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

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

City of Storm Lake Fire Department Heavy Rescue Specifications

Town of South Windsor, Connecticut. Police Department

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID Fort Morgan Golf Course Golf Carts

Request for Quote # Armored Vehicle for Hammond Police Swat Team

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

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

INVITATION TO BID. January 10, 2018

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

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

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

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

1 - GENERAL EQUIPMENT SPECIFICATIONS:

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

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

INVITATION TO BID FUEL PRODUCTS

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

May 11, 2018 On or before 2:00pm

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

Request for Proposal. Articulated Loader

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

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

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH

BEFORE THE GUAM PUBLIC UTILITIES COMMISSION ) ) ) ) ) ) ) ) ORDER INTRODUCTION

Request for Proposal Motor Grader January 26, 2015

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

PRINTING OF BMI WHEELS

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

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

REQUEST FOR QUOTES Invitation to Bid

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT AGRICULTURAL PUMP ENGINE COMPONENT

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

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

COUNTY OF ROCKLAND Department of General Services Purchasing Division

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

Request for Bids Medium Duty Truck Cab & Chassis, and Equipment

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

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

Supply of Batteries

Request for Proposal Snow Blower October 12, 2015

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY BOARD OF DIRECTORS. RESOLUTION No

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

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

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

#2018-RFP-06. Utility Work Carts

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

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

REQUEST FOR PROPOSAL

From: Arthur Canafe, P.E. Approved by: /s/ General Manager

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

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

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

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

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

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

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

LANCASTER CHOICE ENERGY S BIENNIAL ENERGY STORAGE PROCUREMENT COMPLIANCE REPORT

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

PO BOX OKC, OK PHONE: FAX: Driver Application

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

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

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

SANDAG Vanpool Program Guidelines as of February 2018

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

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

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

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

INVITATION TO BID (ITB)

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

CITY OF NIAGARA FALLS, NEW YORK

CITY OF SIMI VALLEY MEMORANDUM

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

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

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

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

For Reference Only. Jett Pro Line Maintenance FAA REPAIR STATION NO. YUJR093Y EUROPEAN AVIATION SAFETY AGENCY (EASA) MANUAL SUPPLEMENT

DEPARTMENT OF TRADE AND INDUSTRY NO APRIL 2016

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID. (This is not an order.)

Request for Proposal Sign Truck & Crane August 11, 2014

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

Request for Proposal Used Motor Grader May 12, 2017

CITY OF CORALVILLE th Street, Coralville, IA

Solar-Wind Specific Request for Proposals

CUSC Modification Proposal Form CMP270

Transcription:

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 seeking to enter a 5 year lease agreement for the following products or equivalent. Ricoh model Pro C900 S, Ricoh model Pro 1357 EX, and Ricoh model MP 5001 SP. MANUFACTURING, MATERIAL AND DESIGN PRACTICES: It is intended that the manufacturer, in the selection of components will use material and design practices that are the best available in the industry for the type of operating conditions to which the units will be subjected ALTERNATES: Bidders may propose items/brands of equivalent features. Requested copiers and/or equivalents, maybe remanufactured but no more than 3 years old. Bidders SFMTA shall be the sole judge as to whether such alternate articles are acceptable. Unless bidder states to the contrary, articles offered will be assumed to be the specific article named in this specification. If not offering the specific article named, bidder must enclose with its bid full information, specifications and descriptive data on alternate items offered. SFMTA reserves the right to permit deviations from the specifications if any article offered is substantially in accord with SFMTA s specifications and is deemed by SFMTA to be of as good quality and as fully satisfactory for its intended use, Bidder is responsible for identifying any deviations from SFMTA s specifications. Bidders should not assume an alternate offered is an approved equal. The City will evaluate the alternate and inform the bidder if the alternate is acceptable. SFMTA must approve all approved alternates. GENERALITIES: To allow for manufacturer s specific designs, and insure a level of competitiveness, we have left certain areas of our specifications general by design. In such cases, the items being referred to may be general, but adherence to the requested end product and /or result must be met. This is especially important in areas where critical dimensions, capacities, grades of steel, etc. are specified. In the cases where the word SHALL is used, no substitution will be allowed. MANUFACTURER S SPECIFICATION: Complete manufacturer s specification, published literature and photos or illustrations of unit proposed, should be furnished with bid. Only new models in current production that are catalogued by the manufacturer and for which printed literature and specifications are available will be accepted. Bidders shall prepare and submit their own proposals addressing each section, item or component of these specifications, indicating full compliance without exception, or explaining in detail any exception, deviation or non-compliance. Bidders should not simply submit a copy of these specifications as their proposal nor should they submit copies of manufacturer or third party quotations as a response to the City s bid solicitation. MANUFACTURER'S STANDARD EQUIPMENT: Page 1 of 9

46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 All equipment and components listed as standard by the manufacturer for model quoted shall be furnished whether or not such items are detailed herein, e.g., special wrenches, tool kits, etc. Optional equipment as necessary to meet the following requirements of this specification shall also be supplied. DEMONSTRATIONS The City reserves the option to request, and the bidder shall agree to provide, an on the job demonstration and evaluation before acceptance of contract in the event the City is not familiar with the performance of the unit offered. If requested by the City, a demonstrator unit shall be made available prior to award and provided at no additional cost to the City. Time and amount of hours required for such evaluation shall be as determined by the City. Only units meeting the intent of these specifications will be considered. Time and amount of hours required for such evaluation shall be as determined by the City. OPERATIONAL NOISE STANDARD: Noise level shall be in conformance with standards established by Local, State and Federal Agencies. City personnel for noise requirements may test each unit delivered before the unit is accepted. PRE-BID CONFERENCE: A Pre-bid Conference will be held as follows: DATE: March 9, 2016 TIME: 9:00 am PLACE: SFMTA 1 South Van Ness Ave., Corona Heights Conference Room (Rm 6052) San Francisco, California 94103 Though not mandatory, attendance at the conference is strongly urged for all prospective bidders on this contract to attended. It is requested that bidder s questions concerning this Contract Proposal be submitted via email at least 72 hours prior to the date and time of the Pre-bid Conference and directed to: Cristina Alderman email: cristina.alderman@sfmta.com Telephone: 415-646-2122 SFMTA Contracts & Procurement Office Page 2 of 9

89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 Please reference Bid Proposal No. SFMTA 2016-62 The Pre-bid Conference will begin at the time specified, and company representatives are urged to arrive on time. Topics already covered will not be repeated for the benefit of late arrivals. Failure to attend the Pre-bid Conference shall not excuse the successful bidder from any obligations of the contract. Any change or addition to the requirements contained in this Contract Proposal as a result of the Pre-Bid Conference will be executed by written Change Notice. DELIVERY REQUIREMENTS: The delivery requirements will be discussed at the time of contract award. CONTRACT AMENDMENT: Any changes made to the specifications after the order is issued shall be approved by the SFMTA prior to the incorporation of the changes. Any work performed prior to the City s issuance of a written amendment to the order will be done at the risk of the vendor with the possibility of delayed acceptance and payment of the equipment. BIDDER S COMPLIANCE AND EXCEPTIONS: All exceptions shall be stated no matter how seemingly minor. Bidders shall indicate compliance with each section and line item specifications as required, in the line spaces provided by marking with a Y for yes. If the bidder is offering an alternate of equal or superior status to the line item specification, bidder will indicate by marking with an E for exception on each line item. The bidder must then reference each item exception and explain the exception taken and the proposed alternate on the Bid Exception Sheets. **Bids which do not include confirmation of each section and line item as required, will be deemed to take exception to such bid requirements, which may result in the bid being deemed non-responsive. If exceptions are taken Bid Exception Sheets must be returned with the submitted bids. IMPORTANT: If a single vendor is submitting multiple bids, the vendor shall submit a completed set of specs for each individual bid. Multiple bids that are submitted as one bid package will not be acceptable. Equipment Specifications Ricoh Pro C900S Specifications See Attachment A Ricoh Pro 1357 EX Specifications See Attachment B Page 3 of 9

134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 Ricoh MP 5001 SP Specifications See Attachment C LEASE AGREEMENT: Will cover the Ricoh Pro C900S, Ricoh Pro 1357 EX, Ricoh MP 5001 SP and include full service, parts, labor and consumable supplies except for paper and staples MANUALS: Two (2) complete sets, per delivered copier, of repair manuals, parts, and operator Manuals. NOTE: Manuals in CD/DVD format will be acceptable if available. TRAINING: Successful bidder shall provide a qualified instructor(s) on the operations and safety procedures of the copiers. Training will provide training at the request of SFMTA Page 4 of 9

153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 183 184 185 186 187 188 189 190 191 192 193 BID EXCEPTION SHEETS Return with Bid if any exceptions are taken Please Note: All exceptions to the City s bid requirements must be listed on the sheets provided. Only those exceptions that are listed on the sheets provided will be evaluated. Any material exceptions may result in the rejection of the bid and the bidder will not receive further consideration. Page 5 of 9

194 195 196 197 198 199 200 201 202 203 204 205 206 207 208 209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 232 233 Page 6 of 9

234 235 236 237 238 239 240 241 242 243 244 245 246 247 248 249 250 251 252 253 254 255 256 257 258 259 260 261 262 263 264 265 266 267 268 269 270 271 272 273 *Section Title, Line Number, & Page Number: Page 7 of 9

274 275 276 277 278 279 280 281 282 283 284 285 286 287 288 289 290 291 292 293 294 295 296 297 298 299 300 301 302 303 304 305 306 307 308 309 310 311 312 313 Page 8 of 9

314 315 316 317 318 319 320 321 322 323 324 325 326 327 328 329 330 331 332 333 334 Page 9 of 9