commonwealth may pay or incur by reason of any infringementor violation of the rights occurring to any holder of copyright, trademark, or patent interests and rights in anyproducts provided or used in the performance of the Contract.

If any of the products provided by the Contractor in such suit or proceeding are held to constitute infringement andthe use is enjoined, the Contractor shall, at its own expense and at its option, either procure the right to continue useof such infringement products, replace them with non-infringement equal performance products or modify them sothat they are no longer infringing.

If the Contractor is unable to do any of the preceding, the Contractor agrees to remove all the equipment or softwarewhich are obtained contemporaneously with the infringing product, or, at the option of the Commonwealth, onlythose items of equipment or software which are held to be infringing, and to pay the Commonwealth: 1) anyamounts paid by the Commonwealth towards the purchase of the product, less straight line depreciation; 2) anylicense fee paid by the Commonwealth for the use of any software, less an amount for the period of usage; and 3) thepro rata portion of any maintenance fee representing the time remaining in any period of maintenance paid for. Theobligations of the Contractor under this paragraph continue without time limit. No costs or expenses shall beincurred for the account of the Contractor without its written consent.

V.13 CONTRACT-009.1d Ownership Rights (Oct 2006)

The Commonwealth shall have unrestricted authority to reproduce, distribute, and use any submitted report, data, ormaterial, and any software or modifications and any associated documentation that is designed or developed anddelivered to the Commonwealth as part of the performance of the Contract.

V.14 CONTRACT-010.1a Acceptance (Oct 2006)

No item(s) received by the Commonwealth shall be deemed accepted until the Commonwealth has had a reasonableopportunity to inspect the item(s). Any item(s) which is discovered to be defective or fails to conform to thespecifications may be rejected upon initial inspection or at any later time if the defects contained in the item(s) or thenoncompliance with the specifications were not reasonably ascertainable upon the initial inspection. It shallthereupon become the duty of the Contractor to remove rejected item(s) from the premises without expense to theCommonwealth within fifteen (15) days after notification. Rejected item(s) left longer than fifteen (15) days will beregarded as abandoned, and the Commonwealth shall have the right to dispose of them as its own property and shallretain that portion of the proceeds of any sale which represents the Commonwealth's costs and expenses in regard tothe storage and sale of the item(s). Upon notice of rejection, the Contractor shall immediately replace all suchrejected item(s) with others conforming to the specifications and which are not defective. If the Contractor fails,neglects or refuses to do so, the Commonwealth shall then have the right to procure a corresponding quantity of such

Page 22

item(s), and deduct from any monies due or that may thereafter become due to the Contractor, the differencebetween the price stated in the Contract and the cost thereof to the Commonwealth.

V.15 CONTRACT-011.1a Compliance With Law (Oct 2006)

The Contractor shall comply with all applicable federal and state laws and regulations and local ordinances in theperformance of the Contract.

V.16 CONTRACT-013.1 Environmental Provisions (Oct 2006)

In the performance of the Contract, the Contractor shall minimize pollution and shall strictly comply with allapplicable environmental laws and regulations, including, but not limited to: the Clean Streams Law Act of June22, 1937 (P.L. 1987, No. 394), as amended 35 P.S. Section 691.601 et seq.; the Pennsylvania Solid WasteManagement Act, Act of July 7, 1980 (P.L. 380, No. 97), as amended, 35 P.S. Section 6018.101 et seq. ; and theDam Safety and Encroachment Act, Act of November 26, 1978 (P.L. 1375, No. 325), as amended , 32 P.S. Section693.1.

V.17 CONTRACT-014.1 Post-Consumer Recycled Content (Oct 2006)

Except as specifically waived by the Department of General Services in writing, any products which are provided tothe Commonwealth as a part of the performance of the Contract must meet the minimum percentage levels for totalrecycled content as specified on the Department of General Services website at www.emarketplace.state.pa.us onthe date of submission of the bid, proposal or contract offer.

V.18 CONTRACT-014.3 Enforcement (Oct 2006)

The Contractor may be required, after delivery of the Contract item(s), to provide the Commonwealth withdocumentary evidence that the item(s) was in fact produced with the required minimum percentage ofpost-consumer and recovered material content.

V.19 CONTRACT-015.1 Compensation (Oct 2006)

The Contractor shall be required to furnish the awarded item(s) at the price(s) quoted in the Purchase Order. Allitem(s) shall be delivered within the time period(s) specified in the Purchase Order. The Contractor shall becompensated only for item(s) that are delivered and accepted by the Commonwealth.

V.20 CONTRACT-015.2 Billing Requirements (Dec 5 2006)

The Contractor shall include in all of its invoices the following minimum information:

- Vendor name and "Remit to" address, including SAP Vendor number;

- Bank routing information, if ACH;

Page 23

- SAP Purchase Order number;

- Delivery Address, including name of Commonwealth agency;

- Description of the supplies/services delivered in accordance with SAP Purchase Order (include purchase orderline number if possible);

- Quantity provided;

- Unit price;

- Price extension;

- Total price; and

- Delivery date of supplies or services.

If an invoice does not contain the minimum information set forth in this paragraph, the Commonwealth may returnthe invoice as improper. If the Commonwealth returns an invoice as improper, the time for processing a paymentwill be suspended until the Commonwealth receives a correct invoice. The Contractor may not receive paymentuntil the Commonwealth has received a correct invoice.

Contractors are required to establish separate billing accounts with each using agency and invoice them directly.Each invoice shall be itemized with adequate detail and match the line item on the Purchase Order. In no instanceshall any payment be made for services to the Contractor that are not in accordance with the prices on the PurchaseOrder, the Contract, updated price lists or any discounts negotiated by the purchasing agency.

V.21 CONTRACT-016.1 Payment (Oct 2006)

a. The Commonwealth shall put forth reasonable efforts to make payment by the required payment date. Therequired payment date is: (a) the date on which payment is due under the terms of the Contract; (b) thirty (30)days after a proper invoice actually is received at the "Bill To" address if a date on which payment is due is notspecified in the Contract (a "proper" invoice is not received until the Commonwealth accepts the service assatisfactorily performed); or (c) the payment date specified on the invoice if later than the dates established by(a) and (b) above. Payment may be delayed if the payment amount on an invoice is not based upon the price(s)as stated in the Contract. If any payment is not made within fifteen (15) days after the required payment date, theCommonwealth may pay interest as determined by the Secretary of Budget in accordance with Act No. 266 of1982 and regulations promulgated pursuant thereto. Payment should not be construed by the Contractor asacceptance of the service performed by the Contractor. The Commonwealth reserves the right to conduct furthertesting and inspection after payment, but within a reasonable time after performance, and to reject the service ifsuch post payment testing or inspection discloses a defect or a failure to meet specifications. The Contractoragrees that the Commonwealth may set off the amount of any state tax liability or other obligation of theContractor or its subsidiaries to the Commonwealth against any payments due the Contractor under any contractwith the Commonwealth.

b. The Commonwealth shall have the option of using the Commonwealth purchasing card to make purchases underthe Contract or Purchase Order. The Commonwealth's purchasing card is similar to a credit card in that there willbe a small fee which the Contractor will be required to pay and the Contractor will receive payment directly fromthe card issuer rather than the Commonwealth. Any and all fees related to this type of payment are theresponsibility of the Contractor. In no case will the Commonwealth allow increases in prices to offset credit cardfees paid by the Contractor or any other charges incurred by the Contractor, unless specifically stated in theterms of the Contract or Purchase Order.

V.22 CONTRACT-016.2 ACH Payments (Aug 2007)

a. The Commonwealth will make contract payments through the Automated Clearing House

Page 24

(ACH). Within 10 days of award of the contract or purchase order, the contractor must submit ormust have already submitted their ACH information within their user profile in theCommonwealth's procurement system (SRM).b. The contractor must submit a unique invoice number with each invoice submitted. The uniqueinvoice number will be listed on the Commonwealth of Pennsylvania's ACH remittance advice toenable the contractor to properly apply the state agency's payment to the invoice submitted.c. It is the responsibility of the contractor to ensure that the ACH information contained in SRMis accurate and complete. Failure to maintain accurate and complete information may result indelays in payments.V.23 CONTRACT-017.1 Taxes (Dec 5 2006)

The Commonwealth is exempt from all excise taxes imposed by the Internal Revenue Service and has accordinglyregistered with the Internal Revenue Service to make tax free purchases under Registration No. 23-23740001-K.With the exception of purchases of the following items, no exemption certificates are required and none will beissued: undyed diesel fuel, tires, trucks, gas guzzler emergency vehicles, and sports fishing equipment. TheCommonwealth is also exempt from Pennsylvania state sales tax, local sales tax, public transportation assistancetaxes and fees and vehicle rental tax. The Department of Revenue regulations provide that exemption certificates arenot required for sales made to governmental entities and none will be issued. Nothing in this paragraph is meant toexempt a construction contractor from the payment of any of these taxes or fees which are required to be paid withrespect to the purchase, use, rental, or lease of tangible personal property or taxable services used or transferred inconnection with the performance of a construction contract.

V.24 CONTRACT-018.1 Assignment of Antitrust Claims (Oct 2006)

The Contractor and the Commonwealth recognize that in actual economic practice, overcharges by the Contractor'ssuppliers resulting from violations of state or federal antitrust laws are in fact borne by the Commonwealth. As partof the consideration for the award of the Contract, and intending to be legally bound, the Contractor assigns to theCommonwealth all right, title and interest in and to any claims the Contractor now has, or may acquire, under stateor federal antitrust laws relating to the products and services which are the subject of this Contract.

V.25 CONTRACT-019.1 Hold Harmless Provision (Nov 30 2006)

a. The Contractor shall hold the Commonwealth harmless from and indemnify the Commonwealth against any andall third party claims, demands and actions based upon or arising out of any activities performed by theContractor and its employees and agents under this Contract, provided the Commonwealth gives Contractorprompt notice of any such claim of which it learns. Pursuant to the Commonwealth Attorneys Act (71 P.S.Section 732-101, et seq.), the Office of Attorney General (OAG) has the sole authority to represent theCommonwealth in actions brought against the Commonwealth. The OAG may, however, in its sole discretionand under such terms as it deems appropriate, delegate its right of defense. If OAG delegates the defense to theContractor, the Commonwealth will cooperate with all reasonable requests of Contractor made in the defense ofsuch suits.

b. Notwithstanding the above, neither party shall enter into any settlement without the other party's written consent,which shall not be unreasonably withheld. The Commonwealth may, in its sole discretion, allow the Contractorto control the defense and any related settlement negotiations.

V.26 CONTRACT-020.1 Audit Provisions (Oct 2006)

Page 25

The Commonwealth shall have the right, at reasonable times and at a site designated by the Commonwealth, to auditthe books, documents and records of the Contractor to the extent that the books, documents and records relate tocosts or pricing data for the Contract. The Contractor agrees to maintain records which will support the pricescharged and costs incurred for the Contract. The Contractor shall preserve books, documents, and records that relateto costs or pricing data for the Contract for a period of three (3) years from date of final payment. The Contractorshall give full and free access to all records to the Commonwealth and/or their authorized representatives.

V.27 CONTRACT-020.2 Single Audit Act of 1984 (Dec 6, 2006)

In compliance with the Single Audit Act of 1984, the Contractor agrees to the following:

a. This Contract is subject to audit by federal and state agencies or their authorized representative in accordancewith the auditing standards promulgated by the Comptroller General of the United States and specified inGovernment Auditing Standards, 1994 Revisions (Yellow Book).

b. The audit requirement of this Contract will be satisfied if a single audit is performed under the provisions ofthe Single Audit Act of 1984, 31 U.S.C. Section 7501, et seq, and all rules and regulations promulgatedpursuant to the Act.

c. The Commonwealth reserves the right for federal and state agencies or their authorized representatives toperform additional audits of a financial/compliance, economy/efficiency, or program results nature, ifdeemed necessary.

The Contractor further agrees to comply with requirements that may be issued by the state agency upon receipt ofadditional guidance received from the federal government regarding the Single Audit Act of 1984.

V.28 CONTRACT-021.1 Default (Dec 12 2006)

a. The Commonwealth may, subject to the Force Majeure provisions of this Contract, and in addition to its otherrights under the Contract, declare the Contractor in default by written notice thereof to the Contractor, andterminate (as provided in the Termination Provisions of this Contract) the whole or any part of this Contract orany Purchase Order for any of the following reasons:

1) Failure to begin work within the time specified in the Contract or Purchase Order or as otherwise specified;

2) Failure to perform the work with sufficient labor, equipment, or material to insure the completion of thespecified work in accordance with the Contract or Purchase Order terms;

3) Unsatisfactory performance of the work;

4) Failure to deliver the awarded item(s) within the time specified in the Contract or Purchase Order or asotherwise specified;

5) Improper delivery;

6) Failure to provide an item(s) which is in conformance with the specifications referenced in the Contract orPurchase Order;

7) Delivery of a defective item;

Page 26

8) Failure or refusal to remove material, or remove and replace any work rejected as defective or unsatisfactory;

9) Discontinuance of work without approval;

10) Failure to resume work, which has been discontinued, within a reasonable time after notice to do so;

11) Insolvency or bankruptcy;

12) Assignment made for the benefit of creditors;

13) Failure or refusal within 10 days after written notice by the Contracting Officer, to make payment or showcause why payment should not be made, of any amounts due for materials furnished, labor supplied orperformed, for equipment rentals, or for utility services rendered;

14) Failure to protect, to repair, or to make good any damage or injury to property;

15) Breach of any provision of the Contract;

16) Failure to comply with representations made in the Contractor's bid/proposal; or

17) Failure to comply with applicable industry standards, customs, and practice.

b. In the event that the Commonwealth terminates this Contract or any Purchase Order in whole or in part asprovided in Subparagraph a. above, the Commonwealth may procure, upon such terms and in such manner as itdetermines, items similar or identical to those so terminated, and the Contractor shall be liable to theCommonwealth for any reasonable excess costs for such similar or identical items included within the terminatedpart of the Contract or Purchase Order.

c. If the Contract or a Purchase Order is terminated as provided in Subparagraph a. above, the Commonwealth, inaddition to any other rights provided in this paragraph, may require the Contractor to transfer title and deliverimmediately to the Commonwealth in the manner and to the extent directed by the Contracting Officer, suchpartially completed items, including, where applicable, reports, working papers and other documentation, as theContractor has specifically produced or specifically acquired for the performance of such part of the Contract orPurchase Order as has been terminated. Except as provided below, payment for completed work accepted by theCommonwealth shall be at the Contract price. Except as provided below, payment for partially completed itemsincluding, where applicable, reports and working papers, delivered to and accepted by the Commonwealth shallbe in an amount agreed upon by the Contractor and Contracting Officer. The Commonwealth may withhold fromamounts otherwise due the Contractor for such completed or partially completed works, such sum as theContracting Officer determines to be necessary to protect the Commonwealth against loss.

d. The rights and remedies of the Commonwealth provided in this paragraph shall not be exclusive and are inaddition to any other rights and remedies provided by law or under this Contract.

e. The Commonwealth's failure to exercise any rights or remedies provided in this paragraph shall not be construedto be a waiver by the Commonwealth of its rights and remedies in regard to the event of default or anysucceeding event of default.

f. Following exhaustion of the Contractor's administrative remedies as set forth in the Contract Controversies

Page 27

Provision of the Contract, the Contractor's exclusive remedy shall be to seek damages in the Board of Claims.

V.29 CONTRACT-022.1 Force Majeure (Oct 2006)

Neither party will incur any liability to the other if its performance of any obligation under this Contract is preventedor delayed by causes beyond its control and without the fault or negligence of either party. Causes beyond a party'scontrol may include, but aren't limited to, acts of God or war, changes in controlling law, regulations, orders or therequirements of any governmental entity, severe weather conditions, civil disorders, natural disasters, fire, epidemicsand quarantines, general strikes throughout the trade, and freight embargoes.

The Contractor shall notify the Commonwealth orally within five (5) days and in writing within ten (10) days of thedate on which the Contractor becomes aware, or should have reasonably become aware, that such cause wouldprevent or delay its performance. Such notification shall (i) describe fully such cause(s) and its effect onperformance, (ii) state whether performance under the contract is prevented or delayed and (iii) if performance isdelayed, state a reasonable estimate of the duration of the delay. The Contractor shall have the burden of provingthat such cause(s) delayed or prevented its performance despite its diligent efforts to perform and shall produce suchsupporting documentation as the Commonwealth may reasonably request. After receipt of such notification, theCommonwealth may elect to cancel the Contract, cancel the Purchase Order, or to extend the time for performanceas reasonably necessary to compensate for the Contractor's delay.

In the event of a declared emergency by competent governmental authorities, the Commonwealth by notice to theContractor, may suspend all or a portion of the Contract or Purchase Order.

V.30 CONTRACT-023.1a Termination Provisions (Oct 2006)

The Commonwealth has the right to terminate this Contract or any Purchase Order for any of the following reasons.Termination shall be effective upon written notice to the Contractor.

a. TERMINATION FOR CONVENIENCE: The Commonwealth shall have the right to terminate the Contract ora Purchase Order for its convenience if the Commonwealth determines termination to be in its best interest. TheContractor shall be paid for work satisfactorily completed prior to the effective date of the termination, but in noevent shall the Contractor be entitled to recover loss of profits.

b. NON-APPROPRIATION: The Commonwealth's obligation to make payments during any Commonwealthfiscal year succeeding the current fiscal year shall be subject to availability and appropriation of funds. Whenfunds (state and/or federal) are not appropriated or otherwise made available to support continuation ofperformance in a subsequent fiscal year period, the Commonwealth shall have the right to terminate the Contractor a Purchase Order. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costsincurred but not amortized in the price of the supplies or services delivered under the Contract. Suchreimbursement shall not include loss of profit, loss of use of money, or administrative or overhead costs. Thereimbursement amount may be paid for any appropriations available for that purpose

c. TERMINATION FOR CAUSE: The Commonwealth shall have the right to terminate the Contract or aPurchase Order for Contractor default under Default Clause upon written notice to the Contractor. TheCommonwealth shall also have the right, upon written notice to the Contractor, to terminate the Contract or aPurchase Order for other cause as specified in the Contract or by law. If it is later determined that theCommonwealth erred in terminating the Contract or a Purchase Order for cause, then, at the Commonwealth'sdiscretion, the Contract or Purchase Order shall be deemed to have been terminated for convenience under theSubparagraph a.

Page 28

V.31 CONTRACT-024.1 Contract Controversies (Oct 2006)

a. In the event of a controversy or claim arising from the Contract, the Contractor must, within six months after thecause of action accrues, file a written claim with the contracting officer for a determination. The claim shallstate all grounds upon which the Contractor asserts a controversy exists. If the Contractor fails to file a claim orfiles an untimely claim, the Contractor is deemed to have waived its right to assert a claim in any forum.

b. The contracting officer shall review timely-filed claims and issue a final determination, in writing, regarding theclaim. The final determination shall be issued within 120 days of the receipt of the claim, unless extended byconsent of the contracting officer and the Contractor. The contracting officer shall send his/her writtendetermination to the Contractor. If the contracting officer fails to issue a final determination within the 120 days(unless extended by consent of the parties), the claim shall be deemed denied. The contracting officer'sdetermination shall be the final order of the purchasing agency.

c. Within fifteen (15) days of the mailing date of the determination denying a claim or within 135 days of filing aclaim if, no extension is agreed to by the parties, whichever occurs first, the Contractor may file a statement ofclaim with the Commonwealth Board of Claims. Pending a final judicial resolution of a controversy or claim,the Contractor shall proceed diligently with the performance of the Contract in a manner consistent with thedetermination of the contracting officer and the Commonwealth shall compensate the Contractor pursuant to theterms of the Contract.

V.32 CONTRACT-025.1 Assignability and Subcontracting (Oct 2006)

a. Subject to the terms and conditions of this paragraph, this Contract shall be binding upon the parties and theirrespective successors and assigns.

b. The Contractor shall not subcontract with any person or entity to perform all or any part of the work to beperformed under this Contract without the prior written consent of the Contracting Officer, which consent maybe withheld at the sole and absolute discretion of the Contracting Officer.

c. The Contractor may not assign, in whole or in part, this Contract or its rights, duties, obligations, orresponsibilities hereunder without the prior written consent of the Contracting Officer, which consent may bewithheld at the sole and absolute discretion of the Contracting Officer.

d. Notwithstanding the foregoing, the Contractor may, without the consent of the Contracting Officer, assign itsrights to payment to be received under the Contract, provided that the Contractor provides written notice of suchassignment to the Contracting Officer together with a written acknowledgement from the assignee that any suchpayments are subject to all of the terms and conditions of this Contract.

e. For the purposes of this Contract, the term "assign" shall include, but shall not be limited to, the sale, gift,assignment, pledge, or other transfer of any ownership interest in the Contractor provided, however, that the termshall not apply to the sale or other transfer of stock of a publicly traded company.

f . Any assignment consented to by the Contracting Officer shall be evidenced by a written assignment agreementexecuted by the Contractor and its assignee in which the assignee agrees to be legally bound by all of the termsand conditions of the Contract and to assume the duties, obligations, and responsibilities being assigned.

Page 29

g. A change of name by the Contractor, following which the Contractor's federal identification number remainsunchanged, shall not be considered to be an assignment hereunder. The Contractor shall give the ContractingOfficer written notice of any such change of name.

V.33 CONTRACT-026.1 Other Contractors (Oct 2006)

The Commonwealth may undertake or award other contracts for additional or related work, and theContractor shall fully cooperate with other contractors and Commonwealth employees, and coordinate itswork with such additional work as may be required. The Contractor shall not commit or permit any actthat will interfere with the performance of work by any other contractor or by Commonwealth employees.This paragraph shall be included in the Contracts of all contractors with which this Contractor will berequired to cooperate. The Commonwealth shall equitably enforce this paragraph as to all contractors toprevent the imposition of unreasonable burdens on any contractor.

V.34 CONTRACT-027.1 Nondiscrimination/Sexual Harassment Clause (Aug 2010)

The Contractor agrees:

1. In the hiring of any employee(s) for the manufacture of supplies, performance of work, or any other activityrequired under the contract or any subcontract, the Contractor, each subcontractor, or any person acting on behalf ofthe Contractor or subcontractor shall not, by reason of gender, race, creed, or color, discriminate against any citizenof this Commonwealth who is qualified and available to perform the work to which the employment relates.

2. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminateagainst or intimidate any employee involved in the manufacture of supplies, the performance of work, or any otheractivity required under the contract on account of gender, race, creed, or color.

3. The Contractor and each subcontractor shall establish and maintain a written sexual harassment policy andshall inform their employees of the policy. The policy must contain a notice that sexual harassment will not betolerated and employees who practice it will be disciplined.

4. The Contractor and each subcontractor shall not discriminate by reason of gender, race, creed, or coloragainst any subcontractor or supplier who is qualified to perform the work to which the contract relates.

5. The Contractor and each subcontractor shall, within the time periods requested by the Commonwealth,furnish all necessary employment documents and records and permit access to their books, records, and accounts bythe contracting agency and the Bureau of Minority and Women Business Opportunities (BMWBO), for purpose ofascertaining compliance with provisions of this Nondiscrimination/Sexual Harassment Clause. Within fifteen (15)days after award of any contract, the Contractor shall be required to complete, sign and submit Form STD -21, the“Initial Contract Compliance Data” form. If the contract is a construction contract, then the Contractor shall berequired to complete, sign and submit Form STD -28, the “Monthly Contract Compliance Report for ConstructionContractors”, each month no later than the 15th of the month following the reporting period beginning with theinitial job conference and continuing through the completion of the project. Those contractors who have fewer thanfive employees or whose employees are all from the same family or who have completed the Form STD -21 withinthe past 12 months may, within the 15 days, request an exemption from the Form STD -21 submission requirementfrom the contracting agency.

6. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in everysubcontract so that those provisions applicable to subcontractors will be binding upon each subcontractor.

Page 30

7. The Commonwealth may cancel or terminate the contract and all money due or to become due under thecontract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual HarassmentClause. In addition, the agency may proceed with debarment or suspension and may place the Contractor in theContractor Responsibility File.

V.35 CONTRACT-028.1 Contractor Integrity Provisions (March 2011)

It is essential that those who seek to contract with the Commonwealth of Pennsylvania (“Commonwealth”) observehigh standards of honesty and integrity. They must conduct themselves in a manner that fosters public confidence inthe integrity of the Commonwealth procurement process.

In furtherance of this policy, Contractor agrees to the following:

1. Contractor shall maintain the highest standards of honesty and integrity during the performance ofthis contract and shall take no action in violation of state or federal laws or regulations or any otherapplicable laws or regulations, or other requirements applicable to Contractor or that govern contractingwith the Commonwealth.

2. Contractor shall establish and implement a written business integrity policy, which includes, at aminimum, the requirements of these provisions as they relate to Contractor employee activity with theCommonwealth and Commonwealth employees, and which is distributed and made known to allContractor employees.

3. Contractor, its affiliates, agents and employees shall not influence, or attempt to influence, anyCommonwealth employee to breach the standards of ethical conduct for Commonwealth employees setforth in the Public Official and Employees Ethics Act, 65 Pa.C.S. §§1101 et seq.; the State Adverse InterestAct, 71 P.S. §776.1 et seq.; and the Governor’s Code of Conduct, Executive Order 1980-18 , 4 Pa. Code§7.151 et seq ., or to breach any other state or federal law or regulation.

4. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give anygratuity to a Commonwealth official or employee or to any other person at the direction or request of anyCommonwealth official or employee.

5. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give anygratuity to a Commonwealth official or employee or to any other person, the acceptance of which wouldviolate the Governor’s Code of Conduct, Executive Order 1980-18 , 4 Pa. Code §7.151 et seq. or anystatute, regulation, statement of policy, management directive or any other published standard of theCommonwealth.

6. Contractor, its affiliates, agents and employees shall not, directly or indirectly, offer, confer, oragree to confer any pecuniary benefit on anyone as consideration for the decision, opinion,recommendation, vote, other exercise of discretion, or violation of a known legal duty by anyCommonwealth official or employee.

7. Contractor, its affiliates, agents, employees, or anyone in privity with him or her shall not accept oragree to accept from any person, any gratuity in connection with the performance of work under thecontract, except as provided in the contract.

8. Contractor shall not have a financial interest in any other contractor, subcontractor, or supplierproviding services, labor, or material on this project, unless the financial interest is disclosed to theCommonwealth in writing and the Commonwealth consents to Contractor’s financial interest prior toCommonwealth execution of the contract. Contractor shall disclose the financial interest to the

Page 31

Commonwealth at the time of bid or proposal submission, or if no bids or proposals are solicited, no laterthan Contractor’s submission of the contract signed by Contractor.

9. Contractor, its affiliates, agents and employees shall not disclose to others any information,documents, reports, data, or records provided to, or prepared by, Contractor under this contract without theprior written approval of the Commonwealth, except as required by the Pennsylvania Right-to-Know Law,65 P.S. §§ 67.101-3104, or other applicable law or as otherwise provided in this contract. Any information,documents, reports, data, or records secured by Contractor from the Commonwealth or a third party inconnection with the performance of this contract shall be kept confidential unless disclosure of suchinformation is:

a. Approved in writing by the Commonwealth prior to its disclosure; or

b. Directed by a court or other tribunal of competent jurisdiction unless the contract requiresprior Commonwealth approval; or

c. Required for compliance with federal or state securities laws or the requirements ofnational securities exchanges; or

d. Necessary for purposes of Contractor’s internal assessment and review; or

e. Deemed necessary by Contractor in any action to enforce the provisions of this contract orto defend or prosecute claims by or against parties other than the Commonwealth; or

f. Permitted by the valid authorization of a third party to whom the information, documents,reports, data, or records pertain: or

g. Otherwise required by law.

10. Contractor certifies that neither it nor any of its officers, directors, associates, partners, limitedpartners or individual owners has been officially notified of, charged with, or convicted of any of thefollowing and agrees to immediately notify the Commonwealth agency contracting officer in writing if andwhen it or any officer, director, associate, partner, limited partner or individual owner has been officiallynotified of, charged with, convicted of, or officially notified of a governmental determination of any of thefollowing:

a. Commission of embezzlement, theft, forgery, bribery, falsification or destruction ofrecords, making false statements or receiving stolen property.

b. Commission of fraud or a criminal offense or other improper conduct or knowledge of,approval of or acquiescence in such activities by Contractor or any affiliate, officer, director,associate, partner, limited partner, individual owner, or employee or other individual or entityassociated with:

(1) obtaining;

(2) attempting to obtain; or

Page 32

(3) performing a public contract or subcontract.

Contractor’s acceptance of the benefits derived from the conduct shall be deemed evidence of suchknowledge, approval or acquiescence.

c. Violation of federal or state antitrust statutes.

d. Violation of any federal or state law regulating campaign contributions.

e. Violation of any federal or state environmental law.

f. Violation of any federal or state law regulating hours of labor, minimum wage standards orprevailing wage standards; discrimination in wages; or child labor violations.

g. Violation of the Act of June 2, 1915 (P.L.736, No. 338), known as the Workers’Compensation Act, 77 P.S. 1 et seq.

h. Violation of any federal or state law prohibiting discrimination in employment.

i. Debarment by any agency or department of the federal government or by any other state.

j. Any other crime involving moral turpitude or business honesty or integrity.

Contractor acknowledges that the Commonwealth may, in its sole discretion, terminate the contract forcause upon such notification or when the Commonwealth otherwise learns that Contractor has beenofficially notified, charged, or convicted.

11. If this contract was awarded to Contractor on a non-bid basis, Contractor must, (as required bySection 1641 of the Pennsylvania Election Code) file a report of political contributions with the Secretaryof the Commonwealth on or before February 15 of the next calendar year. The report must include anitemized list of all political contributions known to Contractor by virtue of the knowledge possessed byevery officer, director, associate, partner, limited partner, or individual owner that has been made by:

a. Any officer, director, associate, partner, limited partner, individual owner or members ofthe immediate family when the contributions exceed an aggregate of one thousand dollars($1,000) by any individual during the preceding year; or

b. Any employee or members of his immediate family whose political contribution exceededone thousand dollars ($1,000) during the preceding year.

To obtain a copy of the reporting form, Contractor shall contact the Bureau of Commissions,Elections and Legislation, Division of Campaign Finance and Lobbying Disclosure, Room 210, NorthOffice Building, Harrisburg, PA 17120.

12. Contractor shall comply with requirements of the Lobbying Disclosure Act, 65 Pa.C.S. § 13A01 etseq., and the regulations promulgated pursuant to that law. Contractor employee activities prior to oroutside of formal Commonwealth procurement communication protocol are considered lobbying and

Page 33

subjects the Contractor employees to the registration and reporting requirements of the law. Actions byoutside lobbyists on Contractor’s behalf, no matter the procurement stage, are not exempt and must bereported.

13. When Contractor has reason to believe that any breach of ethical standards as set forth in law, theGovernor’s Code of Conduct, or in these provisions has occurred or may occur, including but not limited tocontact by a Commonwealth officer or employee which, if acted upon, would violate such ethicalstandards, Contractor shall immediately notify the Commonwealth contracting officer or CommonwealthInspector General in writing.

14. Contractor, by submission of its bid or proposal and/or execution of this contract and by thesubmission of any bills, invoices or requests for payment pursuant to the contract, certifies and representsthat it has not violated any of these contractor integrity provisions in connection with the submission of thebid or proposal, during any contract negotiations or during the term of the contract.

15. Contractor shall cooperate with the Office of Inspector General in its investigation of any allegedCommonwealth employee breach of ethical standards and any alleged Contractor non-compliance withthese provisions. Contractor agrees to make identified Contractor employees available for interviews atreasonable times and places. Contractor, upon the inquiry or request of the Office of Inspector General,shall provide, or if appropriate, make promptly available for inspection or copying, any information of anytype or form deemed relevant by the Inspector General to Contractor's integrity and compliance with theseprovisions. Such information may include, but shall not be limited to, Contractor's business or financialrecords, documents or files of any type or form that refers to or concern this contract.

16. For violation of any of these Contractor Integrity Provisions, the Commonwealth may terminate thisand any other contract with Contractor, claim liquidated damages in an amount equal to the value ofanything received in breach of these provisions, claim damages for all additional costs and expensesincurred in obtaining another contractor to complete performance under this contract, and debar andsuspend Contractor from doing business with the Commonwealth. These rights and remedies arecumulative, and the use or non-use of any one shall not preclude the use of all or any other. These rightsand remedies are in addition to those the Commonwealth may have under law, statute, regulation, orotherwise.

17. For purposes of these Contractor Integrity Provisions, the following terms shall have the meaningsfound in this Paragraph 17.

a. “Confidential information” means information that a) is not already in the public domain;b) is not available to the public upon request; c) is not or does not become generally known toContractor from a third party without an obligation to maintain its confidentiality; d) has notbecome generally known to the public through a act or omission of Contractor; or e) has not beenindependently developed by Contractor without the use of confidential information of theCommonwealth.

b. “Consent” means written permission signed by a duly authorized officer or employee ofthe Commonwealth, provided that where the material facts have been disclosed, in writing, bypre-qualification, bid, proposal, or contractual terms, the Commonwealth shall be deemed to haveconsented by virtue of execution of this contract.

c. “Contractor” means the individual or entity that has entered into this contract with theCommonwealth, including those directors, officers, partners, managers, and owners having morethan a five percent interest in Contractor.

Page 34

d. “Financial interest” means:

(1) Ownership of more than a five percent interest in any business; or

(2) Holding a position as an officer, director, trustee, partner, employee, or holdingany position of management.

e. “Gratuity” means tendering, giving or providing anything of more than nominal monetaryvalue including, but not limited to, cash, travel, entertainment, gifts, meals, lodging, loans,subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Theexceptions set forth in the Governor’s Code of Conduct, Executive Order 1980-18, the 4 Pa. Code§7.153(b), shall apply.

f. “Immediate family” means a spouse and any unemancipated child.

g. “Non-bid basis” means a contract awarded or executed by the Commonwealth withContractor without seeking bids or proposals from any other potential bidder or offeror.

h. “Political contribution” means any payment, gift, subscription, assessment, contract,payment for services, dues, loan, forbearance, advance or deposit of money or any valuable thing,to a candidate for public office or to a political committee, including but not limited to a politicalaction committee, made for the purpose of influencing any election in the Commonwealth ofPennsylvania or for paying debts incurred by or for a candidate or committee before or after anyelection.

V.36 CONTRACT-029.1 Contractor Responsibility Provisions (Nov 2010)

For the purpose of these provisions, the term contractor is defined as any person, including, but not limited to, abidder, offeror, loan recipient, grantee or lessor, who has furnished or performed or seeks to furnish or perform,goods, supplies, services, leased space, construction or other activity, under a contract, grant, lease, purchase orderor reimbursement agreement with the Commonwealth of Pennsylvania (Commonwealth). The term contractorincludes a permittee, licensee, or any agency, political subdivision, instrumentality, public authority, or other publicentity in the Commonwealth.

1. The Contractor certifies, in writing, for itself and its subcontractors required to be disclosed or approved bythe Commonwealth, that as of the date of its execution of this Bid/Contract, that neither the Contractor, nor any suchsubcontractors, are under suspension or debarment by the Commonwealth or any governmental entity,instrumentality, or authority and, if the Contractor cannot so certify, then it agrees to submit, along with itsBid/Contract, a written explanation of why such certification cannot be made.

2. The Contractor also certifies, in writing, that as of the date of its execution of this Bid/Contract it has no taxliabilities or other Commonwealth obligations, or has filed a timely administrative or judicial appeal if suchliabilities or obligations exist, or is subject to a duly approved deferred payment plan if such liabilities exist.

3. The Contractor's obligations pursuant to these provisions are ongoing from and after the effective date of theContract through the termination date thereof. Accordingly, the Contractor shall have an obligation to inform theCommonwealth if, at any time during the term of the Contract, it becomes delinquent in the payment of taxes, orother Commonwealth obligations, or if it or, to the best knowledge of the Contractor, any of its subcontractors aresuspended or debarred by the Commonwealth, the federal government, or any other state or governmental entity.Such notification shall be made within 15 days of the date of suspension or debarment.

Page 35

4. The failure of the Contractor to notify the Commonwealth of its suspension or debarment by theCommonwealth, any other state, or the federal government shall constitute an event of default of the Contract withthe Commonwealth.

5. The Contractor agrees to reimburse the Commonwealth for the reasonable costs of investigation incurred bythe Office of State Inspector General for investigations of the Contractor's compliance with the terms of this or anyother agreement between the Contractor and the Commonwealth that results in the suspension or debarment of thecontractor. Such costs shall include, but shall not be limited to, salaries of investigators, including overtime; traveland lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible forinvestigative costs for investigations that do not result in the Contractor's suspension or debarment.

6. The Contractor may obtain a current list of suspended and debarred Commonwealth contractors by eithersearching the Internet at http://www.dgs.state.pa.us/ or contacting the:

Department of General Services

Office of Chief Counsel

603 North Office Building

Harrisburg, PA 17125

Telephone No: (717) 783-6472

FAX No: (717) 787-9138

V.37 CONTRACT-030.1 Americans with Disabilities Act (Oct 2006)

a. Pursuant to federal regulations promulgated under the authority of The Americans With Disabilities Act, 28C.F.R. Section 35.101 et seq., the Contractor understands and agrees that it shall not cause any individual with adisability to be excluded from participation in this Contract or from activities provided for under this Contract onthe basis of the disability. As a condition of accepting this contract, the Contractor agrees to comply with the"General Prohibitions Against Discrimination," 28 C.F.R. Section 35.130, and all other regulations promulgatedunder Title II of The Americans With Disabilities Act which are applicable to all benefits, services, programs,and activities provided by the Commonwealth of Pennsylvania through contracts with outside contractors.

b. The Contractor shall be responsible for and agrees to indemnify and hold harmless the Commonwealth ofPennsylvania from all losses, damages, expenses, claims, demands, suits, and actions brought by any partyagainst the Commonwealth of Pennsylvania as a result of the Contractor's failure to comply with the provisionsof Subparagraph a. above.

V.38 CONTRACT-032.1 Covenant Against Contingent Fees (Oct 2006)

The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure theContract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, exceptbona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for thepurpose of securing business. For breach or violation of this warranty, the Commonwealth shall have the right toterminate the Contract without liability or in its discretion to deduct from the Contract price or consideration, orotherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.

V.39 CONTRACT-033.1 Applicable Law (Oct 2006)

Page 36

This Contract shall be governed by and interpreted and enforced in accordance with the laws of the Commonwealth of Pennsylvania(without regard to any conflict of laws provisions) and the decisions of the Pennsylvania courts. The Contractor consents to thejurisdiction of any court of the Commonwealth of Pennsylvania and any federal courts in Pennsylvania, waiving any claim or defensethat such forum is not convenient or proper. The Contractor agrees that any such court shall have in personam jurisdiction over it, andconsents to service of process in any manner authorized by Pennsylvania law.

V.40 CONTRACT- 034.1b Integration (Nov 30 2006)

This Contract, including the Invitation for Bids, the Contractor's bid, all referenced documents, and any PurchaseOrder constitutes the entire agreement between the parties. No agent, representative, employee or officer of eitherthe Commonwealth or the Contractor has authority to make, or has made, any statement, agreement orrepresentation, oral or written, in connection with the Contract, which in any way can be deemed to modify, add toor detract from, or otherwise change or alter its terms and conditions. No negotiations between the parties, nor anycustom or usage, shall be permitted to modify or contradict any of the terms and conditions of the Contract. Nomodifications, alterations, changes, or waiver to the Contract or any of its terms shall be valid or binding unlessaccomplished by a written amendment signed by both parties.

V.41 CONTRACT-034.2b Order of Precedence - IFB (Dec 6 2006)

In the event there is a conflict among the documents comprising this Contract, the Commonwealth and theContractor agree on the following order of precedence: the Contract; the IFB; and the Contractor's Bid in Responseto the IFB.

V.42 CONTRACT-034.3 Controlling Terms and Conditions (Aug 2011)

The terms and conditions of this Contract shall be the exclusive terms of agreement between the Contractor and theCommonwealth. All quotations requested and received from the Contractor are for obtaining firm pricing only.Other terms and conditions or additional terms and conditions included or referenced in the Contractor's quotations,invoices, business forms, or other documentation shall not become part of the parties' agreement and shall bedisregarded by the parties, unenforceable by the Contractor and not binding on the Commonwealth.

V.43 CONTRACT-035.1a Changes (Oct 2006)

The Commonwealth reserves the right to make changes at any time during the term of the Contract or any renewalsor extensions thereof: 1) to increase or decrease the quantities resulting from variations between any estimatedquantities in the Contract and actual quantities; 2) to make changes to the services within the scope of the Contract;3) to notify the Contractor that the Commonwealth is exercising any Contract renewal or extension option; or 4) tomodify the time of performance that does not alter the scope of the Contract to extend the completion date beyondthe Expiration Date of the Contract or any renewals or extensions thereof. Any such change shall be made by theContracting Officer by notifying the Contractor in writing. The change shall be effective as of the date of thechange, unless the notification of change specifies a later effective date. Such increases, decreases, changes, ormodifications will not invalidate the Contract, nor, if performance security is being furnished in conjunction with theContract, release the security obligation. The Contractor agrees to provide the service in accordance with thechange order. Any dispute by the Contractor in regard to the performance required by any notification of changeshall be handled through Contract Controversies Provision.

V.44 CONTRACT-036.1 Background Checks (Feb 2008)

Page 37

a. The Contractor must, at its expense, arrange for a background check for each of its employees, as well as theemployees of any of its subcontractors, who will have access to Commonwealth facilities, either through on-siteaccess or through remote access. Background checks are to be conducted via the Request for Criminal RecordCheck form and procedure found at http://www.psp.state.pa.us/psp/lib/psp/sp4-164.pdf . The background checkmust be conducted prior to initial access and on an annual basis thereafter.

b. Before the Commonwealth will permit access to the Contractor, the Contractor must provide written confirmationthat the background checks have been conducted. If, at any time, it is discovered that a Contractor employee has acriminal record that includes a felony or misdemeanor involving terroristic behavior, violence, use of a lethalweapon, or breach of trust/fiduciary responsibility or which raises concerns about building, system or personalsecurity or is otherwise job-related, the Contractor shall not assign that employee to any Commonwealth facilities,shall remove any access privileges already given to the employee and shall not permit that employee remote accessunless the Commonwealth consents to the access, in writing, prior to the access. The Commonwealth may withholdits consent in its sole discretion. Failure of the Contractor to comply with the terms of this Section on more than oneoccasion or Contractor's failure to appropriately address any single failure to the satisfaction of the Commonwealthmay result in the Contractor being deemed in default of its Contract.

c. The Commonwealth specifically reserves the right of the Commonwealth to conduct background checks over andabove that described herein.

d. Access to certain Capitol Complex buildings and other state office buildings is controlled by means of cardreaders and secured visitors' entrances. Commonwealth contracted personnel who have regular and routine businessin Commonwealth worksites may be issued a photo identification or access badge subject to the requirements of thecontracting agency and DGS set forth in Enclosure 3 of Commonwealth Management Directive 625.10 Amended(January 30, 2008) Card Reader and Emergency Response Access to Certain Capitol Complex Buildings and OtherState Office Buildings The requirements, policy and procedures include a processing fee payable by the Contractorfor contracted personnel photo identification or access badges.

V.45 CONTRACT-037.1b Confidentiality (Oct 2006)

The Contractor agrees to protect the confidentiality of the Commonwealth's information. The Commonwealth agreesto protect the confidentiality of Contractor's confidential information. In order for information to be deemed to beconfidential, the party claiming confidentiality must designate the information as "confidential" in such a way as togive notice to the other party. The parties agree that such confidential information shall not be copied, in whole orin part, except when essential for authorized use under this Contract. Each copy of such confidential informationshall be marked by the party making the copy with all notices appearing in the original. Upon termination orcancellation of this Contract or any license granted hereunder, the receiving party will return to the disclosing partyall copies of the confidential information in the receiving party's possession, other than one copy, which may bemaintained for archival purposes only. Both parties agree that a material breach of these requirements may, afterfailure to cure within the time frame specified in this Contract, and at the discretion of the non-breaching party,result in termination for default.

The obligations stated in this Section do not apply to information:

i. already known to the recipient at the time of disclosure;

ii. independently generated by the recipient and not derived from the information supplied by the isclosingparty;

iii. known or available to the public, except where such knowledge or availability is the result of unauthorizeddisclosure by the recipient of the proprietary information;

iv. disclosed to the recipient without a similar restriction by a third party who has the right to make suchdisclosure; or

Page 38

v. required to be disclosed by the recipient by law, regulation, court order, or other legal process.

V.46 CONTRACT-045.1 Insurance - General (Dec 12 2006)

The Contractor is required to have in place during the term of the Contract and any renewals or extensions thereof ,the following types of insurance, issued by companies acceptable to the Commonwealth and authorized to conductsuch business under the laws of the Commonwealth of Pennsylvania:

A. Worker's Compensation Insurance for all of the Contractor's employees and those of any subcontractor,engaged in work at the site of the project as required by law.

B. Public Liability and Property Damage Insurance to protect the Commonwealth, the Contractor, and anyand all subcontractors from claims for damages for personal injury (including bodily injury), sickness ordisease, accidental death and damage to property including the loss of use resulting from any propertydamage, which may arise from the activities performed under the Contract or the failure to perform under theContract, whether such performance or non-performance be by the Contractor, by any subcontractor, or byanyone directly or indirectly employed by either. The minimum amounts of coverage shall be $250,000 perperson and $1,000,000 per occurrence for bodily injury, including death, and $250,000 per person and$1,000,000 per occurrence for property damage. Such policies shall be occurrence rather than claims-madepolicies and shall not contain any endorsements or any other form designated to limit and restrict any actionby the Commonwealth, as an additional insured, against the insurance coverage in regard to work performedfor the Commonwealth.

Prior to commencement of the work under the Contract and at each insurance renewal date during the term of theContract, the Contractor shall provide the Commonwealth with current certificates of insurance. These certificatesor policies shall name the Commonwealth as an additional insured and shall contain a provision that the coverage'safforded under the policies will not be cancelled or changed until at least thirty (30) days written notice has beengiven to the Commonwealth.

The Commonwealth shall be under no obligation to obtain such certificates from the Contractor(s). Failure by theCommonwealth to obtain the certificates shall not be deemed a waiver of the Contractor's obligation to obtain andfurnish certificates. The Commonwealth shall have the right to inspect the original insurance policies.

V.47 CONTRACT-051.1 Notice (Dec 2006)

Any written notice to any party under this Contract shall be deemed sufficient if delivered personally, or byfacsimile, telecopy, electronic or digital transmission (provided such delivery is confirmed), or by a recognizedovernight courier service (e.g., DHL, Federal Express, etc.) with confirmed receipt, or by certified or registeredUnited States mail, postage prepaid, return receipt requested, and sent to following:

a. If to the Contractor: the Contractor's address as recorded in the Commonwealth's Supplier Registrationsystem.

b. If to the Commonwealth: the address of the Issuing Office as set forth on the Contract.

V.48 CONTRACT-052.1 Right to Know Law (Feb 2010)

Page 39

a. The Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101-3104, (“RTKL”) applies to this Contract. For thepurpose of these provisions, the term “the Commonwealth” shall refer to the contracting Commonwealth agency.

b. If the Commonwealth needs the Contractor’s assistance in any matter arising out of the RTKL related to thisContract, it shall notify the Contractor using the legal contact information provided in this Contract. The Contractor,at any time, may designate a different contact for such purpose upon reasonable prior written notice to theCommonwealth.

c. Upon written notification from the Commonwealth that it requires the Contractor’s assistance in responding to arequest under the RTKL for information related to this Contract that may be in the Contractor’s possession,constituting, or alleged to constitute, a public record in accordance with the RTKL (“Requested Information”), theContractor shall:

1. Provide the Commonwealth, within ten (10) calendar days after receipt of written notification, access to,and copies of, any document or information in the Contractor’s possession arising out of this Contract that theCommonwealth reasonably believes is Requested Information and may be a public record under the RTKL; and

2. Provide such other assistance as the Commonwealth may reasonably request, in order to comply with theRTKL with respect to this Contract.

d. If the Contractor considers the Requested Information to include a request for a Trade Secret or ConfidentialProprietary Information, as those terms are defined by the RTKL, or other information that the Contractor considersexempt from production under the RTKL, the Contractor must notify the Commonwealth and provide, within seven(7) calendar days of receiving the written notification, a written statement signed by a representative of theContractor explaining why the requested material is exempt from public disclosure under the RTKL.

e. The Commonwealth will rely upon the written statement from the Contractor in denying a RTKL request for theRequested Information unless the Commonwealth determines that the Requested Information is clearly not protectedfrom disclosure under the RTKL. Should the Commonwealth determine that the Requested Information is clearlynot exempt from disclosure, the Contractor shall provide the Requested Information within five (5) business days ofreceipt of written notification of the Commonwealth’s determination.

f. If the Contractor fails to provide the Requested Information within the time period required by these provisions,the Contractor shall indemnify and hold the Commonwealth harmless for any damages, penalties, costs, detriment orharm that the Commonwealth may incur as a result of the Contractor’s failure, including any statutory damagesassessed against the Commonwealth.

g. The Commonwealth will reimburse the Contractor for any costs associated with complying with these provisionsonly to the extent allowed under the fee schedule established by the Office of Open Records or as otherwiseprovided by the RTKL if the fee schedule is inapplicable.

h. The Contractor may file a legal challenge to any Commonwealth decision to release a record to the public withthe Office of Open Records, or in the Pennsylvania Courts, however, the Contractor shall indemnify theCommonwealth for any legal expenses incurred by the Commonwealth as a result of such a challenge and shall holdthe Commonwealth harmless for any damages, penalties, costs, detriment or harm that the Commonwealth mayincur as a result of the Contractor’s failure, including any statutory damages assessed against the Commonwealth,regardless of the outcome of such legal challenge. As between the parties, the Contractor agrees to waive all rightsor remedies that may be available to it as a result of the Commonwealth’s disclosure of Requested Informationpursuant to the RTKL.

i. The Contractor’s duties relating to the RTKL are continuing duties that survive the expiration of this Contract andshall continue as long as the Contractor has Requested Information in its possession.

Page 40

Page 1 of 19

STATEMENT OF WORK

EQUIPMENT MAINTENANCE PROGRAM (EMP)

6100020525

I. SCOPE OF WORK

1. Overview: It is the intent of this solicitation to establish a statewide contract for a comprehensive

management program for full service maintenance agreements on selected pieces of Commonwealth

equipment as listed in Appendix B, List of Current Covered Assets. The benefits of this consolidation

are reduced cost, increased accountability, increased management control, and improved coverage, with

the ability to utilize the same third party service providers that had previously maintained the equipment.

Original Equipment Manufacturer (OEM) or OEM-recommended providers will be included under the

terms of this contract. It is not expected that the selected Supplier will actually perform the

equipment maintenance services (Services), but will manage the Services for a per item contract

price, i.e., the cost for each selected piece of equipment covered under contract. End-using agencies

may select the third party maintenance service providers that will service their equipment with no

limitations. Appendix C, Historical Volume of Service Calls provides the historical volume of

monthly service calls for 2010 and 2011.

All state agencies under the Governor’s jurisdiction will be required to use this mandatory statewide

contract. Other state agencies and local public procurement units (COSTARS members) within the

geographic limits of the Commonwealth of Pennsylvania may utilize the resulting contract on an

elective basis as well as other states, provided the selected Supplier agrees to participate in the

COSTARS Program (See Appendix D).

2. Equipment Covered: The Commonwealth reserves the right to decide which types of equipment will

be included and/or will remain in the program.

Meaning of “Equipment:” Except as excluded below, the term “equipment” refers to

Commonwealth agencies’ inventories of fixed assets other than land, buildings, improvements to land or

buildings, or fixtures. This includes, but is not limited to, machinery within the following general

categories:

Communications Equipment

Environmental Equipment

Food Equipment Machinery

Laboratory/Research Equipment

Mail Room Equipment

Material Handling Equipment

Medical Equipment

Office Equipment

Processing Equipment

Printing Equipment

Equipment categories may be added or deleted during the contract period at the Commonwealth’s

discretion, including but not limited to the excluded categories listed below.

Page 2 of 19

Exclusions. The following equipment exclusions apply:

A. Motor vehicle maintenance activities: The Commonwealth operates its own vehicle fleet

maintenance shops to provide routine maintenance for state-owned motor vehicles. The

scope of services solicited under this IFB does not include services provided by the vehicle

fleet maintenance shops or any contract awarded by the Department of General Services

(DGS) related to the operation and/or maintenance of state-owned motor vehicles.

B. Third Party Information Technology (IT) Hardware Maintenance: The Commonwealth

has a statewide contract for third party IT hardware maintenance. Items covered under the

statewide contract and which will not be covered by this IFB include, but are not limited to:

Printers - Specialized

Printers - Multi-Function

Printers – Multi-Function with consumable repair parts

Printers - Inkjet with consumable repair parts

Printers – Laser with consumable repair parts

Printers – Thermal with consumable repair parts

C. Digital Production Equipment: The Commonwealth has a statewide contract for the

maintenance of Digital Production Equipment, which will not be covered by this IFB.

D. Equipment Outside of Agencies’ Control and Responsibility: Many facilities occupied

by Commonwealth agencies are managed by private lessors on a full-service basis.

Equipment in these facilities outside of the control and responsibility of Commonwealth

agencies will not be covered by this IFB.

E. Other Equipment: Items not covered under this IFB include but are not limited to:

Agricultural - grounds-keeping type power equipment

Construction - heavy duty type equipment/machinery

Electrical goods

Light duty electrical equipment

Engine or turbines

Tanks

Water storage vessels

3. Equipment Maintenance Program Requirements: The selected Supplier will perform equipment

maintenance on approximately 1,376 pieces of Commonwealth owned equipment in approximately 500

locations throughout the Commonwealth (See Appendix B). Please refer to the EQUIPMENT

MAINTENANCE PROGRAM REQUIREMENTS section of this Statement of Work for a full

description of the Services and contract requirements.

Page 3 of 19

II. BID SUBMISSION REQUIREMENTS

Suppliers should reference Appendix E, Bid Requirements Checklist to ensure that they complete and

submit all the documents required for this IFB with their electronic bid response via the PA Supplier Portal

(www.pasupplierportal.state.pa.us).

1. Bidder and Personnel Experience Requirements.

A. Company Experience: The Bidder must submit documentation demonstrating that it has at least

three (3) years of experience in managing an EMP program of similar size and scope as described in

this IFB. The Bidder must submit three (3) letters of reference from clients/customers

knowledgeable of the Bidder’s performance in providing EMP Services of similar size and scope as

described in this IFB. The Bidder must complete and submit Appendix F, Reference Contact List

with its bid response via the PA Supplier Portal. The references provided will be contacted by DGS.

DGS reserves the right to review and consider other clients of the Bidder in addition to those

provided and to consider the other clients’ records of service in evaluating the Bidder’s response.

B. Organizational Chart: The Bidder must submit an Organizational Chart showing all levels of

management down to the Network Administrator that will be involved throughout the entire length

of the contract with its bid response via the PA Supplier Portal.

C. Key Professional Personnel: The Bidder must name at least three (3) dedicated project

administrators who will be assigned to the Commonwealth for the duration of the contract to provide

management services for the EMP contemplated by this IFB.

They shall be a:

1. Project Manager who will be assigned to oversee the operation of the entire contract. It is

expected that the Project Manager will be available to the DGS Contract Administrator full

time during the entire length of the contract. The Project Manager may only be changed

during the contract period upon providing the Commonwealth sixty (60) days advance

written notice.

2. Account Manager who will handle the day-to-day operations of the resulting contract. The

Account Manager shall be available Monday through Friday during normal business hours to

provide any requested assistance.

3. Network Administrator who will work closely with Commonwealth, Office of

Administration (OA) to resolve any connectivity issues that may arise for the

Commonwealth’s Remedy Ticket System.

The Bidder must submit Resumes for all key professional personnel:

Full Name (First, Middle, Last)

Educational Background

Years of experience

Employment history particularly as it relates to the requirements of the IFB.

Number of years experience with providing the types of services sought by the IFB.

The level of technical experience in providing the types of service sought by the IFB.

The following contact information must also be included:

Page 4 of 19

Name, title, physical location, city, state, zip code, email address, telephone number and fax number.

This information must be submitted with the Bidder’s response via the PA Supplier Portal.

D. Professional Job Descriptions: The Bidder must submit Job Descriptions for all personnel

classifications that will participate in the EMP with its bid response via the PA Supplier Portal.

2. Third Party Service Providers: The Commonwealth requires that a formal signed agreement exist

between the Bidder and proposed third party service providers. The Bidder must provide a list of any

third party services providers who will not provide equipment maintenance services under a contract

with the Bidder.

3. Financial Information: The Bidder must include with its bid response audited financial statements for

the last three (3) years to include Balance Sheets and Income Statements. Annual Federal Tax Returns

documents will not be accepted. Information must be submitted via the PA Supplier Portal. Bidders that

are publicly traded companies do not have to attach financial data via the PA Supplier Portal but can

submit the direct web link to the company’s financial data.

4. Cost Pricing Sheet: The Bidder must complete and submit Appendix G, Cost Pricing Sheet with its

bid response via the PA Supplier Portal. All percentage discounts shall be firm fixed for the life of the

contract. The percentage discount proposed shall be applied to the current corrective/preventative

maintenance agreement cost, or if not currently covered, from a quote from an authorized service

provider that is acceptable to the end-using agency. The resulting premiums shall cover all equipment

repairs/maintenance, selected Supplier’s services, fees and expenses. The Commonwealth shall not pay

nor be liable to the selected Supplier for any costs other than the premium costs. The selected Supplier

is solely responsible for all amounts owed to third party service providers. The Commonwealth shall

not be liable for any other cost to satisfy the IFB requirements. The selected Supplier shall be

responsible for any other costs.

The Commonwealth reserves the right to request that any or all Bidder(s) document and submit

its methodology for establishing its Discount Percentage/Cost once all bids are accepted via the PA

Supplier Portal and prior to posting the Bid Tab to the Commonwealth’s eMarketplace

(www.emarketplace.state.pa.us) website.

NOTE: With exceptions not applicable here, PA law prohibits a state agency from purchasing

insurance directly to protect against risks associated with the state ownership or operation of real

and personal property. Accordingly, the Commonwealth cannot consider bid proposals which

would involve the purchase or application of insurance products by DGS or using agencies.

Suppliers, however, are free to underwrite their obligations under any contract resulting from this

IFB through third-party insurers.

RECEIPT AND OPENING OF BID: Bids must be submitted via the PA Supplier Portal prior to the

bid closing date and time fixed in the IFB-Invitation for Bid. Late bids or faxes will not be considered.

Note: If any of the required forms are not provided at submission of bid, your Bid may be rejected.

METHOD OF AWARD: Award will be made to the responsive and responsible Bidder meeting the

eligibility requirements and offering the greatest percentage discount as specified on Appendix G, Cost

Pricing Sheet.

Page 5 of 19

POINT OF CONTACT: The issuing Office is the sole point of contact for this IFB.

Please refer all inquiries to:

Syline Shingara

Department of General Services

Bureau of Procurement

Forum Place – 6th Floor, Bid Room

555 Walnut Street

Harrisburg, PA 17101-1914

Email: [email protected]

Telephone No: 717-346-3833

Fax: 717-214-9505

III. EQUIPMENT MAINTENANCE PROGRAM REQUIREMENTS

The Commonwealth expects this EMP to benefit Commonwealth agencies, the clients of

Commonwealth agencies, and PA taxpayers. The Commonwealth intends to improve upon equipment

maintenance techniques currently in use by implementing to the greatest degree possible best practices

in the industry, and establishing a model for consideration by other states and local governments via the

Commonwealth’s COSTARS Program.

It is expected that the selected Supplier that receives a contract pursuant to this IFB will work closely

with and assist the DGS Contract Administrator and end-users to:

Generate cost savings associated with the maintenance of state-owned or operated

equipment.

Increase agency productivity and efficiency by reducing equipment downtime.

Maximize the long-term investment of state and federal dollars in equipment obtained for

the use of Commonwealth agencies.

The following requirements apply to the EMP program:

1. Statewide Coverage: The selected Supplier must be able to provide Services throughout the

Commonwealth of Pennsylvania. The selected Supplier shall provide a Statewide Coverage Plan

within thirty (30) days of contract award reflecting the area and number of service technicians

proposed to satisfy all requirements set forth in the Statement of Work (SOW) to maintain the

Service Level Agreements (SLAs) specified in Appendix H. The Plan must provide a listing of

all permanently assigned technicians, per county. Refer to Appendix I, PA County Map.

2. Capitol Complex: The selected Supplier must provide at least three (3) service technicians who

will be available during Principal Period of Maintenance (PPM) hours to service the equipment

located in the Capitol Complex area. Refer to Appendix J, Capitol Complex Map.

3. Dispatching Center: The selected Supplier must have a Dispatching Center responsible for

handling service tickets during both Principle Period of Maintenance (PPM) and Outside

Principle Period of Maintenance (OPPM). Commonwealth defines PPM as the coverage

Page 6 of 19

timeframe the third party service provider is responsible for repairing Commonwealth equipment

under contract. Any service performed outside of the Second Business Day (SBD) and Next

Business Day (NBD) is considered by the Commonwealth as OPPM. The Commonwealth

requires the ability to escalate/de-escalate equipment among Coverage Types at any time to meet

the IFB/contract requirements.

4. Dispatching Services:

Remedy IT Service Management system is the Commonwealth’s standard for Enterprise Asset,

Change and Service Desk Management. Requests for maintenance will be created in the

Enterprise Remedy system by agency end users and service desk individuals. The

Commonwealth will allow one of the following two (2) options to be utilized by the selected

Supplier for this contract:

Option 1: The selected Supplier utilizes the Enterprise Remedy environment exclusively based

on the following guidelines:

i. Supplier personnel will be notified via email when help desk cases are assigned to the

selected Supplier. These help desk cases can then be forwarded or assigned to

appropriate Supplier personnel. The selected Supplier will be responsible to acquire

licenses for access to the Enterprise Remedy environment by contacting Service

Integration Support personnel who support the Enterprise Remedy environment.

ii. Appropriate Supplier personnel will have on-line access from Supplier’s location(s) to

the Enterprise Remedy system to view, modify, and resolve service desk cases.

iii. Service Level Agreements will be captured for each priority defined, if applicable.

iv. Service Integration Support personnel will provide selected Supplier with appropriate

documentation on data required to set selected Supplier up in the Enterprise Remedy

environment.

v. Thorough documentation will be provided describing the Remedy system, business

processes, escalation procedures, data models, data extraction, and reporting procedures

related to the Enterprise Remedy environment.

Option 2: The selected Supplier has or will acquire their own ticketing/Dispatch system and

tickets will be shared utilizing a web service/XML based on the following guidelines:

i. The Web Services (XML) option allows data to pass between the Enterprise Remedy

server and the selected Supplier’s choice of Service Desk/Dispatch system. The web

services in this scenario will be utilized to pass Service Desk Case information between

the Enterprise Remedy server and the selected Supplier’s System.

ii. The Commonwealth will provide necessary guidelines and specifications for setting up

the Web Service process by providing a back end form to use for the ease of mapping and

to eliminate security risks. Also included in this document are the requirements to set up

web services.

iii. The selected Supplier will need to have a Web Service/XML subject matter

expert/Developer to configure and maintain their own environment and work with

Page 7 of 19

Service Integration Support personnel to implement based on the guidelines and

specifications document provided.

iv. The Web service is available from the Internet; however, the selected Supplier must have

a network administrator to work closely with the Office of Administration (OA) to

resolve any connectivity issues that may arise.

In the event the Enterprise Remedy System would be non-operational for a period of time, the

Dispatching Center must have a toll free number for use by the Commonwealth agencies for

placing service tickets via telephone and a Supplier-supplied, on-line service ticket notification

system. The Dispatch Center will then enter the tickets into the Enterprise Remedy System and

notify the agency of the ticket number. The toll free number must be supported by a number of

telephone lines and telephone operators sufficient to meet the needs of Commonwealth.

The Commonwealth requires that the Dispatching Center includes a complete dispatching

capability. This would include, but not be limited to, the following: individuals with the

necessary technical training to understand and screen service tickets; an automated system for

logging, tracking, and closing service tickets; an on-line service ticket notification system; and

an effective system of communications for relaying tickets to service technicians, or dispatching

service technicians.

Any COSTARS entities that utilize the awarded contract will set up a method for entering

services tickets that will be agreed upon by the COSTARS entity and the selected Supplier.

The selected Supplier shall provide its Integration Plan for integrating with the

Commonwealth’s Remedy Action Request System within thirty (30) days of contract award.

5. Information Technology Standards: The selected Supplier must comply with the

Commonwealth’s Information Technology Standards and Policies issued by the Governor’s

Office of Administration, Office for Information Technology (OA/OIT) for the Commonwealth

Enterprise. To view the Commonwealth’s Information Technology Management Directives,

Policies and Bulletins go to:

http://www.oa.state.pa.us/portal/server.pt/community/policies_and_procedures/416/information_

technology_bulletins/210791

6. Transition:

The selected Supplier shall provide an Implementation Plan and Timeline for transitioning

equipment into the new maintenance program within thirty (30) days of contract award. The

Plan must include quality measures and performance standards for the program and how it will

be monitored and reported.

The selected Supplier shall:

• Support and assist agencies in coordinating their implementation

• Transition equipment from current program to new program

• Provide assistance with identifying equipment

• Assist in the collection of contracts

• Perform physical inventory

• Tag equipment

Page 8 of 19

Existing contracts are to be identified and recommended for cancellation as necessary and in

allowable time frames. Some existing contracts may remain, as the program may not be

applicable to all situations. The selected Supplier must not add any equipment to the program

until written approval is granted in writing by the participating agency.

7. Consumables Exclusions: Supplies available through the Commonwealth’s statewide Office

Supplies contract, i.e. toner, developer, fuser oil and drums for fax machines, etc., will not be

covered under any maintenance agreement setup under this contract.

8. Coverage Types: The on-site maintenance performed shall include:

All preventive maintenance (PM) (including consumable parts and supplies necessary to

perform PM) per OEM schedules

Corrective repair(s) parts (excluding consumables supplies unless agency approves in

writing for a given situation)

Labor and Travel necessary to maintain the equipment in good operating condition.

Quotes for “mission critical” equipment include more stringent time sensitive requirements as

detailed in Appendix H, Service Level Agreement (SLAs).

i. Mission Critical Coverage:

Mission Critical refers to any factor of the Commonwealth’s Equipment Maintenance

Program (EMP) which will result in the failure of business operations. That is, it is

critical to the Commonwealth’s 'mission' and, without it, the Commonwealth and/or the

end-using agency cannot maintain operations that it is required to perform.

MC7 coverage will be effective seven (7) days per week, 24 hours per day, with

Commonwealth Holiday coverage and a Response Time (RT) of two (2) hours and a

Solution Time (ST) of four (4) hours.

MC5 coverage will be effective five (5) days per week, from 5:00 A.M. ET to 5:00 P.M.

ET, with Commonwealth Holiday coverage and a RT of two (2) hours and a ST of four

(4) hours.

ii. Non-Critical Coverage:

Next Business Day (NBD) coverage will be effective five (5) days per week, from 5:00

A.M. ET to 5:00 P.M. ET, with no Commonwealth Holiday coverage, and a RT of two

(2) hours and a ST of 24 hours.

Second Business Day (SBD) coverage will be effective five (5) days per week, from

5:00 A.M ET to 5:00 P.M. ET, with no Commonwealth Holiday coverage, and a RT of

two (2) hours and a ST of 48 hours.

9. On-Site Response Time, Repair Service: The selected Supplier must meet the average

response time (ART) presented in the original Commonwealth equipment’s OEM service

providers’ contract terms and conditions.

Page 9 of 19

10. Educational/Training Program(s): The selected Supplier shall provide a training program

which provides the necessary education to end-users with a clear understanding of the

maintenance program's benefits and limitations and which shall include Remedy Ticket training.

DGS reserves the right to approve in advance of distribution any and all training materials that

will be provided to the end-user, regardless of the method of distribution. The selected Supplier

shall be responsible for all costs associated with the training and educational program including

development and printing costs. The selected Supplier shall provide a Training Program Plan

within thirty (30) days of contract award.

11. Third Party Maintenance/Repair Service Providers: Agencies shall be allowed to designate

the maintenance/repair provider of their choice.

12. Tagging Equipment: The selected Supplier within five (5) days to ten (10) days of contract

award shall provide the DGS Contract Administrator with a sample of the selected Supplier’s

“equipment tag” which shall include but shall not be limited to:

Company name

Company telephone number

Tag number

Once approved by the DGS Contract Administrator, the selected Supplier shall tag each piece of

Commonwealth equipment included in the program, with an identification number, which will be

referenced on the Supplier’s quote and used to place equipment service requests.

13. On-Site Response Time, Repair Service Tracking System: The selected Supplier shall

provide an equipment maintenance web-based reporting tool to track all equipment repair

history.

i. The selected Supplier shall provide the DGS Contract Administrator the capability to

access all Commonwealth data contained in its web-based reporting tool for the EMP

Program.

ii. The selected Supplier shall provide the end-user with the capability to access the selected

Supplier’s web-based reporting tool but the end-user’s access will be limited to its own

agency data.

14. Service Delivery Process: The selected Supplier must provide a service delivery process that

will include but are not limited to:

i. A Dispatch Repair Order to the third party service provider

a.) The selected Supplier’s Dispatcher will contact its third party service provider and

provide the third party service provider with the following information:

Purchase order number

End-user contact information

Tag Number

Issue-at-hand

Page 10 of 19

Third party service provider will contact end-user with an estimated date and

time of arrival (ETA) and third party service provider technician’s contact

information

Third party service provider technician will contact the Supplier upon arrival

at end-user service site location to log-in service date and time

ii. Confirmation that the third party service provider technician arrived on-site to make

requested repair(s) on a pre-scheduled date and time

iii. Third party service provider repair monitoring

The Dispatcher must tell the end-user that the end-user is required to collect a

“Third Party Service Provider Report” from the third party service provider’s

technician once the equipment is repaired and/or prior to the technician leaving

the site. The third party service technician must sign the “Third Party

Service Provider’s Report” prior to leaving the end-user repair site.

iv. Confirmation that the end-user is satisfied with the third party service provider repair(s)

Once repair is complete the third party service provider technician will have end-

user sign the Third Party Service Provider Report that the repair is complete to

the end-user’s satisfaction.

v. Third Party Service Provider Report documenting sign-off that all repairs have been

made to the end-user’s satisfaction

The selected Supplier will follow up with the third party service provider and end-

user to confirm that repair has been performed and the equipment is working to

satisfactory standards within five (5) business days of repair completion.

vi. Third party service provider invoice processing

vii. A managed payment process to its third party service providers

viii. A third party service provider repair order close-out process

ix. A monthly web-based report of all service calls made by end-users and their status shall

be sent to the DGS, Contract Administrator which will include but not be limited to:

Agency

End-user name

Tag Number

Date service call recorded

Description of repair(s) required

Status

15. Replacement Parts: The maintenance provided must include all replacement parts that are

equal to or better than O.E.M specifications. Any permanent replacement of parts must be

warranted per O.E.M specifications.

Page 11 of 19

16. Software Reloading: All servicing technicians must have the skills required to reload all

software so that Commonwealth equipment is restored to the level of operability and/or network

connectivity that existed prior to the equipment failure. Prior to reloading any software, the

selected Supplier agrees to verify the process with the end-user. End-users may choose to have

this function performed by agency personnel. The selected Supplier also agrees not to install any

software on any Commonwealth equipment that is not properly licensed to the Commonwealth.

17. Service Level Agreements (SLAs) (Appendix H): The Commonwealth defines equipment

maintenance as a service to contract covered equipment to enable it to perform in the manner it

was designed. Maintenance includes, but will not be limited to: problem diagnosis, fault

isolation, fault repair, reloading of all software, system validation and certification. Maintenance

service will take place on-site by a qualified service technician. On-site maintenance is defined

as the in-person visit to a Commonwealth end-user location by the selected Supplier’s technician

to perform the repair.

The Commonwealth defines Response Time (RT) as the maximum time to respond, from when a

call is placed or an electronic ticket is created – until the end user receives notification that the

selected Supplier received the call/ticket and an estimated time of arrival (ETA) for the service

technician.

The Commonwealth defines Solution Time (ST) as the total elapsed time from when a call/ticket

is placed to the selected Supplier’s Dispatching Center for maintenance service until the repair is

completed by the third party service technician and the equipment is certified as operable and

accepted by the Commonwealth end-user. Thus, ST includes both RT and time to repair the

equipment.

The selected Supplier agrees to meet the average response time (ART) presented in the original

Commonwealth equipment’s OEM service providers’ contract terms and conditions.

The selected Supplier shall monitor its third party service technician’s RT and will implement a

mutually agreeable (selected Supplier and DGS Contract Administrator) Corrective Action Plan

if the Average Response Time (ART) exceeds 4 hours per third party service provider repair

order for any three (3) month contract period.

In addition to compliance with the terms and conditions of this IFB and resulting contract, the

selected Supplier agrees to meet the SLAs specifically stated in Appendix H, Service Level

Agreement (SLAs).

LIQUIDATED DAMAGES: The selected Supplier agrees to the performance measures set

forth in Appendix H, Service Level Agreement (SLAs). If a performance measure is not met,

the delay will interfere with the Commonwealth’s operations. In the event of any such delay, it

would be impractical and extremely difficult to establish the actual damage for which the

Contractor is the material cause. The Commonwealth and the selected Supplier therefore agree

that, in the event of any such delay the amount of damage shall be the amount set forth in the

Liquidated Damage Assessment column of Appendix H, and agree that the selected Supplier

shall pay such amount as liquidated damages, not as a penalty. Such liquidated damages are in

lieu of all other damages arising from such delay. At the intervals specified in Appendix H,

liquidated damages shall be paid by the selected Supplier and collected by the Commonwealth

by deducting them from the invoices submitted under the contract or any other contract the

selected Supplier has with the Commonwealth, or by billing the selected Supplier as a separate

Page 12 of 19

item. To the extent that the delay is caused by the Commonwealth, no liquidated damages will

be applied. If the delays are caused by the default of a subcontractor, and if such default arises

out of causes beyond the control of both the selected Supplier and subcontractor, and without

their fault or negligence, the selected Supplier shall not be liable for liquidated damages for

delays, unless the supplies or services to be furnished by the subcontractor were obtainable from

other sources in sufficient time to permit the selected Supplier to meet the required performance

measure.

18. Substitute Equipment: The selected Supplier shall provide functionally equivalent substitute

equipment at no cost to the Commonwealth if corrective repairs cannot be completed within

three (3) business days from the date the end-user submitted the request for the repair. End-users

will make the determination if this coverage is required, if not already stated in the current OEM

Contract Terms and Conditions document.

A monthly web-based report shall be provided to the DGS Contract Administrator by the

selected Supplier within ten (10) days after each month listing all substitute equipment provided

to end-users which shall include but not be limited to:

Date end-user requested substitute equipment

Date end-user submitted repair order

End-user name

End-user telephone number

End-user e-mail address

Tag Number

Date replacement equipment in place

Estimated date of repair completion

Date equipment returned

End-user sign-off date

19. Obsolete/Deleted Equipment: Equipment may be deleted during the coverage period with

DGS approval. The selected Supplier and/or end-user shall provide the DGS Contract

Administrator with a written request and justification on why any piece of equipment should be

removed from the active equipment list. Once the deletion of the equipment is approved by the

DGS Contract Administrator, the DGS Contract Administrator will notify the selected Supplier

and end-user that the equipment has been approved to be deleted from the EMP. The DGS

Contract Administrator will notify both parties within five (5) business days of a submitted

request whether deletion of the equipment is approved.

A monthly web based report shall be provided to the DGS Contract Administrator by the

selected Supplier within ten (10) days after each month listing all equipment designated as

“Obsolete” and/or “Deleted” which shall include:

Date Obsolete and/or Deleted Item requested to be removed from Equipment List

Responsible agency

Tag Number

Date entered to equipment list

Date removed from agency inventory

Justification for its removal

Date DGS Contract Administrator approved equipment deletion

Date removed from Commonwealth inventory list.

Page 13 of 19

20. Service Call Escalation and Resolution Process: The selected Supplier shall provide a Service

Call Escalation and Resolution Process which places emphasis on restoring functionality for the

end-user. The process shall include notification to end-users, agency help desk personnel (where

applicable) and the DGS Contract Administrator at each step in the process. The process shall

include action by the selected Supplier’s management at each step in the process. The

Commonwealth requires the service call escalation and resolution process to begin at fifty

percent (50%) of the ST and continue until equipment functionality has been restored to the end

user and the service call has been closed. The Commonwealth requires the service call escalation

and resolution process to apply to all service calls. The process should include an automatic

notification of the selected Supplier’s management when service calls remain open beyond the

SLA ST.

The selected Supplier shall promptly provide a Service Call Escalation Acknowledgement to the

DGS Contract Administrator and end-users within two (2) business days of a service call

reaching the escalation stage (50% of ST). Information provided to the DGS Contract

Administrator and end-user shall include but not be limited to:

Date End-User requested repair

End-User Name

End-User Telephone Number

End-User E-Mail Address

Date of Service Call Escalation

Tag Number

Specific Issue at hand

The selected Supplier shall provide within thirty (30) days of contract award a Service Call

Escalation and Resolution Process including flow charts with detail for service tickets which

must meet the required ST for the ticket.

The selected Supplier shall provide a web-based Service Call Escalation and Resolution Report

to the DGS Contract Administrator within ten (10) days after the last day of each month showing

the status of all service calls which reached the escalation stage.

21. Service Provider Notification: The selected Supplier shall provide the service provider with a

“Billing Letter” on behalf of the Commonwealth agency (per quote/equipment put on program).

This letter shall state that the Commonwealth agency has contracted with “Selected Supplier’

name and Dispatch Program name” for a managed maintenance program, which will include

details of the equipment program. The selected Supplier will work with the DGS Contract

Administrator on the specifics of the “Billing Letter.” The Billing Letter shall be completed

within the first thirty (30) days of contract award.

22. End-User Program Survey: The DGS Contract Administrator will provide the selected

Supplier with end-user contact information within thirty (30) days after contract award. The

end-user contact information shall include but not be limited to:

List of participating agencies

End-user names (last, first, middle initial)

End-user physical locations (agency, building, street address, city and zip code)

Page 14 of 19

End-user E-mail addresses

End-user telephone numbers

The selected Supplier shall conduct an End-User Program Survey of all participating agencies

every six (6) months. End-User Program Surveys shall be emailed to all assigned agency end-

users within five (5) business days following each semi-annual period following the contract

execution date.

The End-User Survey responses shall be e-mailed back by each end-user to the selected Supplier

within ten (10) business days of mailings.

A semi-annual End-User Survey Report shall be sent by the selected Supplier to the DGS

Contract Administrator within forty-five (45) days following each semi-annual period.

Information to be provided in this report shall include but not be limited to the following:

Date of Survey

Names of the agencies receiving the End-User Survey

Total number of surveys sent

Total number of surveys returned

Copies of all completed End-User Surveys in one pdf file

23. Waivers: The selected Supplier may provide a waiver for equipment that is determined not to

be eligible for the program to the end-users, but only after the DGS Contract Administrator

approves the waiver in writing. A waiver will be provided only when equipment cannot be

covered under the contract due to circumstances outside the selected Supplier’s control.

All contract waivers are to be recorded and tracked for the full contract term via a continuous

web-based report by the selected Supplier. The selected Supplier shall provide the DGS

Contract Administrator access to a continuous web-based monthly report of all equipment

waivers.

The Waiver Report shall include but not be limited to:

Tag Number

Date waiver granted by DGS Contract Administrator

Justification for waiver

24. Equipment Quote Requirements:

i. The selected Supplier will use OEM Terms and Conditions to quote a full coverage service

maintenance agreement. The Commonwealth agencies will have the option to choose limited

coverage which excludes supplies/materials used by the third party service provider while

repairing or maintaining the equipment. For those agencies choosing limited coverage, a

separate invoice for supplies/materials used by the third party service provider while

repairing or maintaining the equipment must be provided by the selected Supplier on an as

needed basis. Agencies will pay for these expenses using the Commonwealth Purchasing

Card (P-Card).

ii. The selected Supplier shall provide a fixed annual or monthly amount for providing any

maintenance or repair for all covered Commonwealth owned equipment in accordance with

Page 15 of 19

its contracted percentage discount, applied to the current corrective/preventative maintenance

agreement cost, or if the equipment is not currently covered, from a quote from an authorized

service provider that is acceptable to the end-using agency.

iii. For equipment that is transitioned from the current EMP, the selected Supplier will either

match the current EMP rate or provide a discounted rate from the OEM or Independent

Authorized Services Providers Agreement rate by applying the selected Supplier’s contract

percentage discount. This rate shall include any necessary consumables, with the exclusion

of toner, fuser oil, developer and/or drums for fax machines.

iv. The selected Supplier will evaluate additional or new equipment for inclusion in the program

prior to adding to the program. The equipment once accepted will be added to the program

by applying the contracted percentage discount to the quoted OEM or other authorized third

party service provider preventative maintenance agreement price.

v. The selected Supplier must provide maintenance quotes to the agencies within five (5)

business days. Exceptions to this may include but is not limited to:

Maintenance quote requests that are large, complex, and may require vendor

negotiations and/or clarifications or may be missing the required documentation.

Note: The Supplier will be required to provide the agency with an estimated quote

within five (5) days of receipt of final clarification/negotiations and/or receipt of

proper documentation.

vi. Maintenance Quotes/Premiums costs will be calculated on a one (1) year or multiple year

term(s), quotes falling under this parameter will be pro-rated. Quotes will include:

Current contract cost

New contract cost

Cost savings

Location of the equipment

Tag number

Equipment description

Serial number

Make and Model of equipment

Start and end date of service coverage

Summary of coverage

Preventative Maintenance (PM) included

Number of Hours of coverage

Number of Hours Response Time (RT)

Weekend hours

Holiday hours

Overtime hours

Special Coverage Terms

vii. Service shall include all maintenance and repair for covered equipment, with no deductible.

Coverage shall include:

Preventative maintenance as recommended by the manufacturer

Page 16 of 19

Application of all OEM mandatory engineering changes

Parts, if required

Repair labor, if required

It shall not exclude:

Repairs for damages caused by power surges

Air conditioning failures

Human error or negligence.

Exclusions may apply to:

Laboratory and Research Equipment

25. Project Meetings: The selected Supplier shall schedule at a minimum, or upon request, monthly

meetings with the DGS Contract Administrator and/or End-Users to address Enterprise

Equipment maintenance issues.

26. Records, data and reports: The following records, data and reports must be maintained by the

selected Supplier and provided to the Commonwealth as set forth below or as otherwise

requested.

i. All data maintained by the selected Supplier shall be available to the DGS Contract

Administrator. The selected Supplier shall provide the DGS Contract Administrator with

unlimited access to the selected Supplier’s database for periodic reports of maintenance

and repair activity (i.e.: weekly, monthly, quarterly, semi-annual and/or ad-hoc reports) at

the Commonwealth’s request. Agency data shall be available to the end-user which will

be restricted to end-user agency data only.

ii. Records maintained by the selected Supplier shall include data fields using:

• Agency submitting repair order

• Date of original repair order

• Assigned quote numbers

• Purchase order numbers

• Tag numbers

iii. All Commonwealth data maintained by the selected Supplier for this project shall be

available to DGS. The selected Supplier shall provide DGS with access to any database

used in performance of the contract during the term of the contract and must be

transferred in usable form to the Commonwealth or a successor Supplier.

iv. Records of maintenance and repair costs shall be maintained by the selected Supplier in

sufficient detail to determine repair and/or maintenance history individually and in

aggregate for all covered equipment. EMP data shall be available for the full contract

term from contract award through contract termination date and must be transferred in

usable form to the Commonwealth or a successor Supplier.

v. Records maintained by the selected Supplier shall include date fields using relevant

Commonwealth coding, such as:

Page 17 of 19

Cost Center Codes

Organization Codes

Fund Codes

City ID Numbers

Specific Equipment Manufacturer

Model number

Serial Number

vi. Within 30 days of contract award, the selected Supplier must provide a letter of

acknowledgement verifying employees and subcontractor/third party service providers

meet the requirements referenced in the Contract Terms and Conditions, Section V.44

Contract-036.1 Background Checks. On a quarterly basis the selected Supplier must

provide an updated letter of acknowledgement.

vii. Monthly Reports. The following reports shall be provided by the selected Supplier to

the DGS Contract Administrator within ten (10) business days of the last day of the

month. Additional data, records and reports may be required by agencies and/or the DGS

Contract Administrator at any time, for any time frame in which additional detail is

required.

1) A web-based report of all service calls made by the end-users and their status as

outlined in Part IV, Section III, Paragraph 14 ix.

2) A web-based report of all “Substitute” equipment requests and their status as outlined

in Part IV, Section III, Paragraph 18.

3) A web-based report of all equipment designated as “Obsolete” and/or “Deleted” as

outlined in Part IV, Section III, Paragraph 19.

4) A web-based report of all Service Call Escalation and Resolution incidents as

outlined in Part IV, Section III, Paragraph 20.

viii. The selected Supplier shall provide to the DGS Contract Administrator a semi-annual

End-User Program Survey Report as outlined in Part IV, Section III, Paragraph 22, to be

submitted within forty-five (45) days following each semi-annual period.

ix. The selected Supplier shall provide the DGS Contract Administrator access to a

continuous web-based monthly report of all equipment waivers as outlined in Part IV,

Section III, Paragraph 23.

x. Savings Report. A quarterly progress report covering activities showing actual savings

from agency maintenance quotes will be required within ten (10) business days following

month end of the quarter and must be sent to the DGS, Contract Administrator. Refer to

Appendix “K” this is the required format for the Savings Tracker Report.

xi. Quarterly/Final Contract Usage Report: The selected Supplier is required to file a

Contract Usage Report quarterly to include but are not limited to:

Page 18 of 19

The participating agency name

Agency Purchase Order Number

Purchase Order Invoiced Amount

Purchase Order amount paid by the Commonwealth

Realized savings

The contract usage report will be required within fifteen (15) days after the end of each

quarter and an annual summary report within 45 days after the end of each annual period

thereafter with a Final Report due fifteen (15) business days before contract termination.

A draft copy of the final Contract Usage Report shall be submitted to the DGS Contract

Administrator at least thirty (30) days prior to the contract termination date for review

and approval for completeness and factual accuracy.

All web based reports shall be submitted to the DGS, Contract Administrator at:

[email protected].

All hard copy reports should be sent to:

DGS, Contract Administrator

Equipment Maintenance Program (EMP)

Forum Place, 6th

Floor, Bid Room

555 Walnut Street

Harrisburg, PA 17101-1914

27. INVOICING AND PAYMENT:

i. The selected Supplier shall instruct its third party service providers to submit their

maintenance/repair invoices directly to the selected Supplier. The selected Supplier shall

make direct payment to its third party service providers upon successful completion of

required maintenance/repair services within thirty (30) days of service repair acceptance

by the end-user. The Commonwealth at no time will make payment to the third party

service providers. Any disputes on billings from the service provider that result in

withholding payment by the selected Supplier must be communicated via email to the

DGS Contract Administrator and the requesting end-user within five (5) business days of

payment being withheld. The Commonwealth reserves the right to request proof of

payment by the selected Supplier to its third party service providers for satisfactorily

completed Services at any time during the contract period.

ii. Payment will be made at the end of each term, i.e., monthly, as provided by properly

issued agency purchase orders.

iii. Calculation of cost shall be stated in sufficient detail to allow allocation of charge by

each agency’s organization code (department). This would include identification of all

items by the agency’s property number and organization code, as well as manufacturer

serial number.

iv. The end-using agency may add or delete equipment during the contract period. Pro-rated

amounts due to or from the selected Supplier shall be included in calculation of each

immediately succeeding term payment.

Page 19 of 19

v. The Commonwealth reserves the right to negotiate further discounts or guaranteed cost

savings with increased participation on an annual basis.

vi. The selected Supplier agrees to submit the invoice for payment, in advance, by the 1st of

the month for which the services are rendered. Along with the invoice, the selected

Supplier will provide a Suppler Invoice Verification Report to assist the Comptroller with

agency billing. The selected Supplier also agrees that invoices for relocation or

reconfiguration services will be submitted separately to each end-user requesting such

services and will be paid using an Agency/End-Users Purchasing Card (P-Card).

Commonwealth of Pennsylvania Equipment Maintenance Program 

  

IMPLEMENTATION PLAN On‐Going Tasks

 IM

PLEM

ENTA

TIO

N P

LAN

O

n-G

oing

Tas

ks

Task

Nam

e Re

spon

sibi

lity

Dur

atio

n

Feb-

12

Mar

-12

Apr

-12

May

-12

Jun-

12

Jul-

12

Aug

-12

Sep-

12

Oct

-12

Nov

-12

Dec

-12

Equi

pmen

t Re

view

SU

Pro

ject

Man

ager

End-

Use

r Pr

ogra

m S

urve

y -

DG

S D

GS

End-

Use

r Pr

ogra

m S

urve

y-H

T/SU

H

T O

n-Si

te A

ccou

nt M

anag

er

Mon

thly

Rep

orts

H

T O

n-Si

te A

ccou

nt M

anag

er

Inte

grat

e w

ith

Rem

edy

IT S

ervi

ce

Man

agem

ent

Serv

ice

SU N

etw

ork

Adm

inis

trat

or

PA S

ervi

ce In

tegr

atio

n Pe

rson

nel

Tran

siti

on Im

plem

enta

tion

SU

Pro

ject

Man

ager

H

T O

n-Si

te A

ccou

nt M

anag

er

Educ

atio

n /

Trai

ning

SU

Pro

ject

Man

ager

H

T O

n-Si

te A

ccou

nt M

anag

er

Proj

ect

Mee

ting

s Q

uart

erly

/ F

inal

Co

ntra

ct

HT

On-

Site

Acc

ount

Man

ager

Usa

ge R

epor

t SU

Pro

ject

Man

ager

Savi

ngs

Repo

rt

SU P

roje

ct M

anag

er

*

Hou

r ca

lcul

atio

ns a

re:

(Num

ber

of F

TE’s

list

ed X

Tas

k Ca

lcul

ated

Hou

r =

Hou

rs S

how

n Ab

ove)

Commonwealth of Pennsylvania Equipment Maintenance Program 

  

IMPLEMENTATION PLAN & TIMELINE 

 

IMPLEMENTATION PLAN & TIMELINE

For the Commonwealth of Pennsylvania HT Results (Specialty Underwriters LLC) is

currently operating in 29 State Departments managing equipment using 106 vendors.

Under the new contract HT Results (Specialty Underwriters LLC) plans to maintain and

grow existing departments and implement an additional 14 State Departments. HT

Results (Specialty Underwriters LLC) will also be expanding the program throughout

the state via the Commonwealth’s COSTARS Program.

Once the equipment maintenance management strategy for each participating Agency

has been determined, HT Results (Specialty Underwriters LLC) will assist them in a

variety of ways to implement the strategy and to measure the results achieved

against the benchmarks developed. The Implementation Team will manage the

database of the equipment that is to be the subject of the group’s efforts so that

information supplied by each participating Agency with respect to each addition,

disposition, or change in the location of an item of equipment and each equipment

maintenance event can be captured.

HT Results (Specialty Underwriters LLC) will assist each participating Agency in

resolving equipment maintenance event and service level exceptions, as well as

contractual issues, with service providers. The team will evaluate the cost savings

and the performance of the service providers under the contracts utilizing data

produced by the Commonwealth and the service providers.

HT will coordinate with the appropriate Commonwealth personnel on a day-to-day

basis and will report to the Agencies and/or each participating department at

intervals to be determined by the team regarding day-to-day operational issues and

overall results achieved from the implementation of the strategy. In doing so, we will

assist each participating department in maintaining a “living” database of the

selected equipment and in monitoring the equipment maintenance costs and required

service levels achieved by the service providers. The team will then evaluate with

the Commonwealth the success of the strategy and make recommendations for

necessary improvements.

We understand that more and more State Governments have limited manpower, so

the solutions offered will be focused on relieving as much workload as possible;

however realizing that all such decisions will be made by the Commonwealth. In fact,

at every step of the process, the Commonwealth will make the decisions as to what

solutions are to be implemented, how much work should be delegated to HT Results

(for instance, a solution may require notifying a particular vendor).

These same approaches will apply to contract re-negotiation, competitive solicitation,

etc. We will be involved to whatever extent the Commonwealth and the Agencies

desire, from conducting negotiations for the Commonwealth, or writing specifications

and conducting a competitive bid process, to advising the Commonwealth vendor

negotiations. The level of HT’s / SU’s involvement in areas outside of the scope of our

program or in program expansion efforts will be strictly the decision of the

Commonwealth and may vary with each Agency.

Detailed Staffing Deployment Schedule: All Agencies of the Commonwealth will be supported by all levels of the HT Results team

offering decades of experience, resources, and management. The HT team is staffed with

personnel equipped with extensive governmental equipment maintenance experience; an in-

depth understanding of the specific needs of the State and municipality industry and first

hand knowledge of the daily budgetary and administrative challenges faced by these entities.

We are offering the optimum opportunity to have the equipment service needs of the

Commonwealth of Pennsylvania analyzed with the prospective outcomes including a variety of

solutions. Our goals are to create a “Real Time” asset inventory, cost reduction in some

cases, cost certainty in others, and the ability to identify the appropriate service solution

depending on your existing costs, current service providers and your flexibility to consider

alternative providers.

Staff assigned to the project will commiserate with the level of Commonwealths Equipment

Maintenance Program participation and program volume. All staff listed under the “Key

Professional Personnel” section of the IFB, will be immediately available to engage in the

Commonwealth’s Equipment Maintenance Program.

HT Results (Specialty Underwriters LLC) has developed a proven track record and

unmatched level of expertise in the equipment maintenance management arena. We

are confident that significant cost savings will continue to be achieved by the

Commonwealth of Pennsylvania without sacrificing service quality or equipment

performance and we are committed to that goal.

For a More Detailed Report, See “Implementation Timeline

and “Implementation Plan, On-Going Tasks”

Analysis & Implementation HT Results (Specialty Underwriters LLC) continues to believe that a “team” approach

is the best and most efficient manner in which to successfully implement & maintain a

plan such as this one. We are committed to devoting the resources necessary to assist

the Commonwealth of Pennsylvania in achieving its goals. As part of our “team”

philosophy, we further believe that the “team” includes not only HT Results

(Specialty Underwriters LLC) personnel, but also the employees of the Commonwealth

of Pennsylvania and the various Commonwealth agencies assigned to this project. We

believe that participation and cooperation among all of the members of the team will

result in solutions that achieve the most effective balance between the

Commonwealth’s goals of reducing equipment maintenance costs and improving

desired levels of equipment maintenance service.

Early in the project HT Results (Specialty Underwriters LLC) will work with each

agency to identify Commonwealth employees to work with the HT Results (Specialty

Underwriters LLC) team. During the initial phase of the project, the team will work

together to identify participating agencies and types of equipment to be assessed.

For each participating agency, the following general steps will be employed to

develop recommendations to reduce its equipment maintenance expense:

The Implementation Team will select the equipment that is to be the subject of the team’s

efforts by taking the following steps:

• HT Results (Specialty Underwriters LLC) will use OEM/ISO Terms and Conditions to

quote a full coverage service maintenance agreement. The Commonwealth

agencies will have the option to choose limited coverage which excludes

supplies/materials used by the service provider while repairing or maintaining the

equipment.

• For those agencies/departments choosing limited coverage, a separate invoice for

supplies/materials used by the service provider while repairing or maintaining the

equipment will be provided by HT Results (Specialty Underwriters LLC) on an as

needed basis. Agencies/departments will pay for these using the Commonwealth

Purchasing Card (P-Card).

• HT Results (Specialty Underwriters LLC) will provide a fixed annual or monthly

amount for providing any maintenance or repair for all covered Commonwealth

owned equipment in accordance with the percentage discount of 30%, applied to

the current OEM/ISO corrective/preventative maintenance agreement cost, or if

the equipment is not currently covered under an existing maintenance agreement

or the current Equipment Maintenance Program, from a quote from an OEM/ISO

that is acceptable to the end-using agency.

• Review and confirm information detailed on equipment listings and analyze

detailed information regarding each item of equipment, including the

manufacturer, year, model and serial number of the equipment; its use; its

procurement cost and date; its replacement cost value; its location of operation;

its owner; its service vendor.

• Review any applicable maintenance agreements, including terms relating to

pricing, required service levels, expiration, and early termination.

• The team will analyze all of the information obtained with respect to the

equipment.

• HT Results will develop and make recommendations regarding the strategy to be

utilized by each participating department/agency to reduce the equipment

maintenance costs.

• HT Results will assist each participating department/agency in implementing its

selected strategy.

More specifically HT Results (Specialty Underwriters LLC) will conduct the assessment in the

following manner:

1. Assessment of existing equipment inventories, warranties, etc. – HT Results

(Specialty Underwriters LLC) will start the analysis by determining what

information is available, capturing that information, and then developing a

strategy to develop/find the missing information. Some of the steps in this effort

will include:

• Communicate for the Commonwealth an internal memo to Agencies of the

Commonwealth of Pennsylvania explaining the equipment maintenance

management program.

• Gather existing information like fixed asset lists, purchasing records, hard

copy OEM/ISO maintenance agreements, etc.

• In addition to maintenance contracts, additional information will be

obtained through analyzing the maintenance expenditure data that was

used to develop the figure identified for benchmarking purposes. This data

will allow HT Results (Specialty Underwriters LLC) to identify the various

vendors that provide maintenance currently and help prioritize

opportunities.

• Once maintenance vendors are identified information can be obtained from

them to verify other sources of information in developing an equipment

database application.

The amount of resources (time, personnel, and other) that will be required from the

client agency will vary depending on the condition of the recordkeeping and ability to

provide it. HT Results (Specialty Underwriters LLC) experience within the

Commonwealth shows that the ability to provide data can vary greatly as some

Departments are able to provide an electronic download that uses very few resources

while other Departments have had to manually go through files, identify appropriate

Purchase Orders/Contracts, and copy them. This obviously takes much more time, but

if the latter is the case, HT Results (Specialty Underwriters LLC) team can provide

personnel to perform that clerical function, if the Commonwealth so chooses.

Typically, each participating agency has one or two points of contact that can help

guide the team to the necessary information.

2. Identification and selection of equipment classes – To determine the equipment

where reduction in maintenance and repair costs may be possible the following

steps will be included:

• Compile all information gathered in steps indicated in Paragraph 1 above.

That information will be sorted by Agency / Department.

• Provide each agency / department with a list of their specific equipment

and have them confirm the compiled list of equipment is as complete as

possible.

• After the equipment list and corresponding maintenance costs are

compiled and verified, the HT Results (Specialty Underwriters LLC) team

will provide a quote. HT Results will also analyze current maintenance

methods, terms, and corrective repair requirements.

• Discussion with each Agency to determine operational considerations,

vendor experience and, other applicable information. This will help define

alternatives if needed.

• All the above steps will be conducted and then, in consultation with each

agency, operational considerations, and other factors, the potential for

savings (30%) for each piece of equipment will be determined and the

Commonwealth will then make decisions on how to proceed and with which

equipment and in what priority.

3. Development of baseline costs and minimum service levels – Many of the steps

necessary to develop a baseline have already been discussed above. They include:

• Obtaining a print out of all expenditures in Maintenance and Repair Object

Codes.

• Identify current contract costs per the OEM/ISO maintenance agreement by

Agency / Department for the appropriate categories within Maintenance &

Repair.

• Work with purchasing entities to get copies of all relevant OEM/ISO

purchase orders, maintenance agreements, and/or service agreements.

• Work with service providers to obtain Service Levels Agreements.

• Other steps as determined in discussions with participating agencies

An important consideration for this item is that all available data will be used to construct an

equipment maintenance management database which includes cost data. Baseline costs will

be determined from this database. All baseline costs from which savings will be determined

will be approved by the appropriate Commonwealth agency at the beginning of the

implementation period. This baseline must be mutually agreeable to both the Commonwealth

and HT Results (Specialty Underwriters LLC) to ensure both parties are working together with

the same objectives and motivations. This is critical to the trust element necessary for any

successful arrangement.

The determination of minimum service levels will be in conjunction with each Commonwealth

agency or by Central Procurement as previously discussed. Typically solutions match current

service levels because we use current service levels as our baseline and everything negotiated

will include specific service levels that are equal or greater than current. Also, in most cases

our solutions allow for the continued use of the same service vendors with which the

Commonwealth has built a relationship and has confidence in their ability. Also, during the

Analysis Phase HT Results (Specialty Underwriters LLC) analyzes existing contracts to

determine the most advantageous time to transition to the new program. Some existing

contracts will have a termination cost and we will assess whether it is better to transition and

pay the termination fee (in cases where the savings will be significantly more than the

termination fee) or to delay the transition until the contract ends. Those decisions will be

made with the participating agency during the Analysis and Planning Phases. In some cases

existing vendors who continue to repair equipment will intentionally become difficult and

threaten decreased service levels. In those cases HT Results (Specialty Underwriters LLC) will

have discussions with the problem vendor and remind them of their contractual obligations

(via the Service Level Agreement) and the Commonwealth’s willingness to enforce them, not

to mention the leverage the Commonwealth has since it is such a large customer which most

vendors can not afford to lose. We will also have researched alternative vendors and ensured

they are ready to assume the service coverage if necessary.

4. Development of total estimated and guaranteed savings amounts – Whatever

solutions are chosen by the Commonwealth, HT Results commits to providing a

guaranteed savings amount of 30%, for each selected piece of equipment, at the

end of the Analysis Phase.

5. Inventory and Tagging: Once an agency / department have accepted a cost savings

quote the Implementation Team will be responsible for the Inventory and Tagging

of the covered equipment. The equipment specific tag will have an assigned

number that will be inserted into our database. Information assigned to the tag

number will include but not limited to vendor, manufacture, location, end user,

model, serial number, and description of the equipment. The Tag is “BLUE” and

has the company name Specialty Underwriters LLC along with the 1-800 number for

dispatching service.

Implementation Summary Once the equipment maintenance management strategy for each Agency has been

determined, HT Results (Specialty Underwriters LLC) will assist them in a variety of

ways to implement the strategy and to measure the results achieved against the

benchmarks developed. The team will manage the database of the equipment that is

to be the subject of the team’s efforts so that information supplied by each

participating agency with respect to each addition, disposition, or change in the

location of an item of equipment and each equipment maintenance event can be

captured.

HT Results (Specialty Underwriters LLC) will assist each participating agency in

resolving equipment maintenance event and service level exceptions, as well as

contractual issues, with service providers. The team will evaluate the costs savings

and the performance of the service providers under the contracts utilizing data

produced by the Commonwealth and the service providers.

Since we believe communication and training are critical to the success of the

program, we have been proactive in developing a marketing and program education

plan. This plan will be implemented and properly managed in order to educate all

Commonwealth end-users with respect to the features and benefits of the Equipment

Maintenance Program. We are acutely aware of the independence exhibited within a

Federal system and therefore realize that the success of the program largely depends

on both executive management support and our marketing and program education

plan.

A basic summary of our plan consists of, but is not limited to, nor is mandatory on the part of

Commonwealth, the following:

• Posting of the Program objectives on the Commonwealth’s website or internal

communication system

• Mailing introduction letters, brochures and CD Rom’s to all Agencies, Business

Units, Departments and Eligible Users

• Meeting with key personnel of each Agency, Department or Business unit to explain

program and gain support

• Meeting with Agency, Department or Business Heads responsible for procurement

and service contracts to explain program, gain endorsement and discuss marketing

and public relations plan

• Meeting with appropriate personnel within each Agency or Business Unit to explain

program.

• Providing necessary promotional materials, references, and cost/benefit analysis.

• HT Results (Specialty Underwriters LLC) will provide support to gather all contracts

easing the administrative burden on Commonwealth personnel.

• HT Results (Specialty Underwriters LLC) will Inventory and Tag all equipment

accepted by an agency / department under the Equipment Maintenance Program.

Commonwealth of Pennsylvania Equipment Maintenance Program 

  

IMPLEMENTATION TIMELINE 

 

IMPLEMENTATION TIMELINE February 2012

• IFB Awarded to HT RESULTS LLP (Specialty Underwriters LLC)

February 2012

• Clearance Certificate

• Required Program Plans

February – March 2012

• Current Agencies/Departments Notified of New EMP Contract (DGS & HT/SU)

• Cost reduction initiatives and roll out recommendations established (HT / SU )

• Executive communication to State Agencies / Departments introducing initiative (DGS)

Agency / Departmental Implementation Timeline

• Letter of introduction sent to Department from HT/SU

• Meeting scheduled with Department Manager / End Users to:

o Review initiative and dedicated program website

o Answer questions

o Review department specific quote

o Collect additional contracts and update quote (if necessary)

o Solicit authorization

60 - 45 Days to Start

• Quote Accepted (Department Manager or Authorized End User)

• Individual equipment start dates identified (Department Manager & HT/SU)

• Identify maintenance contracts to be cancelled or non-renewed (Department Manager)

• Present any new quotes or updates if applicable (HT/SU)

45 to 40 days to Start

• Vendor list verified (Department Manager & HT/SU)

• Vendor meetings (If necessary)

• “Reconciliation Report” finalized (SU)

40 to 35 days to Start

• Prepare non-renewal / cancellation letters (HT/SU)

o Effective dates verified (Department Manager / End User / SU)

o Refunds (if applicable) identified (HT/SU)

o TELESERVE™ procedures and expectations provided (SU)

• TELESERVE™ procedures reviewed with department (SU)

35 to 30 days to Start

• Send vendor non-renewal / cancellation letters (certified mail by SU)

• SU will track certified mailing via “Reconciliation Report”

• Assign TELESERVE™ tag numbers to equipment (SU)

30 to 20 days to Start

• Implementation team on-site (HT/SU)

• TELESERVE™ introductory meetings with Department Manager (HT/SU)

• Review on-line management reports and access with Department Manager (HT/SU)

• Review “Schedule of Equipment” with Departments (HT/SU)

• Equipment verification and tagging (HT/SU)

• TELESERVE™ procedures tri-fold reviewed with end-user (HT/SU)

• Reconcile equipment list (HT/SU)

20 to 10 days to Start

• Start-up memo and procedures provided to department/office managers (SU)

• Review service vendor phone / fax numbers / e-mails for accuracy (SU)

• Vendor billing letters sent (SU)

10 days to Start

• Final reviews (Department Manager / End User / HT/SU)

• Tag additional or missed equipment (SU)

• Equipment list provided to department/office managers with final SU quote for use in the submission of a requisition to Procurement Services (HT/SU)

Start TELESERVE™ Program

Timing of the implementation plan is subject to change due to effective dates of contracts. Dates are flexible and will be adjusted to meet the requirements of the Department.

Commonwealth of Pennsylvania Equipment Maintenance Program 

  

PROBLEM RESOLUTION AND ESCALATION PROCEDURES 

PROBLEM RESOLUTION AND ESCALATION PROCEDURES HT Results LLP (Specialty Underwriters LLC)

Equipment Maintenance Program (EMP)

To support the Equipment Maintenance Program, HT Results (Specialty Underwriters LLC) has assigned staff specific to the Commonwealth of Pennsylvania EMP in order or Responsibility and in order from Highest to Lowest: All problems not resolved in the specific areas designated below should be reported starting at level 3 through level 1 until resolved. Each individual is to report problems to the level directly above them within 24 hours of notification. RESPONSIBILITY CONTACT INFORMATION Level 1: Tim Peterson (SU) Senior Vice President, Director of Sales Phone: (800) 558-9910 Fax: (414) 216-1050

Email: [email protected] Level 2: Project Manager, Account Executive Kim Schott (SU) Phone: (800) 558-9910 Fax: (414) 216-0373

Email: [email protected] Level 3: On-Site Account Manager, Harrisburg Sherri Lloyd (HT) Quote Requests Phone: (717) 236-7193 Equipment Adds, Deletes, Changes Fax: (717) 236-7194

Email: [email protected] Network Administrator, IT Manager Vineela Gandhamaneni (SU)

Phone: (800) 558-9910 Email: [email protected]

Technical Services, Director Tom Greisch (SU)

Phone: (800) 558-9910 Email: [email protected] TELESERVE™ Dispatch, Manager Chuck Giammo (SU)

Phone: (800) 558-9910 Email: [email protected]

Web Link: http://www.su-group.com/clientservices.htm

Engineering & Dispatch 800-833-7050

Commonwealth of Pennsylvania Equipment Maintenance Program 

  

SAMPLE VENDOR BILLING LETTER 

 Date Business Services Manager/ Accounting ABC Vendor 123 North Street Harrisburg, PA 17112 Dear Sir / Madam: The Commonwealth of Pennsylvania (Commonwealth) has contracted with Specialty Underwriters LLC (SU) for a managed maintenance program called TELESERVE™. This letter is to inform you that Specialty Underwriters’ Engineering Department will now be calling you for service to be dispatched to the various locations on behalf of the Commonwealth. The attached schedule details the address, make, model and serial number of each piece of equipment on the program. The work order and invoice must be mailed to SU and not the Commonwealth in order for you to receive payment. SU will now be paying you directly for all corrective maintenance calls. Payment will be made to you by SU within thirty (30) days of receiving your work order and invoice (see address below). Please be sure to reference the SU P.O. Number on all invoices and to bill the following party on the invoice.

Commonwealth of Pennsylvania

Specialty Underwriters LLC 9667 South 20th Street Oak Creek, WI 53154 Attn: Reimbursements

We look forward to a continuing relationship with you and your company. If you have any questions regarding billing, payment or the SU TELESERVE™ process, please contact Chuck Giammo at SU (800-833-7050). Sincerely, Kim Schott Account Executive SPECIALTY UNDERWRITERS LLC cc: Syline Shingara, DGS Commodity Specialist Chuck Giammo, Dispatch Manager Sherri Lloyd, HT Results Enclosure

Commonwealth of Pennsylvania Equipment Maintenance Program 

  

SERVICE CALL ESCALATION AND RESOLUTION PROCESS 

SERVICE CALL ESCALATION AND RESOLUTION PROCESS

HT Results (Specialty Underwriters LLC) strives to resolve as many issues and conflicts as

expediently as possible. Some critical issues may be of the magnitude as to require attention

from people outside the team, including upper management of the Commonwealth.

Escalation procedures in place early will give a clear picture of how complicated issues will be

resolved and the various roles of each participant.

The Project Manager is involved in every escalation to oversee the case from a holistic

viewpoint. The Project Manager is responsible for evaluating the situation, facilitating the

issue to management level, and acting as the Project Manager in all regards.

TELESERVE™

HT/SU offers a national TELESERVE™ program, a centralized dispatch center, which enables

clients to outsource the time consuming and costly administration of managing the repair

process, while reducing their current maintenance expense.

When equipment is in need of repair, the call is made to the toll-free number or

electronically rather than directly to the servicing vendor. When the TELESERVE™ Dispatch

Center receives the repair request, the dispatching engineer (live person) will confirm with

the end user the following: equipment ID number, equipment location, preferred vendor as

shown in the database and the nature of the problem. HT/SU can assign the preferred

vendors but would be able to utilize any vendor of the Commonwealth’s choice if that will

comply under the Equipment Maintenance Program.

Once this information is confirmed and recorded, a service call is immediately placed to the

vendor and a purchase order issued to that vendor guaranteeing payment for covered

services.

Service providers are requested to contact the end user that called for service in order to

provide them with an estimated time of arrival. Should there be any questions or problems,

the end users are encouraged to contact the TELESERVE™ Help Desk.

The TELESERVE™ help desk provides a “call again” feature which generates a return call to

the vendor the following business day to ensure that end user contact has been made and/or

a service time provided.

Should HT/SU find irregularities in service or service response time, or should a vendor’s

performance be sub-standard, we will document our findings and bring this to the

Commonwealth’s attention along with possible remedies. Strict procedural compliance is

required for this program to deliver the value and benefits for the client.

Escalation Process

• The entry point into the HT/SU escalation process is through the TELESERVE™ Dispatch Center

• Electronic or telephone requests will go directly to HT/SU Dispatch Engineers • The Dispatch Engineer will access the situation including what actions are required from

HT/SU, production dates or deadlines that may be adversely affected, and any other anticipated business impact if the case is not promptly resolved

• The Dispatch Engineer is empowered to make a judgment on next steps. If the problem

can be solved easily and by a single management action, the Dispatch Engineer will take direct responsibility for resolving the issue

• However, if the situation is complex and has the possibility of a severe business impact,

the Dispatch Engineer will assign a dedicated Escalation Manager who will assume ownership of the problem and become the management point of contact during the escalated condition

• For Critical Services, the Dispatch Engineer will inform the Project Manager who will

assume the role of Escalation Manager • The Escalation Manager has access to all HT/SU managers who are empowered to

maintain the momentum of resolving the case Dispatch Engineer – 6 Dedicated Dispatch Engineers

• Entry point to the escalation process • Owns resolution of less complex issues • Is responsible for ascertaining the business impact of the situation, based on the

information you provide

• Responsible for assigning an Escalation Manager for critical situations

Escalation Manager – Chuck Giammo

• Main point of contact during the escalation process • Has ownership of the problem and the overall plan of action • Is responsible for customer satisfaction • Leads the escalation team • Obtains additional resources, as needed • Obtains your approval for the action plan when necessary • Works to ensure that all parties are properly informed throughout the escalation

Director Technical Services – Tom Greisch

• Assigned to develop, document, communicate and coordinate the technical action plan • Identifies need for additional technical assistance • Monitors technical progress for the escalation and provides regular updates to the team • Ensures solutions and workarounds are delivered in a timely manner

• Engineering provides specialized technical expertise to satisfy our contractual

commitments.

Expectations

Your assigned Escalation Manager will collaborate and develop a communication plan. As

needed, a technical plan of action will be co-developed to ensure resolution of the technical

issue. The Escalation Manager will update and inform HT/SU executives, including your

Project Manager and the Project Managers account management team of case progress.

Closing escalation

An escalation will be considered closed if it meets one or more of the following requirements:

1. The initially agreed upon objectives have been achieved 2. A satisfactory monitoring period has elapsed without problem recurrence

3. The escalation has been reviewed and agreement reached to downgrade the severity

level 4. You have agreed that the issue is resolved 5. A mutually accountable decision has been made that the issue cannot or will not be

resolved and this has been communicated to all parties.

As part of our continuous improvement process, your escalation will be documented and

reviewed to help HT/SU determine the steps that led up to the escalation and how recurrence

can be eliminated. If you have any concerns about how your situation is managed, ask to

speak to the Project Manager

Furthermore, HT/SU has an on-site coordinator in place to assist with the management of the

Commonwealth’s equipment maintenance service program. This individual will serve as a

liaison for The Commonwealth and interface with the Dispatch Team and the Project Manager

as needed.

HT/SU will act as the single point of contact for all equipment issues. Our single point of

contact is the TELESERVE™ program although this can be customized as the Commonwealth

feels is appropriate.

Item 6. A list of third party equipment maintenance services providers who will not service Commonwealth equipment under the contract. At this time we do not have any. There are currently no third party vendors that will not service Commonwealth equipment under the current contract.

Equipment Maintenance Program Contract 4400009541

ServiceNow Instructions

If you experience any issues when trying to place a service tickets please contact Tim Surfield for assistance at 717.214.6611 or [email protected].

To access ServiceNow, highlight the link below and paste in a web browser: https://paitsm.service-now.com/ The following screen appears:

Enter your cwopa login name in the User Name Field and type your cwopa password in the Password field. Click Login Upon Login the system will display the ServiceNow Self Service Home page

Click on Enterprise Services to navigate through the categories. Tip: you can also select the service catalog from the left side navigation

When Enterprise Services Category is selected, the Service Subcategories page will display. Click the subcategory of the service being requested. Select “Equipment Maintenance Program Contract”

The Service Request Form screen is displayed. Complete the fields on this screen with the appropriate data. All fields with a red status bar are required.

Enter the following:

Tag Number Address (i.e., # street, city, state & zip) Access hours Issue type (Corrective or Preventative) Impact Urgency Description of the problem

If an attachment is available or necessary, click Add Attachment

. When all fields are filled in click the Submit button

A completed Service request will look like this:

After the service request has been submitted the following will appear. A confirmation message should appear with an incident number displayed use this number to track your request.

To View the Request that was submitted Click on My Incidents from the Left side navigation pane.

A listing of incidents that were submitted on your behalf should display. Select the incident number that was placed for the Equipment Maintenance Contract to open to see details of the request.

The Details of the request should look like the one below. You are permitted to add additional information using the additional comments field. Simply enter any additional information that to you like to supply to commit your changes either select the Update button of the save button. The update button will save your changes and take you back to your list of tickets. The save button will save your updates and keep you in the ticket details screen.

You could also add and additional Attachment by selecting the paperclip icon in the upper right corner of the screen next to the Save button

When finished, click Logout in the upper right hand corner

05/01/2012

Electronic Quote Request (4/1/12) Agency Contact Information:

Agency Name: Address:

Agency Contact Name:

Phone Number: E-Mail Address:

Number of Contracts or Asset Lists attached:

Equipment Information:

Note: In order to match your existing or required service levels, any and all required terms/conditions must be provided.

Manufacturer: Model Number:

Equipment Description: (list any accessories)

Serial Number(s):

Purchase Cost:

Equipment Location: Service Vendor of Choice:

Contract Number:

Coverage Type: Service Level Agreement (Response time for repairs) :

Full Limited (excludes supplies/materials, refer to SOW pg. 14.24)

Mission Critical: MC7 MC 5 Non Mission Critical: NBD SBD

ART (Average Response Time) as specified in Vendor Terms & Conditions

(Please choose a Coverage Type and SLA – Anything other than ART Must be supported by current OEM quote/ terms/ conditions – Refer to SOW pg. 8.8)

Supplier Contact Information: (OEM/Vendor of choice providing current pricing/terms & conditions)

Local Contact: Address:

City, State, Zip

Phone Number:

Corporate Contact: Address:

City, State, Zip

Phone Number:

For Copiers: Current Copy Count Estimated Annual Usage

Equipment Effective Date (Quotes are issued for one year unless otherwise specified) Contract Effective Date: Multi year Contract Dates for EMP:

If you want this for multiple years please provide the number of years:

Warranty End Date:

Quote Procedures

Please attach current P.O or vendor quote, terms & conditions with this quote request. Submit all quote request to:

HT Results at: [email protected] Phone: (717) 236-7193, Mobile (717) 439-5872, Fax: (717) 236-7194,

Mail: HT Results 105 N. Front Street

Suite 210

Harrisburg, PA 17101

05/01/2012

HT Results LLP will complete standard quotes no later than 5 business days after receipt of the quote request and Proper Documentation (see below) from the requesting Agency.

For all quote requests please attach the proper documentation as follows:

1) Maintenance Agreement • Existing Purchase Order with all attachments • Current Maintenance Terms and Conditions (Including Current Cost) • Equipment Schedule to include; Make, Model, Serial Number, Brief Description,

Equipment Location, Plant Code

2) Time & Materials (Provide if you have previously done T&M and want to do a full service maintenance agreement)

• Schedule of Equipment to include; Make, Model, Serial Number, Brief Description, Equipment Location, Plant Code

• Equipment Purchase Data to include; Purchase Cost and Purchase Date

3) Manufacture Warranty • Recent Purchase Documentation to include; Purchase Date, Purchase Cost,

Warranty Terms & Conditions • Schedule of Equipment to include; Make, Model, Serial Number, Brief Description,

Equipment Location, Plant Code and (if available) Equipment Purchase Date and Cost

Exceptions: Maintenance coverage quote requests that are Large or Complex in Nature may take

longer than the 5 days mentioned above. For these quotes Specialty Underwriters will give an estimated quote completion date prior to the 5 business day expiration.

ID Key Item Agency Site166 TS7875 206495 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP165 TS7875 206494 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP163 TS7875 206492 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP160 TS7875 206489 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP157 TS7875 206486 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP158 TS7875 206487 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP156 TS7875 206485 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP161 TS7875 206490 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP162 TS7875 206491 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP155 TS7875 206484 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP159 TS7875 206488 DEPARTMENT OF CORRECTIONS DOC QUEHANNA BOOT CAMP136 TS7875 184493 DEPARTMENT OF CORRECTIONS DOC SCI PINE GROVE135 TS7875 184492 DEPARTMENT OF CORRECTIONS DOC SCI PINE GROVE172 TS7875 211004 DEPARTMENT OF CORRECTIONS DOC SCI PINE GROVE173 TS7875 211008 DEPARTMENT OF CORRECTIONS DOC SCI PINE GROVE189 TS7875 212902 DEPARTMENT OF CORRECTIONS DOC SCI PINE GROVE1015 TS7812 212313 DEPARTMENT OF LABOR & INDUSTRY BUREAU OF MEDIATION1035 TS7812 212758-1 DEPARTMENT OF LABOR & INDUSTRY DLI BAS-MGT SVCSA1004 TS7812 212167 DEPARTMENT OF LABOR & INDUSTRY DLI BDD WILKES-BARRE1005 TS7812 212184 DEPARTMENT OF LABOR & INDUSTRY DLI BDD WILKES-BARRE903 TS7812 184607 DEPARTMENT OF LABOR & INDUSTRY DLI CHIEF COUNSEL905 TS7812 184609 DEPARTMENT OF LABOR & INDUSTRY DLI CHIEF COUNSEL949 TS7812 211001-1 DEPARTMENT OF LABOR & INDUSTRY DLI LLC SCRANTON1003 TS7812 212166 DEPARTMENT OF LABOR & INDUSTRY DLI OCC WC898 TS7812 184483 DEPARTMENT OF LABOR & INDUSTRY DLI OCC-SWIF PGH947 TS7812 210930 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA945 TS7812 210928 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA946 TS7812 210929 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA948 TS7812 210931 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA1018 TS7812 212399 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA897 TS7812 184482 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA899 TS7812 184504 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA917 TS7812 207715 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA1001 TS7812 212116 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA1002 TS7812 212117-1 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - ADMIN&QA904 TS7812 184608 DEPARTMENT OF LABOR & INDUSTRY DLI SWIF - LEGAL1010 TS7812 212264-1 DEPARTMENT OF LABOR & INDUSTRY DLI UCSC - ALLENTOWN1011 TS7812 212265-1 DEPARTMENT OF LABOR & INDUSTRY DLI UCSC - ALLENTOWN1012 TS7812 212266-1 DEPARTMENT OF LABOR & INDUSTRY DLI UCSC - ALLENTOWN1040 TS7812 212898 DEPARTMENT OF LABOR & INDUSTRY VOCATIONAL REHAB SERVICES277 TS7810 213151 DEPARTMENT OF PUBLIC WELFARE ALLEGHENY CAO - SOUTHERN DIST278 TS7810 213152 DEPARTMENT OF PUBLIC WELFARE ALLEGHENY CAO - THREE RIVERS D276 TS7810 213150 DEPARTMENT OF PUBLIC WELFARE ALLEGHENY CAO LIBERTY DISTRICT274 TS7810 213148 DEPARTMENT OF PUBLIC WELFARE ALLEGHENY CAO- LIHEAP275 TS7810 213149 DEPARTMENT OF PUBLIC WELFARE ALLEGHENY CAO- LIHEAP280 TS7810 213154 DEPARTMENT OF PUBLIC WELFARE ALLEGHENY CAO-GPE256 TS7810 213130 DEPARTMENT OF PUBLIC WELFARE BERKS CAO263 TS7810 213137 DEPARTMENT OF PUBLIC WELFARE BLAIR CAO259 TS7810 213133 DEPARTMENT OF PUBLIC WELFARE BUCKS COUNTY ASSISTANCE OFFICE211 TS7810 212523-1 DEPARTMENT OF PUBLIC WELFARE BUREAU OF HEARINGS & APPEALS243 TS7810 213084 DEPARTMENT OF PUBLIC WELFARE BUREAU OF HEARINGS & APPEALS213 TS7810 212526-1 DEPARTMENT OF PUBLIC WELFARE BUREAU OF HEARINGS & APPEALS215 TS7810 212528-1 DEPARTMENT OF PUBLIC WELFARE BUREAU OF HEARINGS & APPEALS218 TS7810 212533-1 DEPARTMENT OF PUBLIC WELFARE BUREAU OF HEARINGS & APPEALS

220 TS7810 212537-1 DEPARTMENT OF PUBLIC WELFARE BUREAU OF HEARINGS & APPEALS210 TS7810 212521-1 DEPARTMENT OF PUBLIC WELFARE BUREAU OF HEARINGS & APPEALS214 TS7810 212527-1 DEPARTMENT OF PUBLIC WELFARE BUREAU OF HEARINGS & APPEALS264 TS7810 213138 DEPARTMENT OF PUBLIC WELFARE CAMBRIA CAO266 TS7810 213140 DEPARTMENT OF PUBLIC WELFARE CENTRE CAO271 TS7810 213145 DEPARTMENT OF PUBLIC WELFARE CLEARFIELD CAO272 TS7810 213146 DEPARTMENT OF PUBLIC WELFARE CLEARFIELD CAO281 TS7810 213155 DEPARTMENT OF PUBLIC WELFARE COLUMBIA CAO273 TS7810 213147 DEPARTMENT OF PUBLIC WELFARE CRAWFORD CAO262 TS7810 213136 DEPARTMENT OF PUBLIC WELFARE CUMBERLAND CAO258 TS7810 213132 DEPARTMENT OF PUBLIC WELFARE DAUPHIN CAO254 TS7810 213128 DEPARTMENT OF PUBLIC WELFARE DELAWARE CAO223 TS7810 212610-1 DEPARTMENT OF PUBLIC WELFARE DPW OIM BPS269 TS7810 213143 DEPARTMENT OF PUBLIC WELFARE ERIE CAO270 TS7810 213144 DEPARTMENT OF PUBLIC WELFARE ERIE CAO260 TS7810 213134 DEPARTMENT OF PUBLIC WELFARE FAYETTE CAO261 TS7810 213135 DEPARTMENT OF PUBLIC WELFARE FAYETTE CAO265 TS7810 213139 DEPARTMENT OF PUBLIC WELFARE FRANKLIN CAO248 TS7810 213122 DEPARTMENT OF PUBLIC WELFARE GLENDALE DISTRICT CAO284 TS7810 213158 DEPARTMENT OF PUBLIC WELFARE LACKAWANNA CAO255 TS7810 213129 DEPARTMENT OF PUBLIC WELFARE LANCASTER CAO283 TS7810 213157 DEPARTMENT OF PUBLIC WELFARE LEHIGH CAO251 TS7810 213125 DEPARTMENT OF PUBLIC WELFARE LIBERTY DISTRICT CAO250 TS7810 213124 DEPARTMENT OF PUBLIC WELFARE LIHEAP282 TS7810 213156 DEPARTMENT OF PUBLIC WELFARE LUZERNE CAO-WILKES-BARRE DIST287 TS7810 213161 DEPARTMENT OF PUBLIC WELFARE MONTOUR CAO285 TS7810 213159 DEPARTMENT OF PUBLIC WELFARE NORTHAMPTON CAO245 TS7810 213111 DEPARTMENT OF PUBLIC WELFARE OFFICE OF GENERAL COUNSEL246 TS7810 213120 DEPARTMENT OF PUBLIC WELFARE PHILADELPHIA CAO - FEDERAL DIS247 TS7810 213121 DEPARTMENT OF PUBLIC WELFARE PHILADELPHIA CAO-CHELTEN DIST249 TS7810 213123 DEPARTMENT OF PUBLIC WELFARE PHILADELPHIA CAO-GIRARD257 TS7810 213131 DEPARTMENT OF PUBLIC WELFARE POTTSDOWN DISTRICT CAO252 TS7810 213126 DEPARTMENT OF PUBLIC WELFARE RIDGE DISTRICT CAO286 TS7810 213160 DEPARTMENT OF PUBLIC WELFARE SCHUYLKILL CAO279 TS7810 213153 DEPARTMENT OF PUBLIC WELFARE WASHINGTON CAO267 TS7810 213141 DEPARTMENT OF PUBLIC WELFARE WESTMORELAND CAO - MAIN268 TS7810 213142 DEPARTMENT OF PUBLIC WELFARE WESTMORELAND CAO - MAIN253 TS7810 213127 DEPARTMENT OF PUBLIC WELFARE YORK CAO367 TS7395 212094 DEPARTMENT OF REVENUE ADMINISTRATIVE SERVICES/PROCUR368 TS7395 212095 DEPARTMENT OF REVENUE ADMINISTRATIVE SERVICES/PROCUR369 TS7395 212096 DEPARTMENT OF REVENUE ADMINISTRATIVE SERVICES/PROCUR352 TS7395 210939 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS360 TS7395 210948 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS361 TS7395 210949 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS353 TS7395 210941 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS354 TS7395 210942 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS355 TS7395 210943 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS356 TS7395 210944 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS357 TS7395 210945 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS346 TS7395 210933 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS347 TS7395 210934 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS348 TS7395 210935 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS349 TS7395 210936 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS350 TS7395 210937 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS351 TS7395 210938 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS

358 TS7395 210946 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS359 TS7395 210947 DEPARTMENT OF REVENUE BUREAU OF INFORMATION SYSTEMS40 TS7478 212773 DEPARTMENT OF STATE BPOA41 TS7478 212774 DEPARTMENT OF STATE BPOA37 TS7478 212763 DEPARTMENT OF STATE FINANCE & OPERATIONS38 TS7478 212764 DEPARTMENT OF STATE FINANCE & OPERATIONS439 TS7824 212711 DEPARTMENT OF THE AUDITOR GENERAL AUDITOR GENERAL425 TS7824 210889 DEPARTMENT OF THE AUDITOR GENERAL AUDITOR GENERAL1147 TS7838 212337-2 DEPARTMENT OF TRANSPORTATION BOMO ANNEX1105 TS7838 207844-1 DEPARTMENT OF TRANSPORTATION DIST 2-01193 TS7838 212907 DEPARTMENT OF TRANSPORTATION DIST 3-0 FISCAL UNIT1220 TS7838 212984 DEPARTMENT OF TRANSPORTATION DIST 3-0 FISCAL UNIT1099 TS7838 207835 DEPARTMENT OF TRANSPORTATION DIST 3-0 FISCAL UNIT1100 TS7838 207836 DEPARTMENT OF TRANSPORTATION DIST 3-0 FISCAL UNIT1096 TS7838 207826 DEPARTMENT OF TRANSPORTATION DIST 3-0 FISCAL UNIT1089 TS7838 207689 DEPARTMENT OF TRANSPORTATION DIST 3-1 COLUMBIA1145 TS7838 212314 DEPARTMENT OF TRANSPORTATION DIST 4-3 LUZERNE1137 TS7838 212089 DEPARTMENT OF TRANSPORTATION DIST 8-5 DAUPHIN1148 TS7838 212393 DEPARTMENT OF TRANSPORTATION DIST 8-5 DAUPHIN1149 TS7838 212394 DEPARTMENT OF TRANSPORTATION DIST 8-5 DAUPHIN1150 TS7838 212395 DEPARTMENT OF TRANSPORTATION DIST 8-5 DAUPHIN1151 TS7838 212396 DEPARTMENT OF TRANSPORTATION DIST 8-5 DAUPHIN1152 TS7838 212397 DEPARTMENT OF TRANSPORTATION DIST 8-5 DAUPHIN1153 TS7838 212398 DEPARTMENT OF TRANSPORTATION DIST 8-5 DAUPHIN1141 TS7838 212178 DEPARTMENT OF TRANSPORTATION DIST 8-5 DAUPHIN1142 TS7838 212179 DEPARTMENT OF TRANSPORTATION DIST 8-5 DAUPHIN1244 TS7838 213051 DEPARTMENT OF TRANSPORTATION GRAPHIC SERVICE CENTER1264 TS7838 213113 DEPARTMENT OF TRANSPORTATION MAINTENANCE UNIT 09701194 TS7838 212933 DEPARTMENT OF TRANSPORTATION MAINTENANCE UNIT 09701195 TS7838 212934 DEPARTMENT OF TRANSPORTATION MAINTENANCE UNIT 09701196 TS7838 212935 DEPARTMENT OF TRANSPORTATION MAINTENANCE UNIT 09701156 TS7838 212435 DEPARTMENT OF TRANSPORTATION MAINTENANCE UNIT 09701265 TS7838 213114 DEPARTMENT OF TRANSPORTATION PENNDOT MAINTENANCE UNIT 09701266 TS7838 213115 DEPARTMENT OF TRANSPORTATION PENNDOT MAINTENANCE UNIT 09701267 TS7838 213116 DEPARTMENT OF TRANSPORTATION PENNDOT MAINTENANCE UNIT 09701268 TS7838 213117 DEPARTMENT OF TRANSPORTATION PENNDOT MAINTENANCE UNIT 09701269 TS7838 213118 DEPARTMENT OF TRANSPORTATION PENNDOT MAINTENANCE UNIT 09701270 TS7838 213119 DEPARTMENT OF TRANSPORTATION PENNDOT MAINTENANCE UNIT 09701157 TS7838 212440 DEPARTMENT OF TRANSPORTATION PENNDOT MAINTENANCE UNIT 09701093 TS7838 207728 DEPARTMENT OF TRANSPORTATION SNYDER COUNTY1138 TS7838 212120 DEPARTMENT OF TRANSPORTATION UNION COUNTY DIST 3-8505 TS7872 212889 DEPT OF AGRICULTURE FOOD SAFETY526 TS7869 213018 DEPT OF CONSERVATION & NATURAL RESOURCES ADMINISTRATIVE SERVICES BUREAU554 TS7863 212671 DEPT OF EDUCATION SCHOOL LEADERSHIP/TEACHER QUAL609 TS7886 212669 DEPT OF ENVIRONMENTAL PROTECTION BUREAU OF INFORMATION SERVICES610 TS7886 212670 DEPT OF ENVIRONMENTAL PROTECTION BUREAU OF INFORMATION SERVICES587 TS7886 210774 DEPT OF ENVIRONMENTAL PROTECTION BUREAU OF MINE SAFETY615 TS7886 213019 DEPT OF ENVIRONMENTAL PROTECTION BUREAU OF MINE SAFETY599 TS7886 212243 DEPT OF ENVIRONMENTAL PROTECTION BUREAU OF WATERWAYS ENGINEERIN580 TS7886 204975-1 DEPT OF ENVIRONMENTAL PROTECTION NC BUSINESS604 TS7886 212627-1 DEPT OF ENVIRONMENTAL PROTECTION NC BUSINESS605 TS7886 212659 DEPT OF ENVIRONMENTAL PROTECTION NC BUSINESS583 TS7886 207746 DEPT OF ENVIRONMENTAL PROTECTION SUNBURY DISTRICT OFFICE623 TS7845 210995-2 DEPT OF GENERAL SERVICES BPSAS 18&H625 TS7845 210997-2 DEPT OF GENERAL SERVICES BPSAS 18&H

624 TS7845 210996-1 DEPT OF GENERAL SERVICES BRSAS 18&H622 TS7845 207856-1 DEPT OF GENERAL SERVICES BUREAU OF MAINTENANCE MANAGEME616 TS7845 184381 DEPT OF GENERAL SERVICES CENTRAL MAILROOM621 TS7845 207838-1 DEPT OF GENERAL SERVICES CENTRAL MAILROOM673 TS7352 207745 DEPT OF MILITARY & VETERANS AFFAIRS BUREAU FOR VETERANS AFFAIRS682 TS7352 212112 DEPT OF MILITARY & VETERANS AFFAIRS DMVA BLDG S-0-47 FTIG706 TS7352 212879 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME707 TS7352 212880 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME669 TS7352 205792 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME670 TS7352 205793 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME708 TS7352 212881 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME719 TS7352 213045 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME651 TS7352 205773 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME652 TS7352 205774 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME653 TS7352 205775 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME654 TS7352 205776 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME655 TS7352 205777 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME656 TS7352 205779 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME657 TS7352 205780 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME658 TS7352 205781 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME659 TS7352 205782 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME660 TS7352 205783 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME661 TS7352 205784 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME662 TS7352 205785 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME663 TS7352 205786 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME664 TS7352 205787 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME665 TS7352 205788 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME666 TS7352 205789 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME667 TS7352 205790 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME668 TS7352 205791 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME650 TS7352 205772 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME647 TS7352 205767 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME689 TS7352 212570 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME690 TS7352 212571 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME700 TS7352 212873 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME642 TS7352 205762 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME643 TS7352 205763 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME644 TS7352 205764 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME645 TS7352 205765 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME646 TS7352 205766 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME687 TS7352 212568 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME701 TS7352 212874 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME649 TS7352 205769 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME717 TS7352 213043 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME718 TS7352 213044 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME721 TS7352 213047 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME722 TS7352 213048 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME723 TS7352 213049 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME724 TS7352 213050 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME702 TS7352 212875 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME703 TS7352 212876 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME704 TS7352 212877 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME705 TS7352 212878 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME720 TS7352 213046 DEPT OF MILITARY & VETERANS AFFAIRS HOLLIDAYSBURG VETERANS HOME692 TS7352 212694 DEPT OF MILITARY & VETERANS AFFAIRS OFFICE OF VETERANS AFFAIRS

678 TS7352 212097 DEPT OF MILITARY & VETERANS AFFAIRS PSSH679 TS7352 212098 DEPT OF MILITARY & VETERANS AFFAIRS PSSH680 TS7352 212099 DEPT OF MILITARY & VETERANS AFFAIRS PSSH681 TS7352 212100 DEPT OF MILITARY & VETERANS AFFAIRS PSSH637 TS7352 203651 DEPT OF MILITARY & VETERANS AFFAIRS PSSH638 TS7352 203652 DEPT OF MILITARY & VETERANS AFFAIRS PSSH639 TS7352 203653 DEPT OF MILITARY & VETERANS AFFAIRS PSSH674 TS7352 207764 DEPT OF MILITARY & VETERANS AFFAIRS PSSH699 TS7352 212749 DEPT OF MILITARY & VETERANS AFFAIRS WESTERN FIELD OFFICE53 TS7356 212673 ENVIRONMENTAL HEARING BOARD ENVIRONMENTAL HEARING BOARD54 TS7356 212674 ENVIRONMENTAL HEARING BOARD ENVIRONMENTAL HEARING BOARD52 TS7356 212068 ENVIRONMENTAL HEARING BOARD ENVIRONMENTAL HEARING BOARD56 TS7356 214640 ENVIRONMENTAL HEARING BOARD ENVIRONMENTAL HEARING BOARD57 TS7356 214641 ENVIRONMENTAL HEARING BOARD ENVIRONMENTAL HEARING BOARD89 TS7847 214873-1 HISTORICAL & MUSEUM COMMISSION ANTHRACITE HERITAGE MUSEUM87 TS7847 214871-1 HISTORICAL & MUSEUM COMMISSION ARCHIVES - HARRISBURG88 TS7847 214872-1 HISTORICAL & MUSEUM COMMISSION ARCHIVES - HARRISBURG102 TS7847 214886-1 HISTORICAL & MUSEUM COMMISSION BAH/PUBLICATION & SALES DIV62 TS7847 212001 HISTORICAL & MUSEUM COMMISSION BAH/STATE RECORDS CTR/DRAIS63 TS7847 212013 HISTORICAL & MUSEUM COMMISSION BAH/STATE RECORDS CTR/DRAIS90 TS7847 214874-1 HISTORICAL & MUSEUM COMMISSION BRANDYWINE BATTLEFIELD PARK121 TS7847 214905-1 HISTORICAL & MUSEUM COMMISSION BUREAU FOR HISTORIC PRESERVATI122 TS7847 214907-1 HISTORICAL & MUSEUM COMMISSION BUREAU FOR HISTORIC PRESERVATI112 TS7847 214896-1 HISTORICAL & MUSEUM COMMISSION BUREAU FOR HISTORIC PRESERVATI113 TS7847 214897-1 HISTORICAL & MUSEUM COMMISSION BUREAU FOR HISTORIC PRESERVATI114 TS7847 214898-1 HISTORICAL & MUSEUM COMMISSION BUREAU FOR HISTORIC PRESERVATI115 TS7847 214899-1 HISTORICAL & MUSEUM COMMISSION BUREAU FOR HISTORIC PRESERVATI116 TS7847 214900-1 HISTORICAL & MUSEUM COMMISSION BUREAU FOR HISTORIC PRESERVATI117 TS7847 214901-1 HISTORICAL & MUSEUM COMMISSION BUREAU FOR HISTORIC PRESERVATI78 TS7847 212585 HISTORICAL & MUSEUM COMMISSION BUREAU STATE MUSEUM/EXHIBITS D91 TS7847 214875-1 HISTORICAL & MUSEUM COMMISSION BUSHY RUN BATTLEFIELD93 TS7847 214877-1 HISTORICAL & MUSEUM COMMISSION CONRAD WEISER HOMESTEAD92 TS7847 214876-1 HISTORICAL & MUSEUM COMMISSION CORNWALL IRON FURNACE94 TS7847 214878-1 HISTORICAL & MUSEUM COMMISSION DANIEL BOONE HOMESTEAD95 TS7847 214879-1 HISTORICAL & MUSEUM COMMISSION DRAKE WELL MUSEUM98 TS7847 214882-1 HISTORICAL & MUSEUM COMMISSION ECKLEY MINERS VILLAGE96 TS7847 214880-1 HISTORICAL & MUSEUM COMMISSION EPHRATA CLOISTER97 TS7847 214881-1 HISTORICAL & MUSEUM COMMISSION ERIE MARITIME MUSEUM99 TS7847 214883-1 HISTORICAL & MUSEUM COMMISSION FORT PITT MUSEUM100 TS7847 214884-1 HISTORICAL & MUSEUM COMMISSION GRAEME PARK103 TS7847 214887-1 HISTORICAL & MUSEUM COMMISSION LANDIS VALLEY MUSEUM104 TS7847 214888-1 HISTORICAL & MUSEUM COMMISSION OLD ECONOMY VILLAGE105 TS7847 214889-1 HISTORICAL & MUSEUM COMMISSION PENNSBURY MANOR107 TS7847 214891-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA LUMBER MUSEUM106 TS7847 214890-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA MILITARY MUSEUM119 TS7847 214903-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA STATE MUSEUM120 TS7847 214904-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA STATE MUSEUM81 TS7847 214865-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA STATE MUSEUM82 TS7847 214866-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA STATE MUSEUM83 TS7847 214867-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA STATE MUSEUM84 TS7847 214868-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA STATE MUSEUM85 TS7847 214869-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA STATE MUSEUM86 TS7847 214870-1 HISTORICAL & MUSEUM COMMISSION PENNSYLVANIA STATE MUSEUM101 TS7847 214885-1 HISTORICAL & MUSEUM COMMISSION RAILROAD MUSEUM OF PA108 TS7847 214892-1 HISTORICAL & MUSEUM COMMISSION RAILROAD MUSEUM OF PA

109 TS7847 214893-1 HISTORICAL & MUSEUM COMMISSION SOMERSET HISTORICAL CENTER111 TS7847 214895-1 HISTORICAL & MUSEUM COMMISSION STATE RECORDS CENTER110 TS7847 214894-1 HISTORICAL & MUSEUM COMMISSION WASHINGTON CROSSING HISTORIC P758 TS7406 204980 INSURANCE DEPARTMENT ADMIN HEARINGS OFFICE773 TS7406 207660 INSURANCE DEPARTMENT ADMIN HEARINGS OFFICE785 TS7406 212190 INSURANCE DEPARTMENT BUREAU OF ADMINISTRATION769 TS7406 207586 INSURANCE DEPARTMENT BUREAU OF ADMINISTRATION778 TS7406 207795 INSURANCE DEPARTMENT BUREAU OF ADMINISTRATION770 TS7406 207587 INSURANCE DEPARTMENT BUREAU OF ADMINISTRATION759 TS7406 204981 INSURANCE DEPARTMENT BUREAU OF ENFORCEMENT760 TS7406 204982 INSURANCE DEPARTMENT BUREAU OF INFORMATION TECHNOLO767 TS7406 204989-1 INSURANCE DEPARTMENT CHIP762 TS7406 204984-1 INSURANCE DEPARTMENT CHIP763 TS7406 204985 INSURANCE DEPARTMENT COMPANIES765 TS7406 204987-1 INSURANCE DEPARTMENT CONSUMER ADVOCATES787 TS7406 212982 INSURANCE DEPARTMENT CONSUMER ADVOCATES788 TS7406 212985 INSURANCE DEPARTMENT CONSUMER ADVOCATES766 TS7406 204988-1 INSURANCE DEPARTMENT ENFORCEMENT ROSEMONT782 TS7406 210791 INSURANCE DEPARTMENT M CARE FUND772 TS7406 207622 INSURANCE DEPARTMENT M CARE FUND761 TS7406 204983 INSURANCE DEPARTMENT SURVEILLANCE828 TS7457 212915 PENN EMERGENCY MANAGEMENT AGENCY STATE FIRE ACADEMY826 TS7457 212603-1 PENN EMERGENCY MANAGEMENT AGENCY STATE FIRE ACADEMY819 TS7457 204921-2 PENN EMERGENCY MANAGEMENT AGENCY STATE FIRE COMMISSIONER821 TS7457 212583 PENN EMERGENCY MANAGEMENT AGENCY WESTERN AREA OFFICE125 TS7384 210784 PUBLIC SCHOOL EMPLOYEES RETIREMENT SYSTEM PSERS1278 TS7458 213078 STATE EMPLOYEES RETIREMENT SYSTEM SERS1277 TS7458 213002 STATE EMPLOYEES RETIREMENT SYSTEM SERS896 TS7858 213174 STATE POLICE BUREAU OF FORENSIC SERVICES1372 TS7410 212672-1 TURNPIKE COMMISSION ADMINISTRATIVE SERVICES1373 TS7410 212926 TURNPIKE COMMISSION ADMINISTRATIVE SERVICES1374 TS7410 212927 TURNPIKE COMMISSION EVERETT STORE DISTRICT 2

Address Location City Type Mfg Model CAT DESC4395 QUEHANNA HWY HUMAN RESOURCES KARTHAUS SCN HEWLETT PACKARD 7650 28 Scanner - Low End4395 QUEHANNA HWY RECORDS KARTHAUS SCN HEWLETT PACKARD 6200C 28 Scanner - Low End4395 QUEHANNA HWY ADMIN KARTHAUS SCN HEWLETT PACKARD 7490C 28 Scanner - Low End4395 QUEHANNA HWY RECORDS KARTHAUS FAC BROTHER INTELLIFAX4750E 76 Multifunction Device - Low4395 QUEHANNA HWY EXECUTIVE COMPLEX KARTHAUS FAC BROTHER INTELLIFAX 200 80 FAX LOW4395 QUEHANNA HWY HUMAN RESOURCES KARTHAUS FAC SHARP F03150 80 FAX - LOW4395 QUEHANNA HWY EXECUTIVE COMPLEX KARTHAUS FAC SHARP F04450 76 Multifunction Device - Low4395 QUEHANNA HWY SECURITY KARTHAUS FAC SHARP FO3150 80 FAX - LOW4395 QUEHANNA HWY MAINTENANCE READY ROOM KARTHAUS FAC SHARP FO3150 80 FAX - LOW4395 QUEHANNA HWY ADMIN KARTHAUS FAC LANIER 1205 76 Multifunction Device Low4395 QUEHANNA HWY MAINTENANCE KARTHAUS FAC LANIER 1205 76 Multifunction Device Low189 FYOCK ROAD INDIANA CM1 HEWLETT PACKARD T828 14 PC - Desktop/Tower189 FYOCK ROAD INDIANA PR1 BROTHER 1E05 26 Printer - Laser189 FYOCK ROAD SECURITY INDIANA FAC MURATA F-98 76 Multifunction Device Low189 FYOCK ROAD MEDICAL INDIANA FAC MURATA F-98 76 Multifunction Device Low189 FYOCK ROAD SWITCHBOARD INDIANA FAC MURATEC F-98 76 Multifunction Device Low110 NORTH 8TH STREET SUITE 201 PHILADELPHIA CO1 XEROX DC470S 78651 BOAS STREET, ROOM 205 HARRISBURG CO1 XEROX DOCUCOLOR 3535 7847 SOUTH WASHINGTON STREET WILKES BARRE FAC BROTHER 4750 81 FAX HIGH47 SOUTH WASHINGTON STREET WILKES BARRE FAC BROTHER 4750 81 FAX HIGHL&I BUILDING 10TH FLOOR HARRISBURG FAC LANIER 515E 76 Multifunction Device LowL&I BUILDING 10TH FLOOR HARRISBURG FAC LANIER LF411 76 Multifunction Device Low100 LACKAWANNA AVENUE SCRANTON CO1 XEROX DC432SX 781171 SOUTH CAMERON STREET ROOM 327 - MAIN ENTRANCE HARRISBURG FAC LANIER LF416E 76 Multifunction Device Low914 PENN AVENUE 6TH FLOOR PITTSBURGH FA1 CANON LC710 76 Multifunction Device - Low100 LACKAWANNA AVE SCRANTON SCN KODAK I280 31 Scanner - High100 LACKAWANNA AVE SCRANTON SCN KODAK I620 31 Scanner - High100 LACKAWANNA AVE SCRANTON SCN KODAK I620 31 Scanner - High100 LACKAWANNA AVE SCRANTON SCN KODAK I620 31 Scanner - High100 LACKAWANNA AVE SCRANTON FAC BROTHER 4100E 76 Multifunction Device - Low100 LACKAWANNA AVE SCRANTON FA1 CANON LC710 76 Multifunction Device - Low100 LACKAWANNA AVE 4TH FLOOR SCRANTON FA1 CANON LC710 76 Multifunction Device - Low100 LACKAWANNA AVE SCRANTON FAC CANON LC710 76 Multifunction Device - Low100 LACKAWANNA AVE SCRANTON FAC CANON LC710 76 Multifunction Device - Low100 LACKAWANNA AVE SCRANTON FAC CANON LC710 76 Multifunction Device - Low100 LACKAWANNA AVENUE SCRANTON FAC LANIER LF515E 76 Multifunction Device Low160 HAMILTON STREET, SUITE 500 ALLENTOWN FAC MURATEC F-560 76 Multifunction Device Low160 HAMILTON STREET, SUITE 500 ALLENTOWN FAC MURATEC F-560 76 Multifunction Device Low160 HAMILTON STREET, SUITE 500 ALLENTOWN FAC MURATEC F-560 76 Multifunction Device Low300 G LAIRD STREET SUITE 200 WILKES-BARRE PR1 KYOCERA FS-C5025N 26 Printer - Laser300 LIBERTY AVENUE, ROOM 301A PITTSBURGH SCN FUJITSU FI6670A 32 Scanner - Ultra400 STANWIX STREET, ROOM 900 PITTSBURGH SCN FUJITSU FI6670A 32 Scanner - Ultra914 PENN AVENUE PITTSBURGH SCN FUJITSU FI6670A 32 Scanner - Ultra301 5TH AVENUE, SUITE 470 PITTSBURGH SCN FUJITSU FI6670A 32 Scanner - Ultra301 5TH AVENUE, SUITE 470 PITTSBURGH SCN FUJITSU FI6670A 32 Scanner - Ultra5947 PENN AVENUE PITTSBURGH SCN FUJITSU FI6670A 32 Scanner - Ultra625 CHERRY STREET READING SCN FUJITSU FI6670A 32 Scanner - Ultra1100 GREEN AVENUE ALTOONA SCN FUJITSU FI6670A 32 Scanner - Ultra1214 NEW RODGERS ROAD BRISTOL SCN FUJITSU FI6670A 32 Scanner - Ultra2330 VARTAN WAY, 2ND FLOOR HARRISBURG PR1 HEWLETT PACKARD 4700DN 26 Printer - Laser603 STANWIX STREET, SUITE 1125 SUITE 1125 PITTSBURGH PR1 LEXMARK T640N 26 Printer - Laser2330 VARTAN WAY, 2ND FLOOR CLERICAL HARRISBURG PR1 LEXMARK T642N 26 Printer - Laser801 MARKET STREET, STE 5005 16TH FLOOR PHILADELPHIA FAC BROTHER 4750E 76 Multifunction Device - Low603 STANWIX STREET, SUITE 1125 WEST PITTSBURGH FAC BROTHER 4750E 76 Multifunction Device - Low

625 CHERRY STREET RECEPTIONIST READING FAC BROTHER 4750E 76 Multifunction Device - Low2330 VARTAN WAY, 2ND FLOOR CLERICAL HARRISBURG FA1 BROTHER MFC9440CN 76 Multifunction Device - Low801 MARKET STREET, STE 5005 3RD FLOOR PHILADELPHIA FAC BROTHER 2820 81 FAX HIGH625 MAIN STREET JOHNSTOWN SCN FUJITSU FI6670A 32 Scanner - Ultra2580 PARK CENTER BLVD STATE COLLEGE SCN FUJITSU FI6670A 32 Scanner - Ultra1025 LEONARD STREET CLEARFIELD SCN FUJITSU FI6670A 32 Scanner - Ultra1025 LEONARD STREET CLEARFIELD SCN FUJITSU FI6670A 32 Scanner - Ultra27 EAST 7TH STREET BLOOMSBURG SCN FUJITSU FI6670A 32 Scanner - Ultra1084 WATER STREET MEADVILLE SCN FUJITSU FI6670A 32 Scanner - Ultra33 WESTMINSTER DRIVE CARLISLE SCN FUJITSU FI6670A 32 Scanner - Ultra2432 NORTH 7TH STREET HARRISBURG SCN FUJITSU FI6670A 32 Scanner - Ultra701 CROSBY STREET, SUITE A CHESTER SCN FUJITSU FI6670A 32 Scanner - UltraCOMMONWEALTH & FORSTER VARIOUS LOCATIONS HARRISBURG SCN XEROX 632 30 Scanner - Mid1316 HOLLAND STREET ERIE SCN FUJITSU FI6670A 32 Scanner - Ultra1316 HOLLAND STREET ERIE SCN FUJITSU FI6670A 32 Scanner - Ultra41 WEST CHURCH STREET UNIONTOWN SCN FUJITSU FI6670A 32 Scanner - Ultra41 WEST CHURCH STREET UNIONTOWN SCN FUJITSU FI6670A 32 Scanner - Ultra620 NORLAND AVENUE CHAMBERSBURG SCN FUJITSU FI6670A 32 Scanner - Ultra5201 OLD YORK ROAD PHILADELPHIA SCN FUJITSU FI6670A 32 Scanner - Ultra100 LACKAWANNA AVENUE SCRANTON SCN FUJITSU FI6670A 32 Scanner - Ultra832 MANOR STREET LANCASTER SCN FUJITSU FI6670A 32 Scanner - Ultra101 SOUTH 7TH STREET ALLENTOWN SCN FUJITSU FI6670A 32 Scanner - Ultra219 EAST LEHIGH AVENUE PHILADELPHIA SCN FUJITSU FI6670A 32 Scanner - Ultra1348 SEDGLEY AVENUE PHILADELPHIA SCN FUJITSU FI6670A 32 Scanner - Ultra205 SOUTH WASHINGTON STREET WILKES-BARRE SCN FUJITSU FI6670A 32 Scanner - Ultra327 CHURCH STREET DANVILLE SCN FUJITSU FI6670A 32 Scanner - Ultra201 LARRY HOLMES DRIVE EASTON SCN FUJITSU FI6670A 32 Scanner - Ultra105 NORTH MAIN STREET WILKES-BARRE FAC SAVIN 3760SUPERG3 76 Multifunction Device - Low1334 BAINBRIDGE STREET PHILADELPHIA SCN FUJITSU FI6670A 32 Scanner - Ultra301 EAST CHELTEN AVENUE PHILADELPHIA SCN FUJITSU FI6670A 32 Scanner - Ultra961 NORTH MARSHALL STREET PHILADELPHIA SCN FUJITSU FI6670A 32 Scanner - Ultra24 ROBINSON STREET POTTSTOWN SCN FUJITSU FI6670A 32 Scanner - Ultra1348 SEDGLEY AVENUE PHILADELPHIA SCN FUJITSU FI6670A 32 Scanner - Ultra2640 WOODGLEN ROAD POTTSVILLE SCN FUJITSU FI6670A 32 Scanner - Ultra167 NORTH MAIN STREET WASHINGTON SCN FUJITSU FI6670A 32 Scanner - Ultra587 SELLS LANE GREENSBURG SCN FUJITSU FI6670A 32 Scanner - Ultra587 SELLS LANE GREENSBURG SCN FUJITSU FI6670A 32 Scanner - Ultra130 NORTH DUKE STREET YORK SCN FUJITSU FI6670A 32 Scanner - Ultra4TH & WALNUT STREETS 12TH FLOOR HARRISBURG SCN KODAK 3520 31 Scanner - High4TH & WALNUT STREETS 12TH FLOOR HARRISBURG SCN KODAK I620 31 Scanner - High4TH & WALNUT STREETS HARRISBURG SCN KODAK I620 31 Scanner - High4TH & WALNUT STREETS HARRISBURG SCN KODAK 5500D 31 Scanner - High4TH & WALNUT STREETS HARRISBURG SCN KODAK I610 31 Scanner - High4TH & WALNUT STREETS HARRISBURG SCN KODAK I610 31 Scanner - High4TH & WALNUT STREETS HARRISBURG SCN KODAK 7500D 32 Scanner - Ultra4TH & WALNUT STREETS HARRISBURG SCN KODAK 7500D 32 Scanner - Ultra4TH & WALNUT STREETS 9TH FLOOR HARRISBURG SCN KODAK 7500D 32 Scanner - Ultra4TH & WALNUT STREETS HARRISBURG SCN KODAK 7500D 32 Scanner - Ultra4TH & WALNUT STREETS HARRISBURG SCN KODAK 7500D 32 Scanner - Ultra1850 BROOKWOOD STREET HARRISBURG SCN KODAK 9500D 32 Scanner - Ultra1850 BROOKWOOD STREET HARRISBURG SCN KODAK 9500D 32 Scanner - Ultra1850 BROOKWOOD STREET HARRISBURG SCN KODAK 9500D 32 Scanner - Ultra1850 BROOKWOOD STREET HARRISBURG SCN KODAK 9500D 32 Scanner - Ultra1850 BROOKWOOD STREET HARRISBURG SCN KODAK 9500D 32 Scanner - Ultra1850 BROOKWOOD STREET HARRISBURG SCN KODAK 9500D 32 Scanner - Ultra

4TH & WALNUT STREETS HARRISBURG SCN KODAK 9500D 32 Scanner - Ultra4TH & WALNUT STREETS HARRISBURG SCN KODAK 9500DP 32 Scanner - Ultra1 PENN CENTER HARRISBURG SCN CANON DRX10C 32 Scanner - Ultra1 PENN CENTER HARRISBURG SCN CANON DRX10C 32 Scanner - UltraNORTH OFFICE BUILDING RM 206 HARRISBURG SCN CANON DR 7580 31 Scanner - HighNORTH OFFICE BUILDING RM 206 HARRISBURG SCN CANON DR 7580 31 Scanner - HighCOMMONWEALTH & NORTH STREET ROOM 234 HARRISBURG SCN XEROX 3300MFP 76 Multifunction Device - LowCOMMONWEALTH & NORTH STREET ROOM 315B HARRISBURG CO1 XEROX DC440 78905 ELMERTON AVENUE REAR OF BUILDING HARRISBURG CO1 XEROX WCP55 781924 DAISY STREET CLEARFIELD CO1 XEROX DC2240 78715 JORDAN AVENUE MONTOURSVILLE SCN KODAK I4600 32 Scanner - Ultra715 JORDAN AVENUE 2ND FL MAINT. MONTOURSVILLE SCN KODAK I4600 32 Scanner - Ultra715 JORDAN AVENUE FISCAL UNIT MONTOURSVILLE FAC SHARP FODC525 76 Multifunction Device - Low715 JORDAN AVENUE SWITCHBOARD / RECEPTIONIST AREA MONTOURSVILLE FAC SHARP FODC600 76 Multifunction Device - Low715 JORDAN AVENUE MONTOURSVILLE CO1 XEROX DC460 7845 LUNGER DRIVE BLOOMSBURG FAC SHARP FO4470 76 Multifunction Device - Low3450 BEAR CREEK BLVD RT 315 WILKES BARRE FA1 MURATEC 1430D 76 Multifunction Device - Low2140 HERR STREET Main Office HARRISBURG FA1 CANON 710 76 Multifunction Device - Low2140 HERR STREET 7800 HARRISBURG FA1 RICOH 2210L 76 Multifunction Device - Low2140 HERR STREET 7800 HARRISBURG FA1 RICOH 2210L 76 Multifunction Device - Low2140 HERR STREET 7800 HARRISBURG FA1 RICOH 2210L 76 Multifunction Device - Low2140 HERR STREET 7800 HARRISBURG FA1 RICOH 2210L 76 Multifunction Device - Low2140 HERR STREET 7800 HARRISBURG FA1 RICOH 2210L 76 Multifunction Device - Low2140 HERR STREET 7800 HARRISBURG FA1 RICOH 2210L 76 Multifunction Device - Low2140 HERR STREET Stockroom HARRISBURG FA1 RICOH LF215 76 Multifunction Device - Low2140 HERR STREET Intersection of US 22 & Blue Ridge Ave HARRISBURG FA1 LANIER 2200 76 Multifunction Device Low1101 SOUTH FRONT STREET HARRISBURG PR2 HEWLETT PACKARD DESIGNJET 5000 20 Plotter1312 NORTH CENTER AVENUE TRUCKERS LOUNGE SOMERSET FA1 PANASONIC KXFLM661 80 FAX - LOW1312 NORTH CENTER AVENUE SOMERSET FAC LANIER 1110CG 80 Fax low 1312 NORTH CENTER AVENUE SOMERSET FAC LANIER 1110CG 80 Fax low 1312 NORTH CENTER AVENUE SOMERSET FAC LANIER LF125M 80 Fax low 1312 NORTH CENTER AVENUE SOMERSET FAC LANIER LF215M 76 Multifunction Device Low180 ELEVENTH AVENUE MEYERSDALE FA1 PANASONIC KXFLM661 80 FAX - LOW987 MASON DIXON HIGHWAY BERLIN FA1 PANASONIC KXFLM661 80 FAX - LOW484 PENN AVENUE HOLSOPPLE FA1 PANASONIC KXFLM661 80 FAX - LOW360 POMROYS DRIVE WINDBER FA1 PANASONIC KXFLM661 80 FAX - LOW7869 NATIONAL PIKE ROAD ADDISON FA1 PANASONIC KXFLM661 80 FAX - LOW3123 KINGWOOD ROAD ROCKWOOD FA1 PANASONIC KXFLM661 80 FAX - LOW6955 LINCOLN HIGHWAY STOYSTOWN FAC LANIER LF310 76 Multifunction Device Low45 INDUSTRIAL PARK ROAD SELINSGROVE FAC SHARP FO4470 76 Multifunction Device - Low612 FAIRGROUND ROAD LEWISBURG FA1 SHARP FO-DC525 76 Multifunction Device - Low2301 NORTH CAMERON STREET HARRISBURG CO1 XEROX 3535 78RCSOB, 400 MARKET STREET 7TH FLOOR, ADMN SVCS HARRISBURG COP XEROX 4250 78333 MARKET STREET, 3RD FL. 3RD FL. HARRISBURG PR1 INTERMEC CORP. PC4 EASYCODER 61 Printer - Specialized400 MARKET STREET HARRISBURG CM3 IBM ULTRIUM 4 DRIVE 06 External Storage Devices400 MARKET STREET HARRISBURG CM3 IBM ULTRIUM 4 DRIVE 06 External Storage Devices5 WEST LAUREL BOULEVARD POTTSVILLE PR2 HEWLETT PACKARD 5500PS 20 Plotter100 NEW SALEM ROAD, ROOM 167 RM 167 UNIONTOWN PR2 HEWLETT PACKARD DESIGNJETZ6100 20 Plotter400 MARKET STREET HARRISBURG CO1 XEROX DC440 78208 WEST THIRD STREET SUITE 10 WILLIAMSPORT FA1 CANON LC310 76 Multifunction Device - Low208 WEST THIRD STREET SUITE 10 WILLIAMSPORT FAC CANON L170 80 FAX LOW208 WEST THIRD STREET SUITE 10 SUITE 101 WILLIAMSPORT FAC CANON L170 80 FAX LOW309 NORTH FIFTH STREET SUNBURY FAC CANON LC2050P 76 Multifunction Device - Low18TH & HERR STREETS ROOM 300 HARRISBURG CO1 XEROX DC255SL 7818TH & HERR STREETS FIRST FLOOR ROOM 107 HARRISBURG CO1 XEROX DC255ST 78

18TH & HERR STREETS HARRISBURG CO1 XEROX DC255 78403 NORTH OFFICE BUILDING HARRISBURG COP XEROX 432SX 78401 NORTH STREET CENTRAL MAILROOM HARRISBURG PR1 BROTHER 1E05 26 Printer - Laser401 NORTH STREET HARRISBURG COP XEROX 432SX 785000 WISSAHICKON AVENUE PHILADELPHIA FAC SHARP FO4470 76 Multifunction Device - LowFISHER AVENUE FACILITIES & ENGINEERING ANNVILLE FAC PANASONIC UF7000 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH NURSING 1 GE HOLLIDAYSBURG FAC BROTHER 4100E 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH NURSING 1GW HOLLIDAYSBURG FAC BROTHER 4100E 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI STORAGE HOLLIDAYSBURG FAC CANON 9000 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-ADAP EQUIPMENT #EG-27 HOLLIDAYSBURG FAC CANON 9000 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH S.S. HOLLIDAYSBURG FAC CANON 2050P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EISENHOWER HALL PHARMACY HOLLIDAYSBURG FAC CANON 2050P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI STOREROOM HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI MAINTENANCE HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH-N1 NURSING OFFICE HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI ARNOLD HALL GROUND EAST HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI STORAGE HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH-SII NURSING ST #C-03 HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH-S1 NURSING ST #C-03 HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH-OT HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH-CENTRAL SUPPLY #C-08 HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH-NURSING OFFICE #B-1 HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI MH-GRD FL NURSING ST #B-6 HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-OT #D-107A HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI STORAGE HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-CII NURSING ST #E-214 HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-EII NURSING ST #C-218 HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-WII NURSING ST #D-204 HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI DIETARY OFFICE HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-GE RESTORATIVE NURSING HOLLIDAYSBURG FAC CANON 2060P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH-COMMANDANT #A-7 HOLLIDAYSBURG FAC CANON L3175 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-GW NURSING OFFICE HOLLIDAYSBURG FAC CANON LC2050P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH S2 NURSE OFFICE HOLLIDAYSBURG FAC CANON LC2050P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI MH PCU NURSE STATION 2ND FLR HOLLIDAYSBURG FAC CANON LC2050P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH HR OFFICE HOLLIDAYSBURG FAC CANON LC2050P 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI GARAGE HOLLIDAYSBURG FAC CANON LC310 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-ACCOUNTING HOLLIDAYSBURG FAC CANON LC310 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH-NSG N2 HOLLIDAYSBURG FAC CANON LC310 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-PURCHASING HOLLIDAYSBURG FAC CANON LC710 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI AH-MEDICAL RECORDS HOLLIDAYSBURG FAC CANON LC710 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH S1 NURSE SUPERVISORS OFFICE HOLLIDAYSBURG FAC CANON LC710 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH N1 NURSING STATION HOLLIDAYSBURG FAC CANON LC730I 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI SECURITY OFFICE, ADMIN HOLLIDAYSBURG FAC HEWLETT PACKARD 7210 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI ARNOLD HALL EAST 2 NURSING OFFICE HOLLIDAYSBURG FAC XEROX 3300MFP 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI BOILER HOUSE HOLLIDAYSBURG FAC XEROX 3300MFP 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EISENHOWER HALL SOUTH 2 NURSING OFFICE HOLLIDAYSBURG FAC XEROX 3300MFP 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EISENHOWER HALL NORTH 2 NURSING OFFICE HOLLIDAYSBURG FAC XEROX 3300MFP 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI EH N2 FACILITY REIMBURSEMENT OFF HOLLIDAYSBURG FAC XEROX 3300MFP 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI MAC HALL GROUND FLR. NURSING OFFICE HOLLIDAYSBURG FAC XEROX 3300MFP 76 Multifunction Device - LowROUTE 220 - MEADOWS INTERSECTI REVENUE HOLLIDAYSBURG FAC BROTHER 290 80 FAX LOWROUTE 220 - MEADOWS INTERSECTI MEDICAL STAFF OFFICE HOLLIDAYSBURG FAC BROTHER 290 80 FAX LOWROUTE 220 - MEADOWS INTERSECTI AH CENTER 2 NURSING HOLLIDAYSBURG FAC BROTHER 290 80 FAX LOWROUTE 220 - MEADOWS INTERSECTI STORE ROOM/RECEIVING MAIN OFFICE HOLLIDAYSBURG FAC BROTHER 290 80 FAX LOWROUTE 220 - MEADOWS INTERSECTI EISENHOWER HALL SOUTH 1 NURSING OFFICE HOLLIDAYSBURG FAC BROTHER 2920 81 FAX HIGHFISHER AVENUE ANNVILLE SCN CANON DR4010C 30 Scanner - Mid

560 EAST THIRD STREET COMMANDANTS OFFICE ERIE FAC CANON 510 76 Multifunction Device - Low560 EAST THIRD STREET NURSING UNIT B ERIE FAC CANON 510 76 Multifunction Device - Low560 EAST THIRD STREET PURCHASING ERIE FAC CANON 510 76 Multifunction Device - Low560 EAST THIRD STREET MAINTENANCE ERIE FAC CANON 510 76 Multifunction Device - Low560 EAST THIRD STREET ALZHEIMERS UNIT ERIE FAC CANON LC510 81 FAX HIGH560 EAST THIRD STREET ALZHEIMERS UNIT ERIE FAC CANON LC510 81 FAX HIGH560 EAST THIRD STREET ALZHEIMERS UNIT ERIE FAC CANON LC510 81 FAX HIGH560 EAST THIRD STREET ERIE FAC PANASONIC UF890 76 Multifunction Device - Low1000 LIBERTY AVENUE SUITE 1612 PITTSBURGH PR1 HEWLETT PACKARD 4250 26 Printer - Laser400 MARKET STREET - RCSOB 2ND FL, RCSOB HARRISBURG PR1 KYOCERA FS3900DN 26 Printer - Laser400 MARKET STREET - RCSOB 2ND FL, RCSOB HARRISBURG PR1 KYOCERA FS3900DN 26 Printer - Laser301 FIFTH AVENUE, SUITE 310 PITTSBURGH FAC CANON 2050P 76 Multifunction Device - Low400 MARKET STREET - RCSOB HARRISBURG FAC CANON 2050P 76 Multifunction Device - Low2 EAST MAIN STREET 4TH FLOOR NORRISTOWN FAC XEROX WC151 78RD #1 BALD MOUNTAIN ROAD ACM SCRANTON COP KYOCERA KM2530 78300 NORTH STREET ARCHIVES HARRISBURG COP KYOCERA KM2530 78300 NORTH STREET ARCH RM A7 HARRISBURG COP KYOCERA KM2530 78400 NORTH STREET JPH HARRISBURG COP KYOCERA KM2530 781825 STANLEY DRIVE HARRISBURG PR1 ZEBRA TECHNOLOGIES CORP 105SL 61 Printer - Specialized1825 STANLEY DRIVE HARRISBURG PR1 ZEBRA TECHNOLOGIES CORP 105SL 61 Printer - SpecializedUS ROUTE 1 BBP CHADDS FORD COP KYOCERA KM2530 78400 NORTH STREET COLLECTIONS HARRISBURG COP KYOCERA KM1530 77400 NORTH STREET SRC HARRISBURG COP KYOCERA KM1530 77400 NORTH STREET LIBRARY-PAULA HEIMANS AREA HARRISBURG COP KYOCERA KM2530 78400 NORTH STREET BHSM HARRISBURG COP KYOCERA KM2530 78400 NORTH STREET GROUND FLR HARRISBURG COP KYOCERA KM2530 78400 NORTH STREET CHERIS AREA HARRISBURG COP KYOCERA KM2530 78400 NORTH STREET PUBLICATIONS HARRISBURG COP KYOCERA KM3035 78400 NORTH STREET BHP HARRISBURG COP KYOCERA KM3035 78300 NORTH STREET ROOM G-13 HARRISBURG PR1 EPSON P260A 20 Plotter1253 BUSHY RUN ROAD BRB JEANETTE COP KYOCERA KM2530 7828 WEISER ROAD CWM WOMELSDORF COP KYOCERA KM2530 78REXMONT ROAD AT BOYD STREET CFM CORNWALL COP KYOCERA KM2530 78400 DANIEL BOONE ROAD DBH BIRDSBORO COP KYOCERA KM2530 78202 MUSEUM LANE DWM TITUSVILLE COP KYOCERA KM2530 78RD #2, BOX 236 EMV WEATHERLY COP KYOCERA KM2530 78632 WEST MAIN STREET ECM EPHRATA COP KYOCERA KM2530 78150 EAST FRONT STREET EMM ERIE COP KYOCERA KM2530 78101 COMMONWEALTH PLACE FPM PITTSBURGH COP KYOCERA KM2530 78859 COUNTY LINE ROAD GPM HORSHAM COP KYOCERA KM2530 782451 KISSEL HILL ROAD LVM LANCASTER COP KYOCERA KM2530 781401 CHURCH STREET OEV AMBRIDGE COP KYOCERA KM2530 78400 PENNSBURY MEMORIAL LANE PBM MORRISVILLE COP KYOCERA KM2530 785660 US ROUTE 6 WEST PLM GALETON COP KYOCERA KM2530 78SOUTH ATHERTON STREET (BR 322) PMM BOALSBURG COP KYOCERA KM2530 78300 NORTH STREET RM541A HARRISBURG COP KYOCERA KM1530 77300 NORTH STREET EXHIBITS HARRISBURG COP KYOCERA KM1530 77300 NORTH STREET RM517 HARRISBURG COP KYOCERA KM2530 78300 NORTH STREET 4TH FLOOR HARRISBURG COP KYOCERA KM2530 78300 NORTH STREET MUSEUM GROUND FLOOR HARRISBURG COP KYOCERA KM2530 78300 NORTH STREET CENTER 5TH FLOOR HARRISBURG COP KYOCERA KM2530 78300 NORTH STREET RMG3 HARRISBURG COP KYOCERA KM2530 78300 NORTH STREET RM518 HARRISBURG COP KYOCERA KM2530 78PA ROUTE 741 HLM STRASBURG COP KYOCERA KM2530 78PA ROUTE 741 RRM STRASBURG COP KYOCERA KM2530 78

10649 SOMERSET PIKE SHC SOMERSET COP KYOCERA KM2530 781825 STANLEY DRIVE SRC HARRISBURG COP KYOCERA KM2530 781112 RIVER HILL ROAD WCM WASHINGTON COP KYOCERA KM2530 78901 NORTH 7TH STREET HARRISBURG FA1 CANON 710 76 Multifunction Device - Low901 NORTH 7TH STREET 2 FL CAB BDG HARRISBURG FAC CANON LC710 76 Multifunction Device - LowSTRAWBERRY SQUARE HARRISBURG FAC CANON 710 76 Multifunction Device - LowSTRAWBERRY SQUARE RATES - ROOM 1326 HARRISBURG FA1 CANON LC710 76 Multifunction Device - LowSTRAWBERRY SQUARE CONSUMER SERVICES OFFICE HARRISBURG FAC CANON MF6560CX 76 Multifunction Device - LowSTRAWBERRY SQUARE COMMISSIONERS AREA ROOM 1326 HARRISBURG FA1 MURATEC MFX2030 76 Multifunction Device - Low1326 STRAWBERRY SQUARE HARRISBURG FA1 CANON 710 76 Multifunction Device - Low1326 STRAWBERRY SQUARE HARRISBURG FAC CANON LC710 76 Multifunction Device - Low333 MARKET STREET HARRISBURG FAC CANON LC3170 76 Multifunction Device - Low333 MARKET STREET HARRISBURG FAC CANON LC710 76 Multifunction Device - Low1326 STRAWBERRY SQUARE HARRISBURG FAC CANON LC710 76 Multifunction Device - Low1326 STRAWBERRY SQUARE HARRISBURG FAC CANON LC710 76 Multifunction Device - Low1326 STRAWBERRY SQUARE HARRISBURG FAC CANON MF6595 76 Multifunction Device - Low1326 STRAWBERRY SQUARE 12TH FLOOR HARRISBURG FAC CANON MF6595 76 Multifunction Device - Low1062 LANCASTER AVENUE ROSEMONT FAC CANON LC710 76 Multifunction Device - Low30 NORTH THIRD STREET SUITE 800 - 8TH FLOOR HARRISBURG FAC LANIER 5100 76 Multifunction Device Low30 NORTH THIRD STREET SUITE 800 - 8TH FLOOR HARRISBURG FA1 LANIER 2005MFD 76 Multifunction Device Low1326 STRAWBERRY SQUARE HARRISBURG FAC CANON LC710 76 Multifunction Device - Low1150 RIVERSIDE DRIVE LEWISTOWN PCE DATACARD CP60 SYSTEM 61 Printer - Specialized1150 RIVERSIDE DRIVE STATE FIRE ACADEMY LEWISTOWN FAC IMAGISTICS FX2100 76 Multifunction Device - Low2605 INTERSTATE DRIVE HARRISBURG COP XEROX DC535SH 78276 STORMER DRIVE INDIANA PR1 HEWLETT PACKARD DESIGNJET500 20 Plotter5 NORTH 5TH STREET 4TH FLOOR, TRADING ROOM HARRISBURG FAC SHARP FODC525 76 Multifunction Device - Low30 NORTH THIRD STREET, STE 150 HARRISBURG SCN KODAK I55 30 Scanner - Mid30 NORTH THIRD STREET, STE 150 5TH FLOOR HARRISBURG SCN KODAK I610 31 Scanner - High1800 ELMERTON AVENUE, 1ST FL HARRISBURG CO1 XEROX DOCUCOLOR240 78700 SOUTH EISENHOWER BLVD MIDDLETOWN CO1 XEROX WC5665 78700 SOUTH EISENHOWER BLVD MIDDLETOWN CO1 XEROX WORK CENTER 265 78MILEPOST 154.20 EB EVERETT COP XEROX DC332 78

Equipment Maintenance Program

To access SRM, highlight the link below and paste in a web browser:

https://remedyweb.state.pa.us/arsys//forms/remedy.state.pa.us/SRS:ServiceRequestConsole/

The following screen appears:

Enter your cwopa login name in the User Name Field

Type your cwopa password in the Password field

Click Log In

The Main Service Request Management console is displayed:

Click on Enterprise Services to navigate through the categories

Shortcut: if you know the name or partial part of the service requesting, type that in the “for” field. Example: Equipment, and click the Magnifying glass to search for service. This will take you directly to the service or list of services with that name.

When Enterprise Services Category is selected, the Service Subcategories page will display:

Click the subcategory of the service being requested.

Select “Equipment Maintenance Program Contract”

The Services page displays the service(s) associated with the Subcategory listed on the previous page.

Click “Request Now” to request the service

The Service request is displayed. All bolded fields with asterisks are required.

Enter the Tag Number, Address (i.e., # street, city, state & zip) and Access hours, issue type (Corrective or Preventative), Impact, Urgency, and description of the problem.

If an attachment is available or necessary, click Add Attachment.

When all fields are filled in click the Submit button. If more information needs to be gathered, click Save As Draft and come back to the request later. To come back to the request later, click on Submitted Requests, highlight the request in Draft status. Click “Complete Request” button. Finish filling out the request and click Submit.

A filled in Service request will look like the above

After the service request has been submitted the above screen will appear

Click on Request Details to see more information about the request.

Click Close to close the screen

To add additional information to the request click Add button from the Service Request Management screen.

Enter a Summary and notes for the information needed. Optionally, add an attachment by clicking the Add Button

Click Save

Click on Submitted Requests in the left navigation window to see all requests and to see the status history and any updates to the request. Any updates to the request will be seen when the request is highlighted in the table.

When finished, click Logout in the upper right hand corner

“If you experienced problems using this process or got results that you did not expect, such as an error

message, please call Enterprise Remedy at (717) 214-6611 or email the Enterprise Agency Help Desk”

EQUIPMENT MAINTENANCE PROGRAM (EMP) CONTRACT 4400009541

SERVICE CALLS: Agencies must utilize the Commonwealth’s Remedy System to place service calls for equipment covered under a maintenance agreement with HT Results. Agencies no longer have an option to use HT Result’s Teleserve System. See attached instructions on the Remedy System. Any agency with the exception of The Department of Corrections that does not have access to the internet system should contact the contract administrator Wanda Bowers at 717-346-3840 or [email protected]. All Corrections employees that do not have access should contact their IT Administrator to issue a remedy ticket for them. If any using agency enters a remedy ticket in the system, but is not the end-user please enter the end-users name and phone number so when the third party service provider gets the service call they know exactly who to contact to avoid the third party provider not being able to find the customer and/or where the equipment for repair is located. If an agency enters a remedy ticket into the system but does not receive a call from the vendor within a 24 to 48 hour period they should contact Sherri Koser at 717-236-7193 or [email protected] and she will contact Teleserve

See attached Equipment Maintenance Program EUP CONSUMABLES: Consumables are excluded under the maintenance agreements with HT Results. These items are available through the Commonwealth’s statewide Office Supplies Contract. These items include: toner, developer, fuser oil, drums for fax machines, etc. Agencies should make an effort to insure these items are readily available to maintenance repair persons in case they need to be replaced during a service call. The third party providers are being instructed to stop the repair of the machine and see the end-user in the event toner or developer does need replacement. If your agency does not have these items on hand and they are needed to complete the servicing of your machine the repair will not be completed. The items will need to be ordered and received by the agency. Upon receipt of the items a second Remedy Ticket will need to be entered to have the repair person return to complete the service. It is important to keep these items in stock to avoid delays in your repair services. Please note this process is being enforced to eliminate repair providers from putting these supplies in the equipment and then billing the agencies for the consumables. OBSELETION OF EQUIPMENT: The process to follow for equipment that is deemed obsolete by a third-party repair provider during a service call is as follows:

1. Any service call by a third-party repair provider in which equipment is deemed obsolete is covered under the agencies existing maintenance agreement with HT Results. Agencies will not be charged for these service calls; HT results will cover these expenses under the maintenance agreement.

2. HT Results and/or Agency will notify the DGS Contracting Officer with the details on the status of the equipment prior to HT Results removing this equipment from the maintenance agreement.

3. HT Results will check to see if there is any other third party provider that can repair the equipment.

a. Please note: There is an agreement between HT Results and U.S. Global for the repair/maintenance of OCE equipment which the OEM service provider will not service due to obsolescence.

4. The DGS Contracting Officer will make the final determination on the obsolescence of the equipment and work with the agency and HT Results on how to proceed.

EQUIPMENT THAT REQUIRES SHIPMENT TO SUPPLIER FOR REPAIRS: If any equipment needs to be mailed to the supplier for repair they should complete the following steps:

1. A Remedy Ticket should be completed in the system. 2. A word document should be completed and attached to the Remedy Ticket listing all serial

numbers of the equipment that need to be repaired.

REPAIR CALLS EXCEEDING $5,000 If a third party provider answers an agency service call and the repair of the equipment exceeds the $5,000 purchase order issued by HT Results; the third party provider must call HT Results to receive authorization before repairing the equipment. The third party provider typically will receive an answer on the authorization within several minutes of making the phone call to HT Results. Once authorization is given the technician would complete the repair. If the repair that is needed requires that parts be ordered the technician would order the parts and once they have arrived the technician would notify the agency and return to the office to complete the repair. VENDOR SERVICE REPORT When an agency has a third party vendor come in and repair their equipment the agency should be provided with a Vendor Service Report by the repair person. If the third party vendor does not have the Vendor Service Report then the agency should provide them with a copy of one. The Department of General Services, Bureau of Procurement has created a Vendor Service Report template; this template is posted on eMarketplace with the EMP Contract. The third party vendor should complete this report then fax a copy to HT Results and a give a copy to the agency. This report is to serve as a record of the service call for the equipment.

Equipment Maintenance Program Contract 4400009541 Remedy Instructions

To access SRM, highlight the link below and paste in a web browser:

https://remedyweb.state.pa.us/arsys//forms/remedy.state.pa.us/SRS:ServiceRequestConsole/ The following screen appears:

Enter your cwopa login name in the User Name Field and type your cwopa password in the Password field. Click Log In The Main Service Request Management console is

displayed:

Click on Enterprise Services to navigate through the categories.

Shortcut: If you know the name or partial part of the service requesting, type that in the “for” field. Example: Equipment, and click the Magnifying glass to search for service. This will take you directly to the service or list of services with that name.

When Enterprise Services Category is selected, the Service Subcategories page will display. Click the subcategory of the service being requested. Select “Equipment Maintenance Program

Contract” The Services page displays the service(s) associated with the Subcategory listed on the previous page. Click “Request Now” to request the service.

The Service Request Screen is displayed. Complete the fields on this screen with the appropriate data. All bolded fields with asterisks are required. Enter the following:

Tag Number Address (i.e., # street, city, state & zip) Access hours Issue type (Corrective or Preventative) Impact Urgency Description of the problem

If an attachment is available or necessary, click Add Attachment. When all fields are filled in click the Submit button. If more information needs to be gathered, click Save As Draft and come back to the request later. To come back to the request later, click on Submitted Requests, highlight the request in Draft status. Click “Complete Request” button. Finish filling out the request and click Submit.

A completed Service request will look like this:

After the service request has been submitted the following will appear. Click on Request Details to see more information about the request.

Click Close to close the screen:

To add additional information to the request click Add button from the Service Request Management screen.

Enter a Summary and notes for the information needed. Optionally, add an attachment by clicking the Add Button. Click Save.

Click on Submitted Requests in the left navigation window to see all requests and to see the status history and any updates to the request. Any updates to the request will be seen when the request is highlighted in the table.

When finished, click Logout in the upper right hand corner

1  

EMP – VENDOR SERVICE REPORT 

 

Purchase Order Number#:     Vendor:     

 

Agency/Facility:    Contact Person:     Phone Number:  Equipment Tag Number:     Service Issue:                 Date Service Performed:     By:     Time In:    Time Out:    Total Hours:      Services Performed:                  

  PART DESCRIPTION  QTY  UNIT PRICE  TOTAL PRICE                                                                                    

Please fax to Specialty Underwriters LLC at 414‐281‐1111