May 11, 2018 On or before 2:00pm

Size: px
Start display at page:

Download "May 11, 2018 On or before 2:00pm"

Transcription

1 REQUEST FOR PROPOSAL No DIGITAL NETWORKED COPIER LEASE April 17, 2018 PROPOSALS DUE: May 11, 2018 On or before 2:00pm SUBMIT PROPOSAL TO: County of Imperial Purchasing Department 1125 Main Street El Centro, CA 92243

2 Table of Contents SECTION 1. - NOTICE TO VENDORS CALLING FOR PROPOSALS... 3 SECTION 2. - INFORMATION FOR VENDORS PURPOSE SCOPE CALENDAR OF EVENTS TERM OF CONTRACT PRICING FOR COPIES & EQUIPMENT MINIMUM QUALIFICATIONS MANDATORY REQUIREMENTS FOR ALL PROPOSALS SELECTION CRITERIA PREPARATION OF BID FORM SIGNATURE MODIFICATIONS ERASURES EXAMINATION OF CONTRACT DOCUMENTS WITHDRAWAL OF BIDS AGREEMENTS INTERPRETATION OF DOCUMENTS EQUIPMENT PIGGYBACK CLAUSE SECTION 3 - COPIER SPECIFICATIONS SECTION 4 - VENDOR COPIER TYPES & PRICING SCHEDULE SECTION 4.1. PRICING SCHEDULE SECTION ADD-ON PRICE SCHEDULES SECTION BID STATEMENT & CONTRACT ACCEPTANCE STATEMENT SECTION 5 - SAMPLE AGREEMENT SECTION 6 - VENDOR VALUE ADD Page 2 of 32

3 SECTION 1. - NOTICE TO VENDORS CALLING FOR PROPOSALS NOTICE IS HEREBY GIVEN that the COUNTY OF IMPERIAL, CALIFORNIA, acting by and through its Board of Supervisors, hereinafter referred to as the COUNTY, will receive up to, but not later than Friday, May 11, 2018, 2:00 p.m. Pacific Standard Time, sealed Proposals for the award of a contract for the lease of one hundred forty-one (141) new copiers for a period of sixty (60) months. Proposal shall mean Vendor s completed Section 3 (Copier Specification excel file), Section 4, Pricing (Section 4.2) and signature (Section 4.3) of this Request for Proposal document. The accepted Proposal will then be identified and attached as Exhibit B to the Agreement. Original proposals (plus five (5) copies & one (1) electronic copy) must be mailed or delivered as to be in the office of the Purchasing Agent, 1125 Main Street, El Centro, CA at or before the hour stated to be considered- no fax or proposals will be accepted. Proposals shall be sealed, and marked REQUEST FOR PROPOSAL No DIGITAL NETWORKED COPIER LEASE. Copier Specification excel file to be ed to debbiewray@co.imperial.ca.us on or before proposal due date. Thereafter, the Proposals shall be evaluated by a selection committee which shall forward its recommendation to the Board of Supervisors for review and consideration. Each Proposal must conform and be responsive to the contract documents, copies of which are enclosed and are also on file with the County Purchasing Department. If necessary copies may be obtained at the office of the County Purchasing Agent located at 1125 Main Street, El Centro, California. Any communication or correspondence MUST be done via and sent to Debbie Wray, Purchasing Supervisor at debbiewray@co.imperial.ca.us. The County reserves the right to reject any or all Proposals, or to waive any irregularities or informalities in any Proposal or in the bidding process. Page 3 of 32

4 SECTION 2. - INFORMATION FOR VENDORS 2.1 PURPOSE It is the intent of the County of Imperial (hereinafter COUNTY ) to award a vendor s contract for the lease of one hundred forty-one (141) new copiers of same manufacturer for the period of sixty (60) months. The lease is to be based on a cost per copy including all applicable taxes, maintenance and copier supplies, but excluding the cost of paper. Cost per copy also to include installation, connectivity to the network, training, removal of all machines and (certified) erasing of each machine hard drive at the end of the 60-month agreement. The cost per copy shall remain fixed in accordance with the Vendor Copier Types & Pricing Schedule Form (Section 4) completed and submitted by the prevailing vendor. It is understood that at no time will the price per copy exceed the cost per copy rate under the Pricing Schedule Form. 2.2 SCOPE The COUNTY currently has one hundred thirty-eight (138) copiers located in various offices and buildings throughout Imperial County. 2.3 CALENDAR OF EVENTS Proposal package sent out to vendors on April 17, Deadline for Questions is April 27, Questions must be in writing via and will be replied to via and the Purchasing Department s website Bid package, Bid submittal statement form, Pricing schedule form, Executed agreement, Start-up Plan, References, Proof of Insurance, Performance Bond information, Prior Year Financial Statements and other documentation required to be submitted hereunder must be received by COUNTY on or before May 11, 2018 at 2:00 p.m. Pacific Standard time Selection Committee Review on or before May 16, Board of Supervisors review and consideration of award on approximately June 5, Contracts completed and signed by approximately June 7, Installation of new equipment completed between June 11, 2018 and June 28, 2018 to insure new contract start date Commencement of Contract on July 1, 2018 Page 4 of 32

5 2.4 TERM OF CONTRACT The term of the contract will be for a period of sixty (60) months and shall commence from July 1, COUNTY and Vendor shall have the option to extend the contract on the same terms and conditions. Such extension shall be in writing and signed by both parties. 2.5 PRICING FOR COPIES & EQUIPMENT Vendors are required to fill out and return with their bid the Copier Type and Pricing Schedule (Section 4) indicating a cost per copy for a monthly minimum volume of nine hundred thousand (900,000) black and white copies and one hundred thousand (100,000) color copies per month, and a rate for both calculated quarterly. Pricing is to include costs to have a dedicated technician for the COUNTY Notwithstanding, if all the lease copiers have not been delivered to COUNTY and accepted by COUNTY on or before July 1, 2018, COUNTY shall not be charged at the minimum monthly rate of one million (1,000,000) copies, but rather on the actual number of copies made for all machines for the subject month. All equipment shall not be considered accepted until the County Purchasing Agent so states in writing to Vendor. Page 5 of 32

6 2.6 MINIMUM QUALIFICATIONS Any vendor proposing a Bid MUST meet the following MINIMUM requirements: Vendors are required to be manufacturers and/or Authorized manufactures, distributors or Authorized dealers of copiers. Vendors are required to provide full-service maintenance and network support for the entire term of the contract. Vendors not meeting these qualifications will be considered non-responsive; The Vendor must be organized and existing for the primary purpose of selling, leasing and maintaining copiers; The Vendor must have at least five (5) years of continuous business experience (i.e., Corporate, Partnership, Company) in administering the leasing and maintenance of multiple copiers (in quantities of thirty (30) or more) to clients under a single contract as proposed; The Vendor must be willing to commit at least one (1) full-time employee (technician) to oversee the operation and repair of copiers leased; and The Vendor must demonstrate in writing that it has the ability to lease, deliver, install, make operational and maintain the leased copiers, as well as, to provide training to County personnel on the use of the leased copiers, within fifteen (15) days of the Board of Supervisors decision, if any, to award the Bid. It is understood that COUNTY will not be required to sign any third-party lease or agreement Vendor must respond to all service calls with a Minimum of a two (2) hour call back and be onsite in four (4) hours Vendor must guarantee a total fleet uptime percentage of at least 95% and show in the proposal response how this is will be measured and what reporting the COUNTY will receive each quarter to inspect performance. Page 6 of 32

7 2.7 MANDATORY REQUIREMENTS FOR ALL PROPOSALS All proposals must contain sufficient information to determine whether or not the Vendor meets or exceeds the minimum qualifications All proposals must demonstrate that the Vendor has a willingness and ability to comply with all contract documents, including but not limited to, the contract document identified as Sample Agreement (Section 5). All Vendors shall also be required to complete, execute and return with their bid Copier Types & Pricing Schedule (Section 4) and the Bid Submittal & Contract Acceptance Statement (Section 4.3). In addition, each Vendor shall be required to submit with their bid, copier Add-On Price Schedules (Section 4.2) for all copier types. Section 4.2 is available in excel if requested All proposals MUST be accompanied with the name(s), title(s) and resume(s) of all the individual(s) who will be overseeing the leasing, training and maintenance of the copier equipment. Also list any additional individuals who will be available to service the machines at any one time All proposals must contain a letter of intent from an insurance company authorized to do business in the State of California stating its willingness to insure the Vendor pursuant to the terms of the contract documents The Vendor must submit with its Bid its previous two (2) years of independently audited financials as well as its most current year to date unaudited results The Vendor must submit a one (1) year performance bond in the amount of 25% of the Vendor s bid within fourteen (14) days of being awarded the contract. The bid shall be computed by using the following formula: 1,000,000 Copies x Vendor Price Schedule A (bid) x 60 months. The surety company must be licensed in the State of California. The selected vendor shall be required to renew the one-year performance bond every year of the duration of the contract. It is understood that Vendor shall provide proof of its one-year performance bond renewal thirty (30) days prior to the expiration of the previous year s performance bond. In the event Vendor fails to renew its performance bond or fails to provide notice of its performance bond renewal to the COUNTY, COUNTY may in its sole discretion terminate the AGREEMENT at no cost to the COUNTY. Page 7 of 32

8 2.8 SELECTION CRITERIA Each proposal will be evaluated on a 110-point scale. Points shall be allocated in accordance with the following five (5) categories: Business Experience. Each Vendor shall be required to identify its name, address, telephone number, and date of establishment, form of entity (i.e., corporation, partnership or limited liability company). Each Vendor shall be evaluated in three (3) primary areas of experience: Business Stability a. Business experience in administering copier lease programs. (10 points) b. Business experience in maintaining copiers. Number and experience of technicians in the area. (10 points) c. Business experience in providing Copier Use Training and Network Integration. (5 points) [Total Value: 25 points] Financial stability as determined by a review of the audited financial results of the two (2) previous years of operations. It is understood that each proposing Vendor must submit their (not parent company s) previous two (2) year s audited financials as well as their most current year to date unaudited results. It is understood and agreed by VENDOR that the stated financial information will be subject to public disclosure under California Public Records Act set forth under California Government Code 6250 et seq. (10 points) Start-up Plan [Total Value: 10 points] Each Vendor shall be required to submit a written plan to start up and manage the proposed lease/maintenance program. Each Vendor must demonstrate in its plan the ability to place, supply and maintain the leased copiers. It is understood that each written proposal should at a minimum address the lease/maintenance requirements set forth in County s Request for Proposals and shall include a discussion of issues such as training, on-site supply inventories, timeline for copier replacement, copy counting system, staffing plan and experience. (15 points) [Total Value: 15 points] Page 8 of 32

9 2.8.4 References References will be contacted and rated based upon their satisfaction of services provided by Vendor. Each Vendor shall submit a minimum of three (3) references of existing contracts similar in size and structure to this RFP. A maximum of ten (10) points shall be allocated in accordance with the following: a. Has the Vendor for at least two (2) years demonstrated satisfactory copier lease and maintenance services to each listed reference? (5 points) b. Have the reference(s) renewed or extended their original contract with the Vendor? (5 points) [Total Value: 10 points] Overall Low Cost to County The overall low cost shall be determined by considering the lowest cost per copy price as bid and shown in Price Per Copy per Month, lowest overage rates and color copy rate as bid and as shown in (Section 4.1 A, B, C and D.) Value Added a. Price Schedule A : Per Copy Price (15 points) b. Price Schedule B : Per Copy Price (15 points) c. Overage Rate black and white C (5 points) c. Overage Rate color copies D (5 points) [Total Value: 40 points] Please give any additional information that may add to the value of your proposal for the services requested. (10 points) [Total Value: 10 points] Page 9 of 32

10 2.9 PREPARATION OF BID FORM The COUNTY invites bids on the form(s) attached to be submitted at such time and placed as is stated in the Notice to Vendors Calling for Proposals. All blanks in the Bid form must be appropriately filled in, and all prices must be stated. All Proposals must include an original (plus five (5) duplicates and one (1) electronic copy) and be submitted in sealed envelopes bearing on the outside the name of the Vendor, its address, and the name of the contract for which the Proposal is submitted. It is the sole responsibility of the Vendor to see that the Proposal is received in proper time. Any Proposal received after the scheduled closing time for receipt of Bids will be returned to the Vendor unopened. With the exception of the Copier Specification excel file, which is to be ed to NO Bids may be submitted by facsimile, telegraph, electronic mail or any other means other than by personal delivery, United States Mail, or other delivery services such as Federal Express or United Parcel Service SIGNATURE The Bid Submittal Statement identified as Section 4.3 and accompanying Bid documents, or any modification thereof must be signed in the name of the Vendor and must bear the original signature of the person or persons duly authorized to sign the Bid MODIFICATIONS Changes in or additions to the Bid form, recapitulations of the purchase of the Bid, alternative proposals, or any other modification of the bid form which is not specifically called for in the contract documents may result in the COUNTY s rejection of the Bid as not being responsive to the invitation to Bid Any modification of a bid submitted must be in writing and received by COUNTY prior to the closing time for bid. Bid modifications may not be submitted by facsimile, telegraph, electronic mail or any other means other than by personal delivery, United States Mail or other delivery services such as Federal Express or United Parcel Service. Any modification received after the scheduled closing time for receipt of Bids will be returned to the vendor unopened ERASURES The bid submitted must not contain any reassures, interlineations, or other corrections unless each such correction is suitably authenticated by putting in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. Page 10 of 32

11 2.13 EXAMINATION OF CONTRACT DOCUMENTS Each Vendor shall thoroughly examine and be familiar with the specifications and sample contract document. The failure or omission of any Vendor to receive or examine any contract documents, form, instrument, addendum, or other document or to visit the sites of placement for the copiers shall in no way relieve any Vendor from obligations with respect to this bid or to the contract. The submission of a bid shall be taken as prima facie evidence of compliance with this section WITHDRAWAL OF BIDS Any Vendor may withdraw its Bid either personally or by written request confirmed in the manner specified in Paragraph 2.9 above at any time prior to the scheduled due date for receipt of Bid AGREEMENTS The Agreement form identified as Section 5, which shall govern the leasing of equipment and which the successful Vendor will be required to execute as part of the Bid proposal is included in the contract documents and should be carefully examined prior to the time of submittal Vendors requiring the COUNTY to sign any other special agreements, including, but not limited to, indemnification, lease or lease documents, as a condition of their Bid, will be rejected as non-responsive INTERPRETATION OF DOCUMENTS If any person contemplating submitting a Bid for the proposed contract is in doubt as to the true meaning of any part of the specifications or other contract documents, or finds discrepancies in, or omissions from the specifications, they may submit to the County Purchasing Agent, located at 1125 Main Street, El Centro CA, a written request for interpretation or correction thereof. Any interpretation or correction requests must be received by COUNTY no later than April 27, 2018 at 12 noon Pacific Standard Time. Any interpretations or correction of the contract documents will be made only by addendum. A copy of such addendum will be posted on the County of Imperial Purchasing Department s website by 5:00 PM Tuesday, May 1, No oral interpretations of any provision in the contract documents will be made to any Vendor. Page 11 of 32

12 2.17 EQUIPMENT The quantity and specifications of equipment to be provided shall be consistent with the Copier Types & Specifications identified as Section 3. It is understood that each copier will be equipped with a copy counting system that will electronically measure the number of copies per department per machine All equipment provided by Vendor shall be new and contain only new components. Said equipment and components shall not be used, remanufactured, newly manufactured, rebuilt or reconditioned The Minimum Equipment Specifications provided in the separate excel file were determined by our current equipment capabilities and the requests for improvements in various areas. The minimum speeds were based on our actual volumes, please meet or exceed those speeds in your offer. Due to the age of our older buildings and possible power issues, the Optional Surge filters are deemed necessary The County of Imperial recognizes that equipment models submitted at the onset of the contract will be replaced with new models during the term of the contract. As the County may be adding to their fleet during this five-year contract, it is required of the successful bidder to replace discontinued models with new models though out the term of this agreement. These new models must meet the minimum requirements set forth in this RFP and must be made available at the same or lower cost per copy rate PIGGYBACK CLAUSE The County of Imperial wishes to make other public agencies (i.e., city, county, district, public authority, public agency, municipality, and other political subdivision or public corporation in the state of California) located in the state of California able to participate in any award made as a result of this solicitation. The County of Imperial shall incur no financial responsibility for placing orders or making payments to the vendor. Please indicate if bidder is willing to make these items and prices available to these other agencies at any time during the term of this Agreement: Yes No Exceptions THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS, OR TO WAIVE ANY INFORMALITY IN BIDS, AND TO ACCEPT OR REJECT ANY ITEMS THEREON. Page 12 of 32

13 SECTION 3 - COPIER SPECIFICATIONS See the Microsoft Excel File provided. Vendor is REQUIRED to use this form and enter your equipment specifications in the fields provided. Failure to complete this form as directed could be deemed non-responsive. If your product does NOT meet the minimum specification, please list in the open field your machine specifications for that category. (For example: Minimum Specification is Paper Capacity of 6,800 sheets and your product only holds 6,000 sheets, then list in the open field that your machine holds 6,000 sheets). Page 13 of 32

14 SECTION 4 - VENDOR COPIER TYPES & PRICING SCHEDULE TYPE 1: 25 PPM DIGITAL COPIER 50 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 2: 45PPM DIGITAL COPIER 39 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 3: 65 PPM DIGITAL COPIER 20EACH SPECIFY: MANUFACTURER: MODEL: TYPE 4: 85 PPM DIGITAL COPIER 5 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 5: 40 PPM BLK & WHITE & COLOR 9 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 6: 50 PPM BLK & WHITE & COLOR 6 EACH SPECIFY: MANUFACTURER: MODEL: TYPE 7: 70 PPM BLK & WHITE & COLOR 12 EACH SPECIFY: MANUFACTURER: MODEL: Specify the manufacturer and model number of the copiers you will provide for each of the seven (7) categories listed above. Copiers must meet or exceed the specifications on the category as listed on the Copier Types & Specifications in Section 4. Vendors to provide a Fact Sheet for each model Bid. County Reserves the right to change the final quantities after award if our needs change. Please list how many different supply SKU s the proposed equipment will require County would like to see a cost per copy for a small desktop MFP. This is not part of 141 machines in the RFP but requested for future use and considerations in our environments with lower volumes or smaller budgets. This MFP would need to be billed along with the rest of the copier fleet. DESKTOP: 50 PPM BLK & WHITE QTY is Unknown SPECIFY: MANUFACTURER: MODEL: Page 14 of 32

15 4.1. PRICING SCHEDULE PRICE PER COPY PER MONTH A. 900,000 x $ x 60 months $ Cost per black and white copy B. 100,000 x $ x 60 months $ Cost per color copy C. Per Copy Overage Rate for copies in excess of 900,000 (black & white) = $ D. Per Copy Overage Rate for copies in excess of 100,000 (color copies) = $ Note: Overages are to be charged on a quarterly basis. It is understood that said Overage Rate shall be guaranteed for sixty (60) months and address any and all costs for maintenance and supplies. Vendor MUST include a sample of the billing it will be providing for a fleet of our size. The billing sample must show how each copier will be listed, details of the charges and how quarterly overages will be invoiced. Please list the cost per copy price for the Desktop MFP offered: $ x 60 mos $ Please list below ANY other expenses or charges that will be required. (Example: List if you have charges for supply shipping, finance charges, one-time set up fee, etc) Description of the Charge Amount Frequency Billed Page 15 of 32

16 SECTION ADD-ON PRICE SCHEDULES COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH ONE (1) 1 ONE (1) 2 ONE (1) 3 ONE (1) 4 ONE (1) 5 ONE (1) 6 ONE (1) 7 ONE (1) 8 ONE (1) 9 ONE (1) 10 ONE (1) 11 ONE (1) 12 ONE (1) 13 ONE (1) 14 ONE (1) 15 ONE (1) 16 ONE (1) 17 ONE (1) 18 ONE (1) 19 ONE (1) 20 ONE (1) 21 ONE (1) 22 ONE (1) 23 ONE (1) 24 ONE (1) 25 ONE (1) 26 ONE (1) 27 ONE (1) 28 ONE (1) 29 ONE (1) 30 ONE (1) 31 ONE (1) 32 ONE (1) 33 ONE (1) 34 ONE (1) 35 ONE (1) 36 ONE (1) 37 Page 16 of 32

17 ONE (1) 38 ONE (1) 39 ONE (1) 40 ONE (1) 41 ONE (1) 42 ONE (1) 43 ONE (1) 44 ONE (1) 45 ONE (1) 46 ONE (1) 47 ONE (1) 48 ONE (1) 49 ONE (1) 50 ONE (1) 51 ONE (1) 52 ONE (1) 53 ONE (1) 54 ONE (1) 55 ONE (1) 56 ONE (1) 57 ONE (1) 58 ONE (1) 59 ONE (1) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 17 of 32

18 COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH TWO (2) 1 TWO (2) 2 TWO (2) 3 TWO (2) 4 TWO (2) 5 TWO (2) 6 TWO (2) 7 TWO (2) 8 TWO (2) 9 TWO (2) 10 TWO (2) 11 TWO (2) 12 TWO (2) 13 TWO (2) 14 TWO (2) 15 TWO (2) 16 TWO (2) 17 TWO (2) 18 TWO (2) 19 TWO (2) 20 TWO (2) 21 TWO (2) 22 TWO (2) 23 TWO (2) 24 TWO (2) 25 TWO (2) 26 TWO (2) 27 TWO (2) 28 TWO (2) 29 TWO (2) 30 TWO (2) 31 TWO (2) 32 TWO (2) 33 TWO (2) 34 TWO (2) 35 TWO (2) 36 TWO (2) 37 TWO (2) 38 TWO (2) 39 Page 18 of 32

19 TWO (2) 40 TWO (2) 41 TWO (2) 42 TWO (2) 43 TWO (2) 44 TWO (2) 45 TWO (2) 46 TWO (2) 47 TWO (2) 48 TWO (2) 49 TWO (2) 50 TWO (2) 51 TWO (2) 52 TWO (2) 53 TWO (2) 54 TWO (2) 55 TWO (2) 56 TWO (2) 57 TWO (2) 58 TWO (2) 59 TWO (2) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 19 of 32

20 COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH THREE (3) 1 THREE (3) 2 THREE (3) 3 THREE (3) 4 THREE (3) 5 THREE (3) 6 THREE (3) 7 THREE (3) 8 THREE (3) 9 THREE (3) 10 THREE (3) 11 THREE (3) 12 THREE (3) 13 THREE (3) 14 THREE (3) 15 THREE (3) 16 THREE (3) 17 THREE (3) 18 THREE (3) 19 THREE (3) 20 THREE (3) 21 THREE (3) 22 THREE (3) 23 THREE (3) 24 THREE (3) 25 THREE (3) 26 THREE (3) 27 THREE (3) 28 THREE (3) 29 THREE (3) 30 THREE (3) 31 THREE (3) 32 THREE (3) 33 THREE (3) 34 THREE (3) 35 THREE (3) 36 THREE (3) 37 THREE (3) 38 Page 20 of 32

21 THREE (3) 39 THREE (3) 40 THREE (3) 41 THREE (3) 42 THREE (3) 43 THREE (3) 44 THREE (3) 45 THREE (3) 46 THREE (3) 47 THREE (3) 48 THREE (3) 49 THREE (3) 50 THREE (3) 51 THREE (3) 52 THREE (3) 53 THREE (3) 54 THREE (3) 55 THREE (3) 56 THREE (3) 57 THREE (3) 58 THREE (3) 59 THREE (3) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 21 of 32

22 COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH FOUR (4) 1 FOUR (4) 2 FOUR (4) 3 FOUR (4) 4 FOUR (4) 5 FOUR (4) 6 FOUR (4) 7 FOUR (4) 8 FOUR (4) 9 FOUR (4) 10 FOUR (4) 11 FOUR (4) 12 FOUR (4) 13 FOUR (4) 14 FOUR (4) 15 FOUR (4) 16 FOUR (4) 17 FOUR (4) 18 FOUR (4) 19 FOUR (4) 20 FOUR (4) 21 FOUR (4) 22 FOUR (4) 23 FOUR (4) 24 FOUR (4) 25 FOUR (4) 26 FOUR (4) 27 FOUR (4) 28 FOUR (4) 29 FOUR (4) 30 FOUR (4) 31 FOUR (4) 32 FOUR (4) 33 FOUR (4) 34 FOUR (4) 35 FOUR (4) 36 FOUR (4) 37 FOUR (4) 38 Page 22 of 32

23 FOUR (4) 39 FOUR (4) 40 FOUR (4) 41 FOUR (4) 42 FOUR (4) 43 FOUR (4) 44 FOUR (4) 45 FOUR (4) 46 FOUR (4) 47 FOUR (4) 48 FOUR (4) 49 FOUR (4) 50 FOUR (4) 51 FOUR (4) 52 FOUR (4) 53 FOUR (4) 54 FOUR (4) 55 FOUR (4) 56 FOUR (4) 57 FOUR (4) 58 FOUR (4) 59 FOUR (4) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 23 of 32

24 COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH FIVE (5) 1 FIVE (5) 2 FIVE (5) 3 FIVE (5) 4 FIVE (5) 5 FIVE (5) 6 FIVE (5) 7 FIVE (5) 8 FIVE (5) 9 FIVE (5) 10 FIVE (5) 11 FIVE (5) 12 FIVE (5) 13 FIVE (5) 14 FIVE (5) 15 FIVE (5) 16 FIVE (5) 17 FIVE (5) 18 FIVE (5) 19 FIVE (5) 20 FIVE (5) 21 FIVE (5) 22 FIVE (5) 23 FIVE (5) 24 FIVE (5) 25 FIVE (5) 26 FIVE (5) 27 FIVE (5) 28 FIVE (5) 29 FIVE (5) 30 FIVE (5) 31 FIVE (5) 32 FIVE (5) 33 FIVE (5) 34 FIVE (5) 35 FIVE (5) 36 FIVE (5) 37 FIVE (5) 38 Page 24 of 32

25 FIVE (5) 39 FIVE (5) 40 FIVE (5) 41 FIVE (5) 42 FIVE (5) 43 FIVE (5) 44 FIVE (5) 45 FIVE (5) 46 FIVE (5) 47 FIVE (5) 48 FIVE (5) 49 FIVE (5) 50 FIVE (5) 51 FIVE (5) 52 FIVE (5) 53 FIVE (5) 54 FIVE (5) 55 FIVE (5) 56 FIVE (5) 57 FIVE (5) 58 FIVE (5) 59 FIVE (5) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 25 of 32

26 COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH SIX (6) 1 SIX (6) 2 SIX (6) 3 SIX (6) 4 SIX (6) 5 SIX (6) 6 SIX (6) 7 SIX (6) 8 SIX (6) 9 SIX (6) 10 SIX (6) 11 SIX (6) 12 SIX (6) 13 SIX (6) 14 SIX (6) 15 SIX (6) 16 SIX (6) 17 SIX (6) 18 SIX (6) 19 SIX (6) 20 SIX (6) 21 SIX (6) 22 SIX (6) 23 SIX (6) 24 SIX (6) 25 SIX (6) 26 SIX (6) 27 SIX (6) 28 SIX (6) 29 SIX (6) 30 SIX (6) 31 SIX (6) 32 SIX (6) 33 SIX (6) 34 SIX (6) 35 SIX (6) 36 SIX (6) 37 SIX (6) 38 Page 26 of 32

27 SIX (6) 39 SIX (6) 40 SIX (6) 41 SIX (6) 42 SIX (6) 43 SIX (6) 44 SIX (6) 45 SIX (6) 46 SIX (6) 47 SIX (6) 48 SIX (6) 49 SIX (6) 50 SIX (6) 51 SIX (6) 52 SIX (6) 53 SIX (6) 54 SIX (6) 55 SIX (6) 56 SIX (6) 57 SIX (6) 58 SIX (6) 59 SIX (6) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 27 of 32

28 COPIER TYPE MONTHS REMAINING LEASE PRICE PER MONTH SEVEN (7) 1 SEVEN (7) 2 SEVEN (7) 3 SEVEN (7) 4 SEVEN (7) 5 SEVEN (7) 6 SEVEN (7) 7 SEVEN (7) 8 SEVEN (7) 9 SEVEN (7) 10 SEVEN (7) 11 SEVEN (7) 12 SEVEN (7) 13 SEVEN (7) 14 SEVEN (7) 15 SEVEN (7) 16 SEVEN (7) 17 SEVEN (7) 18 SEVEN (7) 19 SEVEN (7) 20 SEVEN (7) 21 SEVEN (7) 22 SEVEN (7) 23 SEVEN (7) 24 SEVEN (7) 25 SEVEN (7) 26 SEVEN (7) 27 SEVEN (7) 28 SEVEN (7) 29 SEVEN (7) 30 SEVEN (7) 31 SEVEN (7) 32 SEVEN (7) 33 SEVEN (7) 34 SEVEN (7) 35 SEVEN (7) 36 SEVEN (7) 37 SEVEN (7) 38 Page 28 of 32

29 SEVEN (7) 39 SEVEN (7) 40 SEVEN (7) 41 SEVEN (7) 42 SEVEN (7) 43 SEVEN (7) 44 SEVEN (7) 45 SEVEN (7) 46 SEVEN (7) 47 SEVEN (7) 48 SEVEN (7) 49 SEVEN (7) 50 SEVEN (7) 51 SEVEN (7) 52 SEVEN (7) 53 SEVEN (7) 54 SEVEN (7) 55 SEVEN (7) 56 SEVEN (7) 57 SEVEN (7) 58 SEVEN (7) 59 SEVEN (7) 60 Imperial County expects to have needs to add equipment during the lease term. Any equipment added needs to be co-terminus with the original term. Imperial County requires set pricing up front listing what the monthly lease payment will be for add on equipment throughout the 60-month lease term. This pricing MUST be locked for the entire lease term. Page 29 of 32

30 SECTION BID STATEMENT & CONTRACT ACCEPTANCE STATEMENT VENDOR HEREBY SUBMITS THE ATTACHED BID IN RESPONSE TO THE COUNTY OF IMPERIAL S REQUEST FOR PROPOSAL FOR THE LEASING AND MAINTENANCE OF 139 COPIERS. VENDOR HEREBY REPRESENTS AND WARRANTS THAT THE INDIVIDUAL SIGNING THE BID PROPOSAL IS: (1) DULY AUTHORIZED TO EXECUTE AND DELIVER THE BID AND EXECUTABLE AGREEMENT ON BEHALF OF VENDOR. (2) SUCH EXECUTION AND DELIVERY ON BEHALF OF VENDOR IS IN ACCORDANCE WITH THE TERMS OF THE ARTICLES OF INCORPORATED OR PARTNERSHIP, ANY BY-LAWS OR RESOLUTIONS OF VENDOR. VENDOR ALSO HEREBY REPRESENTS AND WARRANTS THAT IF AWARDED THE COPIER BID IT AGREES TO BE BOUND BY THE CONTACT ATTACHED AS SECTION 5. Print Signatory Name and Title Signature Vendor Name Vendor Address Vendor Phone Number Date Page 30 of 32

31 SECTION 5 - SAMPLE AGREEMENT Page 31 of 32

32 SECTION 6 - VENDOR VALUE ADD In this section, please list any information that adds value to the County and should be considered in our evaluation process. Page 32 of 32

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717) CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA 17013 (717) 249-4422 BOROUGH OF CARLISLE BID DOCUMENTS TABLE OF CONTENTS Section 1 INFORMATION FOR BIDDERS

More information

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of: RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum

More information

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations Livingston Parish Public Schools Excellence in Education! 13909 Florida Boulevard P.O. Box 1130 Livingston, Louisiana 70754-1130 Phone: (225) 686-7044 Fax: (225) 686-3052 Website: www.lpsb.org John Watson

More information

INDUSTRIAL HAUL AGREEMENT

INDUSTRIAL HAUL AGREEMENT INDUSTRIAL HAUL AGREEMENT PUBLIC WORKS MEMORANDUM OF AGREEMENT entered into this day of, A.D., 20(yr). BETWEEN: PARKLAND COUNTY a County incorporated under the laws of the Province of Alberta, (hereinafter

More information

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 The Board of Trustees of Illinois Valley Community College (IVCC) District

More information

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID FUEL PRODUCTS INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting fuel bids and propane bids for the following: 1. Regular, unleaded and diesel fuels for district buses

More information

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

More information

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: HOMEWOOD-FLOSSMOOR PARK DISTRICT Golf Car Lease/Purchase Coyote Run Golf Course Flossmoor, IL 60422 BID OPENING ON: Thursday, October 25, 2018 TIME:

More information

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 1 GENERAL EQUIPMENT SPECIFICATIONS: SPECIFICATION OUTLINE: SFMTA is

More information

Public Access Electric Vehicle Charging Station Rebate Program Agreement

Public Access Electric Vehicle Charging Station Rebate Program Agreement Public Access Electric Vehicle Charging Station Rebate Program Agreement The City of Anaheim (City) is offering rebates to commercial, industrial, institutional, and municipal customers who install Level

More information

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L04-54474 MAY, 2018 TOWN OF MIDLAND TENDER VEHICLE TOWING AND POUND SERVICES SEALED TENDERS will be received until

More information

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT Rockwood School District Diesel Fuel Bid BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT GENERAL SPECIFICATIONS It is the intent of these specifications to furnish the Rockwood School District with the aforementioned

More information

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the

More information

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING Third Revised Sheet 55a Cancels Second Revised Sheet 55a A. ELIGIBLE CUSTOMER-GENERATOR RULE NO. 17 NET ENERGY METERING Net energy metering is available to eligible customer-generators, defined as, permanent

More information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID Fort Morgan Golf Course Golf Carts INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF PIPES, FITTINGS AND FLANGES TO PALABORA COPPER TENDER NUMBER: RFP.PC.2015/144 PART 1 PROPOSAL INFORMATION AND CONDITIONS Page 1 Supply and Delivery

More information

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA) November 02, 2017 REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA) Issue date: Nov 2, 2017 Submit Questions by: Submission Deadline: Contact

More information

Request for Proposal. Articulated Loader

Request for Proposal. Articulated Loader Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the

More information

REQUEST FOR PROPOSALS (RFP) FOR THE PURCHASE OF SOLAR ENERGY

REQUEST FOR PROPOSALS (RFP) FOR THE PURCHASE OF SOLAR ENERGY SAUT/17-18/002 REQUEST FOR PROPOSALS (RFP) FOR THE PURCHASE OF SOLAR ENERGY ISSUED BY: Southern Arkansas University Tech Purchasing Office PO Box 3499 Camden, AR 71711 PROPOSAL OPENING DATE & TIME: February

More information

THE BOARD OF SUPERVISORS OF THE COUNTY OF STANISLAUS ~- _,_; ACTION AGENDA SUMMARY DEP~lic Works BOARD AGENDA #_*C_-_4 Urgent 0 Routine [!:] AGENDA DATE March 3, 2015 CEO Concurs with Recommendation YES

More information

Dealer Registration. Please provide the following:

Dealer Registration. Please provide the following: Dealer Registration Please provide the following: A copy of your Dealer s License A copy of your Sales Tax Certificate A copy of the Driver s License for all representatives A copy of your Master Tag Receipt

More information

SANDAG Vanpool Program Guidelines as of February 2018

SANDAG Vanpool Program Guidelines as of February 2018 SANDAG Vanpool Program Guidelines as of February 2018 The San Diego Association of Governments (SANDAG) administers the SANDAG Vanpool Program to provide alternative transportation choices to commuters,

More information

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling Appendix A 075-18 Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling INTENT JEA is soliciting proposals for industrial services to remove & dispose

More information

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS THIS CONTRACTS IS FOR BIDDERS THAT ARE MORE THAN 26% BLACK

More information

PROPOSAL FORM 2014 FUEL BID

PROPOSAL FORM 2014 FUEL BID PROPOSAL FORM 2014 FUEL BID COUNTY OF SIBLEY, MINNESOTA BIDS CLOSE: NOVEMBER 22, 2013 AT 4:30 P.M. PROPOSAL TO: SIBLEY COUNTY PUBLIC WORKS TIMOTHY BECKER PUBLIC WORKS DIRECTOR 111 8 TH STREET PO BOX 897

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document. June 22, 2017 ADDENDUM #1 BL061-17 Purchase of Gasoline and Diesel Fuel on an Annual Contract Please see questions, answers, and clarifications to the abovementioned bid. Q1. Are bonds required? A1. No

More information

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax: OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN 47303 Phone: 765-284-5074 Fax: 765-284-5259 Board of Education Trent Fox, President John Adams, Vice-President

More information

IGNITION INTERLOCK SERVICE CENTER RENEWAL LICENSE

IGNITION INTERLOCK SERVICE CENTER RENEWAL LICENSE TRAFFIC SAFETY DIVISION APPLICATION FOR IGNITION INTERLOCK SERVICE CENTER RENEWAL LICENSE INSTRUCTIONS FOR COMPLETING THIS APPLICATION PLEASE: complete this application on your computer using the TAB key

More information

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

PETROLEUM TRADERS CORPORATION RIGGINS, INC. BID RESULTS CK09MERCER2015-10 DIESEL FUEL AND WINTER MIX FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE MEMBERS BID OPENING DATE: JUNE 30, 2015 AWARD FOR A PERIOD OF TWO (2) YEARS; BASED UPON

More information

MAINE LEMON LAW SUMMARY

MAINE LEMON LAW SUMMARY MAINE LEMON LAW SUMMARY EXECUTIVE SUMMARY TIME PERIOD FOR FILING CLAIMS ELIGIBLE VEHICLE Earlier of (1) three years from original delivery to the consumer, or (2) the term of the express warranties. Any

More information

THE EMPIRE DISTRICT ELECTRIC COMPANY P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23

THE EMPIRE DISTRICT ELECTRIC COMPANY P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23 P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23 Canceling P.S.C. Mo. No. 5 Sec. 4 Original Sheet No. 23 PURPOSE: The purpose of this Rider SR is to implement the solar rebate established through 393.1030

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL for FUEL & FUEL MANAGEMENT SYSTEM for CADDO PARISH SCHOOL BOARD 1961 Midway Street Shreveport, Louisiana 71108 RFP-15F-19 Sealed Proposals Will Be Accepted Until THURSDAY, MARCH 21,

More information

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 REQUEST FOR BIDS (RFB) #18-022-25 (1) NEW 2018 4X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST)

More information

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK 1 1 TABLE OF CONTENTS Please ensure you are reading the most recent version of this handbook by visiting the NV Energy website https://www.nvenergy.com/cleanenergy/electric-vehicles

More information

KENDALL COUNTY HIGHWAY DEPARTMENT

KENDALL COUNTY HIGHWAY DEPARTMENT KENDALL COUNTY HIGHWAY DEPARTMENT NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID FORM For BULK FUEL November 4, 2016 10:00 A.M NOTICE TO BIDDERS Kendall County Highway Department will accept

More information

Request for Proposal for Trolley Security Services

Request for Proposal for Trolley Security Services Request for Proposal for Trolley Security Services April 6, 2018 Trolley Security Support Services The Loop Trolley Company The Loop Trolley Company (LTC) is requesting proposals for armed on-board security

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: July 29, 2014 BID NO.: 14-5053 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR PUMP REPAIRS SUBMERSIBLE TRAINS AND CENTRIFUGAL

More information

Tractor/Trailer Lease Bid No. PR-08-P1A

Tractor/Trailer Lease Bid No. PR-08-P1A Illinois Valley Community College Request for Proposals Tractor/Trailer Lease - No. PR-08-P1A Illinois Valley Community College (IVCC) is accepting proposals for a 36 month lease for two (2) tractors and

More information

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING AGENDA ITEM NO. 10-D MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING DATE: February 7, 2018 TO: Board of Directors FROM: Caine Camarillo, Supervising Ranger REVIEWED BY: Rafael Payan,

More information

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT This Net Metering and Interconnection Agreement ( Agreement ) is made and entered into as of this day of, 2018, by the City of Santa

More information

To complete the process for a net metering interconnection, please follow the steps below:

To complete the process for a net metering interconnection, please follow the steps below: We appreciate your interest in Pacific Power s net metering program. Before purchasing any net metering equipment, we recommend you review the requirements for interconnecting a net metering system to

More information

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations,

More information

2018 Golf Cart Lease Sunset Valley Golf Club

2018 Golf Cart Lease Sunset Valley Golf Club Invitation for Bid Sunset Valley Golf Club February 5, 2018 Sunset Valley Golf Club Bid Opening: Friday, February 16, 2018 at 1:00 PM at West Ridge Center, 636 Ridge Road, Highland Park, IL 60035 Ryan

More information

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY Table of Contents Chapter 1. Purpose and scope. Pg 3 Chapter 2. Application

More information

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts Request For Bids Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts is requesting bid proposals for the Solid Waste Refuse Hauling and Disposal for the Midas Solid Waste

More information

Town of South Windsor, Connecticut. Police Department

Town of South Windsor, Connecticut. Police Department Town of South Windsor, Connecticut Police Department May 2018 Bid Documents for Automobile Lease Unmarked Police Vehicles Up to Nine (9) - Four (4) Door, Mid-Size, All Wheel Drive SUV type vehicles TOWN

More information

SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement

SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement This Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement (the Agreement ) is entered

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017 ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017 TO ALL BIDDERS: Please see the following for the above-mentioned IFB: 1. Q: The Bid Response Form shows a column for estimated

More information

As Introduced. 132nd General Assembly Regular Session S. B. No

As Introduced. 132nd General Assembly Regular Session S. B. No 132nd General Assembly Regular Session S. B. No. 194 2017-2018 Senator Terhar Cosponsor: Senator Wilson A B I L L To amend sections 4505.101, 4513.601, and 4513.611 of the Revised Code to require only

More information

Schedule SP SOLAR PURCHASE (Experimental)

Schedule SP SOLAR PURCHASE (Experimental) I. APPLICABILITY & AVAILABILITY This Schedule is available in conjunction with the Company s Solar Purchase Program ( Program ) and is applicable only where the Customer elects to receive Electricity Supply

More information

GASOLINE AND DIESEL FUEL

GASOLINE AND DIESEL FUEL Town of Atkinson, New Hampshire REQUEST FOR PROPOSALS RFP # 14-2011 GASOLINE AND DIESEL FUEL Issued: October 21, 2011 Sealed proposals from Qualified Suppliers will be received by the Town of Atkinson

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Sludge Hauling and Disposal November 8, 2016 through November 7, 2017 with 2 one-year options, Extended through

More information

Request for Proposal Print Management March 25, 2014

Request for Proposal Print Management March 25, 2014 , hereby known as District, will accept sealed responses ( Bids ) to this Request for Proposal (RFP) general conditions and products and services specifications set forth below and submitted to the District

More information

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17,836.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards

More information

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009 REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009 Dear Sir / Madam: You are kindly requested to submit your quotation for the following services by 8 February 2009 12:00 hours (local

More information

Invitation for Bid # Tandem Axle Dump Truck

Invitation for Bid # Tandem Axle Dump Truck Invitation for Bid # 2017-009 Tandem Axle Dump Truck Due Date: September 15, 2016 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, 7 th Floor, Room #709, Monroe, NC 28112 Procurement

More information

THREE-PARTY VANPOOL INCENTIVE PROGRAM AGREEMENT

THREE-PARTY VANPOOL INCENTIVE PROGRAM AGREEMENT THREE-PARTY VANPOOL INCENTIVE PROGRAM AGREEMENT This agreement is between a vanpool primary driver ( driver ) of a qualifying vanpool, an authorized vanpool vendor ( vendor ), and the Sacramento Area Council

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-TSS-2019 73 HP TRACK SKID STEER Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706) 275-7501

More information

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY NOTICE IS HEREBY GIVEN that the City of Bellflower will receive

More information

INVITATION TO BID. January 10, 2018

INVITATION TO BID. January 10, 2018 INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until

More information

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING

More information

RIDESMART VAN START PROGRAM & EMERGENCY ASSISTANCE PROGRAM FOR EXISTING VANPOOLS ELIGIBILITY AND APPLICATION FORM

RIDESMART VAN START PROGRAM & EMERGENCY ASSISTANCE PROGRAM FOR EXISTING VANPOOLS ELIGIBILITY AND APPLICATION FORM RIDESMART VAN START PROGRAM & EMERGENCY ASSISTANCE PROGRAM FOR EXISTING VANPOOLS ELIGIBILITY AND APPLICATION FORM RideSmart Van Start Program for New Vanpools ( Van Start ) is designed to provide vanpool

More information

New Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities

New Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities New Ulm Public Utilities Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities INDEX Document Review and History... 2 Definitions... 3 Overview... 3 Application

More information

Recharge Kick-off Meeting Recharge Activity Review Process for

Recharge Kick-off Meeting Recharge Activity Review Process for Recharge Kick-off Meeting Debra Fry Executive Director, Operating Budget and Recharge Review Gabriella Hato Manager, Recharge Review Sarah Hislen Analyst, Recharge Review Charet Wynn Analyst, Recharge

More information

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT HEAVY-DUTY ENGINE PROGRAM AGRICULTURAL PUMP ENGINE COMPONENT ELECTRIC MOTOR NEW PURCHASE OPTION ELIGIBILITY CRITERIA AND APPLICATION GUIDELINES The San

More information

HOUSE AMENDED PRIOR PRINTER'S NOS. 13, 30, 47, PRINTER'S NO , 56 THE GENERAL ASSEMBLY OF PENNSYLVANIA SENATE BILL

HOUSE AMENDED PRIOR PRINTER'S NOS. 13, 30, 47, PRINTER'S NO , 56 THE GENERAL ASSEMBLY OF PENNSYLVANIA SENATE BILL HOUSE AMENDED PRIOR PRINTER'S NOS. 13, 30, 47, PRINTER'S NO. 57 55, 56 THE GENERAL ASSEMBLY OF PENNSYLVANIA SENATE BILL No. 22 Special Session No. 1 of 2007-2008 INTRODUCED BY TOMLINSON, M. WHITE, PILEGGI,

More information

To complete the process for a net metering interconnection, please follow the steps below:

To complete the process for a net metering interconnection, please follow the steps below: We appreciate your interest in Pacific Power s net metering program. Before purchasing any net metering equipment, we recommend you review the requirements for interconnecting a net metering system to

More information

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT OFF-ROAD FORKLIFT COMPONENT

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT OFF-ROAD FORKLIFT COMPONENT SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT HEAVY-DUTY ENGINE PROGRAM OFF-ROAD FORKLIFT COMPONENT ELECTRIC FORKLIFT NEW PURCHASE OPTION ELIGIBILITY CRITERIA AND APPLICATION GUIDELINES The San Joaquin

More information

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore -452003 (M.P.) ANNEXURE -III REQUIREMENT OICL intends to procure reputed brand Exide or Amara Raja or

More information

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1 Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida 33620 (813) 974-2481 Invitation to Bid No.: 18-12-YH Entitled: Opening Date: Bulk Fuel Delivery (PATS) November 14, 2017 at 3:00 p.m.

More information

THE CONNECTICUT LIGHT AND POWER COMPANY dba EVERSOURCE ENERGY AND THE UNITED ILLUMINATING COMPANY

THE CONNECTICUT LIGHT AND POWER COMPANY dba EVERSOURCE ENERGY AND THE UNITED ILLUMINATING COMPANY THE CONNECTICUT LIGHT AND POWER COMPANY dba EVERSOURCE ENERGY AND THE UNITED ILLUMINATING COMPANY Virtual Net Metering Application Effective November 18, 2016 This application form addresses virtual net

More information

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope. BL098-17 October 9, 2017 INSPECTION, MAINTENANCE AND REPAIR OF HOISTS AND CRANES ON AN ANNUAL CONTRACT ADDENDUM #1 BL098-17 The following should be added to the above-referenced bid. The attached pre-qualification

More information

Instructions for Submittal of a Annual On-Street Valet Parking Permit

Instructions for Submittal of a Annual On-Street Valet Parking Permit Planning & Community Development Department Traffic Management Division 1685 Main Street, Room 115 Post Office Box 2200 Santa Monica, California 90407-2200 (310) 458-8291 Instructions for Submittal of

More information

Forensic Sciences Chapter ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER IGNITION INTERLOCK RULES

Forensic Sciences Chapter ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER IGNITION INTERLOCK RULES Forensic Sciences Chapter 370-3-1 ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER 370-3-1 IGNITION INTERLOCK RULES TABLE OF CONTENTS 370-3-1-.01 Ignition Interlock Rules 370-3-1-.01

More information

DEALER REGISTRATION PACKAGE

DEALER REGISTRATION PACKAGE DEALER REGISTRATION PACKAGE. Please return this completed paperwork by mail, fax or email: Sunflower Auto Auction P.O. Box 19087 Topeka, Kansas 66619 PHONE 785-862-2900 FAX 785-862-2902 Email:info@SunflowerautoAuction.com

More information

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4 Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4 Greenville-Spartanburg Airport District Proposals Due: Friday July 20,

More information

CN is offering our Fleet Integration Program for grain shippers who are using privately owned, covered hopper cars for

CN is offering our Fleet Integration Program for grain shippers who are using privately owned, covered hopper cars for US Covered Hopper Fleet Integration Program CN is offering our Fleet Integration Program for grain shippers who are using privately owned, covered hopper cars for their shipments. The objectives of this

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-478-6206 Kelly A. Laubach, Purchasing Manager NOTICE TO BIDDERS Amendment

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-SPB-2019 Self- Propelled Broom front mounted Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706)

More information

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT INTERCONNECTION AGREEMENT FOR SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION THIS AGREEMENT MUST ACCOMPANY

More information

Qualifying trucks must be a Class 3 to Class 8 truck with a history of operating in Hunts Point and/or Port Morris.

Qualifying trucks must be a Class 3 to Class 8 truck with a history of operating in Hunts Point and/or Port Morris. Rebate Program The New York City Department of Transportation (NYCDOT) is accepting applications for a voluntary, clean vehicle rebate program for truck owners and fleets that are based or operate in the

More information

TITLE 13. DEPARTMENT OF MOTOR VEHICLES

TITLE 13. DEPARTMENT OF MOTOR VEHICLES formation upon which its proposal is based, and has available the express terms of the proposed action. A copy of the initial statement of reasons and the proposed regulations in underline and strikeout

More information

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.

More information

Department of Finance Purchasing Department INVITATION TO BID

Department of Finance Purchasing Department INVITATION TO BID January 24, 2017 Department of Finance Purchasing Department INVITATION TO BID The City of Norwalk is soliciting bids for one (1) 2016 Ford F-550 Chassis XLT Dump Truck for the Recreation & Parks Department.

More information

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1 Page 1 TENDER OF: ADDRESS: CONTACT NAME: TELEPHONE: FAX #: GST REGISTRATION #: To furnish and deliver equipment in accordance with specifications annexed hereto. The undersigned bidder has carefully examined

More information

RENEWABLE FUEL INFRASTRUCTURE PROGRAM APPLICATION FORM

RENEWABLE FUEL INFRASTRUCTURE PROGRAM APPLICATION FORM RENEWABLE FUEL INFRASTRUCTURE PROGRAM APPLICATION FORM Revised 1-29-08 Introduction The Renewable Fuel Infrastructure Program has two primary components and one secondary component. One primary component

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS XXV. NET METERING A. Applicability and Availability 1. The terms Net Metering Service, Demand Charge-based Time-of- Use Tariff, Net Metering Customer, Customer, Time-of-Use Customer, Time-of-Use Tier,

More information

DELETE first sentence of first paragraph that reads: REPLACE with the following:

DELETE first sentence of first paragraph that reads: REPLACE with the following: To Bidder of Record: SAN ANTONIO WATER SYSTEM Addendum 2 To Construction Documents For 2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB NO. 12-5001 SAWS SEWER JOB NO. 12-5501 Solicitation

More information

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General ADDENDUM NO. 1 January 11, 2018 Shuttle Bus Service RFP # H18-0002 1. This addendum revises RFP documents. This addendum is issued to respondents of record prior to execution of contract, and forms a part

More information

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL Request for Proposal RFP Agricultural Tractors (AG tractor) 1. Introduction SCOPE OF THE PROPOSAL 1.1 The Ontario Federation of Snowmobile Clubs (OFSC) is accepting proposals for the purchase of Agricultural

More information

To complete the process for a net metering interconnection, please follow the steps below:

To complete the process for a net metering interconnection, please follow the steps below: We appreciate your interest in Pacific Power s net metering program. Before purchasing any net metering equipment, we recommend you review the requirements for interconnecting a net metering system to

More information

Request for Proposal Snow Blower October 12, 2015

Request for Proposal Snow Blower October 12, 2015 Request for Proposal Snow Blower October 12, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Loader Mounted Snow blower. Sealed proposals will be received

More information

INSTRUCTIONS FOR SECONDARY EMPLOYMENT APPROVAL APPLICATION FOR PRIVATE BUSINESSES AND PUBLIC AGENCIES AND FOR SPECIAL EVENTS

INSTRUCTIONS FOR SECONDARY EMPLOYMENT APPROVAL APPLICATION FOR PRIVATE BUSINESSES AND PUBLIC AGENCIES AND FOR SPECIAL EVENTS INSTRUCTIONS FOR SECONDARY EMPLOYMENT APPROVAL APPLICATION FOR PRIVATE BUSINESSES AND PUBLIC AGENCIES AND FOR SPECIAL EVENTS In order for San Jose police officers or reserve officers to be eligible work

More information