Contract: ON & Off Road Diesel, Pedal Truck, Supply & Deliver

expired opportunity(Expired)
From: New Hampshire Department of Administrative Services(State)
Bid 2340-21

Basic Details

started - 04 Jun, 2020 (about 3 years ago)

Start Date

04 Jun, 2020 (about 3 years ago)
due - 30 Jun, 2020 (about 3 years ago)

Due Date

30 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
Bid 2340-21

Identifier

Bid 2340-21
Department of Administrative Services

Customer / Agency

Department of Administrative Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Revised: 1/18/19 LMR 1 Date: 06/18/20 Division of Procurement and Support Services Bureau of Purchase and Property Bid No.: 2340 -21 25 Capitol Street, Room 102, State House Annex Concord, NH 03301-6398 Date of Bid Closing: 06/30/20 Time of Bid Closing: 10:00 AM (EST) PLEASE DIRECT ANY QUESTIONS REGARDING THIS BID TO RYAN AUBERT: E-mail RYAN.AUBERT@DAS.NH.Gov EMAIL YOUR BID TO: NH.Purchasing@DAS.NH.Gov BID INVITATION FOR CONTRACT: ON & OFF ROAD DIESEL, PEDAL TRUCK, SUPPLY & DELIVER [Insert name of signor]_____________________________, on behalf of _____________________________ [insert name of entity submitting bid (collectively referred to as “Vendor”) hereby submits an offer as contained in the written bid submitted herewith (“Bid”) to the State of New Hampshire in response to BID 2340-21 at the price(s) quoted herein in complete accordance with the bid.
Vendor attests to the fact that: 1. The Vendor has reviewed and agreed to be bound by the Bid. 2. The Vendor has not altered any of the language or other provisions contained in the Bid document. 3. The Bid is effective for a period of 180 days from the Bid Closing date as indicated above. 4. The prices Vendor has quoted in the Bid were established without collusion with other vendors. 5. The Vendor has read and fully understands this Bid. 6. Further, in accordance with RSA 21-I:11-c, the undersigned Vendor certifies that neither the Vendor nor any of its subsidiaries, affiliates or principal officers (principal officers refers to individuals with management responsibility for the entity or association): a. Has, within the past 2 years, been convicted of, or pleaded guilty to, a violation of RSA 356:2, RSA 356:4, or any state or federal law or county or municipal ordinance prohibiting specified bidding practices, or involving antitrust violations, which has not been annulled; b. Has been prohibited, either permanently or temporarily, from participating in any public works project pursuant to RSA 638:20; c. Has previously provided false, deceptive, or fraudulent information on a vendor code number application form, or any other document submitted to the state of New Hampshire, which information was not corrected as of the time of the filing a bid, proposal, or quotation; d. Is currently debarred from performing work on any project of the federal government or the government of any state; e. Has, within the past 2 years, failed to cure a default on any contract with the federal government or the government of any state; f. Is presently subject to any order of the department of labor, the department of employment security, or any other state department, agency, board, or commission, finding that the applicant is not in compliance with the requirements of the laws or rules that the department, agency, board, or commission is charged with implementing; g. Is presently subject to any sanction or penalty finally issued by the department of labor, the department of employment security, or any other state department, agency, board, or commission, which sanction or penalty has not been fully discharged or fulfilled; h. Is currently serving a sentence or is subject to a continuing or unfulfilled penalty for any crime or violation noted in this section; i. Has failed or neglected to advise the division of any conviction, plea of guilty, or finding relative to any crime or violation noted in this section, or of any debarment, within 30 days of such conviction, plea, finding, or debarment; or j. Has been placed on the debarred parties list described in RSA 21-I:11-c within the past year. This document shall be signed by a person who is authorized to legally obligate the responding vendor. A signature on this document indicates that all State of New Hampshire terms and conditions are accepted by the responding vendor and that any and all other terms and conditions submitted by the responding vendor are null and void, even if such terms and conditions have terminology to the contrary. The responding vendor shall also be subject to State of New Hampshire terms and conditions as stated on the reverse of the purchase order. Authorized Signor’s Signature _______________________________ Authorized Signor’s Title ________________________ NOTARY PUBLIC/JUSTICE OF THE PEACE COUNTY: ___________________________ STATE: ______________ ZIP: _________________ On the _____ day of _______________, 2019, personally appeared before me, the above named ________________________, in his/her capacity as authorized representative of ________________, known to me or satisfactorily proven, and took oath that the foregoing is true and accurate to the best of his/her knowledge and belief. In witness thereof, I hereunto set my hand and official seal. _________________________________________________________ (Notary Public/Justice of the Peace) My commission expires: _________________________________________________________ (Date) Form P31-B Unless specifically amended or deleted by the Division of Procurement and Support Services, the following General Terms and Conditions apply to this Bid and any resulting Purchase Order or Contract. mailto:%20RYAN.AUBERT@DAS.NH.Gov mailto:NH.Purchasing@DAS.NH.Gov Revised: 1/18/19 LMR 2 GENERAL CONDITIONS AND INSTRUCTIONS: NATURE OF AND ELIGIBILITY TO RESPOND. This bid invitation is submitted in accordance with Chapter 21-1, and rules promulgated thereunder, and constitute a firm and binding offer. A bid may not be withdrawn unless permission is obtained from the Bureau of Purchase and Property. Bids may be issued only by the Bureau of Purchase and Property and are not transferable. SAMPLES AND DEMONSTRATIONS. When samples are required they must be submitted free of costs and will not be returned. Items left for demonstration or evaluation purposes shall be delivered and installed free of charge and shall be removed at no cost to the State. Demonstration units shall not be offered to the State as new equipment. BIDS. Bids must be received at the Bureau of Purchase and Property before the date and time specified for the closing. Bids must be submitted on this bid form or exact copies and must be typed or clearly printed in ink. Corrections must be initialed. Bids are to be made less Federal Excise Tax and no charge for handling unless required by law. SPECIFICATIONS. Vendors must submit on items as specified. Proposed changes must be submitted in writing and received at the Bureau of Purchase and Property at least five (5) business days prior to the bid closing. Vendors shall be notified in writing if any changes to the specifications are made. AWARD. The award will be made to the responsible Vendor submitting a conforming bid meeting specifications at the lowest cost unless other criteria are noted in the bid. Unless otherwise noted, the award may be made by individual items. If there is a discrepancy between the unit price and the extension, the unit price will prevail. When identical low bids are received the award will be made in accordance with the Administrative Rules. Discounts will not be considered in making award but may be offered on the Invoice for earlier payment and will be applicable on the date of completion of delivery or receipt of Invoice, whichever is later. On orders specifying split deliveries, discounts will apply on the basis of each delivery or receipt of Invoice, whichever is later. PATENT INFRINGEMENT. Any responding vendor who has reason to believe that any other responding vendor will violate a patent should such responding vendor be awarded the contract shall set forth in writing, prior to the date and time of closing, the grounds for his belief and a detailed description of the patent. ASSIGNMENT PROVISION. The responding vendor hereby agrees to assign all causes of action that it may acquire under the antitrust laws of New Hampshire and the United States as the result of conspiracies, combinations, or contracts in restraint of trade which materially affect the price of goods or services obtained by the state under this contract if so requested by the State of New Hampshire. FEDERAL FUNDS. This Division of Plant and Property Management, under RSA 21-1:14, VIII shall assure the continuation or granting of federal funds or other assistance not otherwise provided for by law by following the Federal Procurement Standards. STATE’S OPTIONS: The Bureau of Purchase and Property reserves the right to reject or accept all or any part of any bid, to determine what constitutes a conforming bid, to award the bid solely as it deems to be in the best interest of the State, and to waive irregularities that it considers not material to the bid. PUBLIC INFORMATION: The responding vendor hereby acknowledges that all information relating to this bid and any resulting order (Including but not limited to fees, contracts, agreements and prices) are subject to these laws of the State of New Hampshire regarding public information. PERSONAL LIABILITY: The responding vendor agrees that in the preparation of this bid or the execution of any resulting contract or order, representatives of the State of New Hampshire shall incur no liability of any kind. PROOF OF COMPLIANCE. The responding vendor may be required to supply proof of compliance with proposal specifications. When requested, the responding vendor must immediately supply the Bureau of Purchase and Property with certified test results or certificates of compliance. Where none are available, the State may require independent laboratory testing. All costs for such testing certified test results or certificate of compliance shall be the responsibility of the responding vendor. FORM OF CONTRACT. The terms and conditions set forth in any additional Terms and Conditions by the Bureau of Purchase and Property are part of the bid and will apply to any contract awarded the responding vendor unless specific exceptions are taken and accepted and will prevail over any contrary provisions in Terms and Conditions submitted by the responding vendor. Revised: 1/18/19 LMR 3 CONTRACT TERMS AND CONDITIONS 1. The State of New Hampshire, acting through the Division of Procurement and Support Services, engages the firm or individual ("the Vendor") to perform the services and/or sale of goods, described in the attached State documents, if any, and the Vendor’s bid or quotation, both of which are incorporated herein by reference. 2. COMPLIANCE BY VENDOR WITH LAWS AND REGULATIONS. In connection with the performance of this agreement, the Vendor shall comply with all statutes, laws, regulations, and orders of federal, state, county or municipal authorities which shall impose any obligation or duty upon the Vendor, including, but not limited to civil rights and equal opportunity laws. 3. TERM. The contract, and all obligations of the parties thereunder, shall become effective on a specified date and shall be completed in their entirety prior to a specified date. Any work undertaken by the Vendor prior to the effective date shall be at his sole risk and, in the event that the contract shall not become effective, the State shall be under no obligation to reimburse the Vendor for any such work. 4. CONTRACT PRICE. The contract price, a payment schedule and a maximum limitation of price shall be as specified by the bid invitation and the Vendor’s bid. All payments shall be conditioned upon receipt, and approval by the State, of appropriate vouchers and upon satisfactory performance by the Vendor, as determined by the State. The payment by the State of the Contract Price shall constitute complete reimbursement to the Vendor for all expenses of any nature incurred by the Vendor in the performance by the Vendor and complete payment for the Services. The State shall have no other liability to the Vendor. 5. DELIVERY. If the vendor fails to furnish items and/or services in accordance with all requirements, including delivery, the state may re- purchase similar items from any other source without competitive bidding, and the original vendor may be liable to the state for any excess costs. If a vendor is unable to complete delivery by the date specified, he must contact the using agency. However, the agency is not required to accept a delay to the original delivery date. All deliveries are subject to inspection and receiving procedure rules as established by the State of New Hampshire. Deliveries are not considered accepted until compliance with these rules has been established. State personnel signatures on shipping documents shall signify only the receipt of shipments. All deliveries shall be FOB Destination. 6. INVOICING. All invoices must list Order Number, Unit and Extension Prices and discounts allowed. A separate invoice shall be submitted for each order. Unless otherwise noted on the invitation to bid or purchase order, payment will not be due until thirty (30) days after all services have been completed, or all items have been delivered, inspected and accepted or the invoice has been received at the agency business office, whichever is later. 7. PERSONNEL. 7.1. The Vendor shall disclose in writing the names of all owners (5% or more), directors, officers, employees, agents or subcontractors who are also officials or employees of the State of New Hampshire. Any change in this information shall be reported in writing within fifteen (15) days of their occurrence. 7.2. The person signing this agreement on behalf of the State, or his or her delegee ("Contracting Officer") shall be the State’s representative for purposes of this agreement. In the event of any dispute concerning the interpretation of this agreement, the Contracting Officer’s decision shall be final. 8. EVENT OF DEFAULT; REMEDIES. 8.1. Any one or more of the following acts or omissions of the Vendor shall constitute an event of default hereunder ("Events of Default"): 8.1.1. failure to deliver the goods or services satisfactorily or on schedule; or 8.1.2. failure to submit any report required hereunder; or 8.1.3. failure to perform any of the other covenants and conditions of this agreement. 8.2. Upon the occurrence of any Event of Default, the State may take any one, or more, or all, of the following actions: 8.2.1. give the Vendor a written notice specifying the Event of Default and requiring it to be remedied within, in the absence of a greater or lesser specification of time, thirty (30) days from the date of the notice; and if the Event of Default is not timely remedied, terminate this agreement, effective two (2) days after giving the Vendor notice of termination; and 8.2.2. give the Vendor a written notice specifying the Event of Default and suspending all payments to be made under this agreement and ordering that the portion of the Contract Price, which would otherwise accrue to the Vendor during the period from the date of such notice until such time as the State determines that the Vendor has cured the Event of Default, shall never be paid to the Vendor; and 8.2.3. set off against any other obligation the State may owe to the Vendor any damages the State suffers by reason of any Event of Default; and 8.2.4. treat the agreement as breached and pursue any of its remedies at law or in equity, or both. Revised: 1/18/19 LMR 4 9. WAIVER OF BREACH. No failure by the State to enforce any provisions hereof after any Event of Default shall be deemed a waiver of its rights with regard to that Event, or any subsequent Event. No express failure of any Event of Default shall be deemed a waiver of any provision hereof. No such failure or waiver shall be deemed a waiver of the right of the State to enforce each and all of the provisions hereof upon any further or other default on the part of the Vendor. 10. VENDOR’S RELATION TO THE STATE. In the performance of this agreement the Vendor is in all respects an independent contractor, and is neither an agent nor an employee of the State. Neither the Vendor nor any of its officers, employees, agents or members shall have authority to bind the State nor are they entitled to any of the benefits, workmen’s compensation or emoluments provided by the State to its employees. 11. ASSIGNMENT AND SUBCONTRACTS. The Vendor shall not assign, or otherwise transfer any interest in this agreement without the prior written consent of the State. No work required by this contract shall be subcontracted without the prior written consent of the State. 12. INDEMNIFICATION. The contractor shall defend, indemnify and hold harmless the State, its officers and employees, from and against any and all losses suffered by the State, its officers and employees, and any and all claims, liabilities or penalties asserted against the State, its officers and employees, by or on behalf of any person, on account of, based on, resulting from, arising out of (or which may be claimed to arise out of) the acts or omissions of the Vendor. Notwithstanding the foregoing, nothing herein contained shall be deemed to constitute a waiver of the sovereign immunity of the State, which immunity is hereby reserved to the State. This covenant shall survive the termination of this agreement. 12.1 PATENT PROTECTION. The seller agrees to indemnify and defend the State of New Hampshire from all claims and losses resulting from alleged and actual patent infringements and further agrees to hold the State of New Hampshire harmless from any liability arising under RSA 382-A:2-312(3). (Uniform Commercial Code). 13. TOXIC SUBSTANCES. In compliance with RSA 277-A Toxic Substances in the Workplace known as the Workers Right to Know Act, the vendor shall provide Safety Data Sheets (277-A:4 Safety Data Sheets) for all products covered by said law. 14. NOTICE. Any notice by a party hereto to the other party shall be deemed to have been duly delivered or given at the time of mailing by certified mail, postage prepaid, in a United States Post Office addressed to the parties at the addresses given below. 15. AMENDMENT. This agreement may be amended, waived or discharged only by an instrument in writing signed by the parties hereto. 16. CONSTRUCTION OF AGREEMENT AND TERMS. This agreement shall be construed in accordance with the laws of the State of New Hampshire, and is binding upon and inures to the benefit of the parties and their respective successors and assigns. 17. ADDITIONAL PROVISIONS. The additional provisions (if any) have been set forth as Exhibit "A" hereto. 18. ENTIRE AGREEMENT. This agreement, which may be executed in a number of counterparts, each of which shall be deemed an original, constitutes the entire agreement and understanding between the parties, and supersedes all prior agreements and understandings relating hereto. Revised: 1/18/19 LMR 5 BID INVITATION FOR: ON & OFF ROAD DIESEL, PEDAL TRUCK, SUPPLY & DELIVER PURPOSE: The purpose of this bid invitation is to establish a contract(s) for supplying the State of New Hampshire agencies with the items indicated in the “Offer” section of this bid invitation to be ordered as needed during the term of the contract, in accordance with the requirements of this bid invitation and any resulting contract. Items ordered under any resulting contract shall be delivered FOB destination to the locations indicated in the “Delivery Locations” section of this bid invitation. INSTRUCTIONS TO VENDOR: Read the entire bid invitation prior to filling it out. Complete the pricing information in the “Offer” section (detailed information on how to fill out the pricing information can be found in the “Offer” section); complete the “Vendor Contact Information” section; and finally, fill out, sign, and notarize page 1 of the bid invitation. BID SUBMITTAL: All bids shall be submitted on this form or an exact copy, shall be typed or clearly printed in ink and shall be received on or before the date and time specified on page 1 of this bid under “Bid closing”. Interested parties may submit a bid to the State of New Hampshire Bureau of Purchase and Property by email to NH.Purchasing@DAS.NH.Gov. All bids shall be clearly marked with bid number, date due and purchasing agent’s name. IF YOU ARE EXPERIENCING DIFFICULTIES EMAILING YOUR BID OR YOU WISH TO VERIFY THAT YOUR BID RESPONSE HAS BEEN RECEIVED, PLEASE CALL (603) 271-2201. REQUEST FOR CHANGES AND/OR CLARIFICATION: Any Questions shall be submitted by an individual authorized to commit their organization to the Terms and Conditions of this bid. Submissions shall clearly identify the bid Number, the Vendor’s name and address and the name of the person submitting the question. Any questions, clarifications, and/or requested changes shall be received in writing at the Bureau of Purchase and Property no later than 4:00 PM as listed in the timeline below. Questions shall not be submitted to anyone other than the Purchasing Agent or his/her representative. Bidders that submit questions verbally or in writing to any other State entity or State personnel shall be found in violation of this part and may be found non-compliant. Questions shall be submitted by E-mail to Ryan Aubert at the following address: Ryan.Aubert@DAS.NH.gov. ADDENDA: In the event it becomes necessary to add to or revise any part of this bid prior to the scheduled submittal date, the NH Bureau of Purchase and Property shall post on our web site any Addenda. Before your submission and periodically prior to the RFB closing, check the site for any addenda or other materials that may have been issued affecting the bid. The web site address is https://das.nh.gov/Purchasing/vendorresources.asp. TIMELINE: The timeline below is provided as a general guideline and is subject to change. Unless stated otherwise, considered the dates below a “no later than” date. 06/18/2020 Bid Solicitation distributed on or by 06/25/2020 Last day for questions, clarifications, and/or requested changes to bid 06/30/2020 10:00 AM (EST) Bid Closing 10/01/2020 Implementation / Posting of Contract GOVERNING TERMS AND CONDITIONS: A responding bid that has been completed and signed by your representative shall constitute your company’s acceptance of all State of New Hampshire terms and conditions and shall legally obligate your company to these terms and conditions. A signed response further signifies that from the time the bid is published (bid solicitation date and time) until a contract is awarded, no bidder shall offer or give, directly or indirectly, any gift, expense reimbursement, or honorarium, as defined by RSA 15-B, to any elected official, public official, public employee, constitutional official, or family member of any such official or employee who shall select, evaluate, or award the RFB. mailto:NH.Purchasing@DAS.NH.Gov mailto:Ryan.Aubert@DAS.NH.gov Revised: 1/18/19 LMR 6 Furthermore, a signed response signifies that any terms and/or conditions that may be or have been submitted by the Vendor are specifically null and void and are not a part of this bid invitation or any awarded purchase order, even if said terms and/or conditions contain language to the contrary. CHAPTER ADM 600 PROCUREMENT AND PROPERTY RULES APPLY TO AND ARE MADE A PART HEREOF PUBLIC DISCLOSURE OF BID OR PROPOSAL SUBMISSIONS: Generally, the full contents of any bid or proposal (including all materials submitted in connection with it, such as attachments, exhibits, addenda, and vendor presentations) become public information upon completion of final contract or purchase order negotiations with the selected vendor. Certain information concerning bids or proposals, including but not limited to pricing or scoring, is generally available to the public even before this time, in accordance with the provisions of NH RSA 21-G: 37. To the extent consistent with applicable state and federal laws and regulations, as determined by the State, including, but not limited to, NH RSA Chapter 91-A (the “Right-to-Know” Law), the State shall, after final negotiations with the selected vendor are complete, attempt to maintain the confidentiality of portions of a bid or proposal that are clearly and properly marked by a bidder as confidential. Any and all information contained in or connected to a bid or proposal that a bidder considers confidential shall be clearly designated in the following manner: If the bidder considers any portion of a submission confidential, they shall provide a separate copy of the full and complete document, fully redacting those portions by blacking them out and shall note on the applicable page or pages of the document that the redacted portion or portions are “confidential.” Use of any other term or method, such as stating that a document or portion thereof is “proprietary”, “not for public use”, or “for client’s use only”, is not acceptable. In addition to providing an additional fully redacted copy of the bid submission to the person listed as the point of contact on Page one (1) of this document, the identified information considered to be confidential must be accompanied by a separate letter stating the rationale for each item designated as confidential. In other words, the letter must specifically state why and under what legal authority each redaction has been made. Submissions which do not conform to these instructions by failing to include a redacted copy (if required), by failing to include a letter specifying the rationale for each redaction, by failing to designate redactions in the manner required by these instructions, or by including redactions which are contrary to these instructions or operative law may be rejected by the State as not conforming to the requirements of the bid or proposal. The State will generally assume that a bid or proposal submitted without an additional redacted copy contains no information which the bidder deems confidential. Bids and proposals which contain no redactions, as well as redacted versions of submissions that have been accepted by the State, may be released to the public, including by means of posting on State web sites. The State shall have no obligation to maintain the confidentiality of any portion of a bid, proposal or related material, which is not marked in accordance with the foregoing provisions. It is specifically understood and agreed that the bidder waives any claim of confidentiality as to any portion of a response to this RFB or RFP that is not marked as indicated above, and that unmarked (or improperly marked) submissions may be disseminated to any person, without limitation. Marking an entire bid, proposal, attachment or full sections thereof confidential without taking into consideration the public’s right to know shall neither be accepted nor honored by the State. Notwithstanding any provision of this request for submission to the contrary, proposed pricing shall be subject to public disclosure REGARDLESS of whether or not marked as confidential. If a request is made to the State by any person or entity to view or receive copies of any portion of a proposal and if disclosure is not prohibited under NH RSA 21-G:37 or any other applicable law or regulation, bidders acknowledge and agree that the State may disclose any and all portions of the proposal or related materials which is not marked as confidential. In the case of bids, proposals or related materials that contain portions marked confidential, the State shall assess what information it believes is subject to release; notify the bidder that the request has been made; indicate what, if any, portions of the proposal or related material shall not be released; and notify the bidder of the date it plans to release the materials. The State is not obligated to comply with a bidder’s designation regarding confidentiality. The State shall have no obligation to advise a bidder that an individual or entity is attempting to electronically access, or has been referred to, materials which have been made publicly available on the State’s web sites. By submitting a bid or proposal, the bidder agrees that unless it obtains and provides to the State, prior to the date specified in the notice described in the paragraph above, a court order valid and enforceable in the State of New Hampshire, at its sole expense, enjoining the release of the requested information, the State may release the information on the date specified in the notice without any liability to the bidder. Notwithstanding NH RSA 91-A:4, no information shall be available to the public, or to the members of the general Revised: 1/18/19 LMR 7 court or its staff concerning specific responses to this bid invitation from the time this bid is published until the closing date for responses. CONTRACT TERM: The term of the contract shall commence October 1, 2020 or upon execution by the Commissioner of the Department of Administrative Services, whichever is later (the “effective date”) and shall continue thereafter for a period of two (2) years. The contract may be extended for an additional two (2) one-year extensions thereafter under the same terms, conditions and pricing structure upon the mutual agreement between the successful Vendor and the State with the approval of the Commissioner of the Department of Administrative Services. The maximum term of the contract (including extensions) shall not exceed five (5) years. CONTRACT AWARD: The award shall be made to the responsible Vendor(s) meeting the criteria established in this RFB and providing the lowest cost (total mark-up) per product category within a district (there are six districts, each with up to two categories, as well as a separate product category for “Additive Premium Ultra-Low Sulfur Diesel”). The State reserves the right to reject any or all bids or any part thereof and add/delete items/locations to the contract. All award(s) shall be, in the form of a State of New Hampshire Contract(s). Successful Vendor shall not be allowed to require any other type of order, nor shall the successful Vendor be allowed to require the filling out or signing of any other document by State of New Hampshire personnel. NOTIFICATION AND AWARD OF CONTRACT(S): Bid results shall not be given by telephone. For Vendors wishing to attend the bid closing, the names of the vendors submitting responses and pricing shall be made public. Other specific response information shall not be given out. Bid results shall be made public after final approval of the contract(s). Bid results may also be viewed on our website at https://das.nh.gov/purchasing For Vendors wishing to attend the bid closing: Names of the Vendors submitting responses and pricing shall be made public. LIABILITY: The State shall not be held liable for any costs incurred by Vendors in the preparation of bids or for work performed prior to contract issuance. For Vendors wishing to attend the bid closing: Names of the Vendors submitting responses and pricing shall be made public. TERMINATION: The State of New Hampshire shall have the right to terminate the purchase contract at any time with written notice to the successful Vendor a thirty (30) day written notice. VENDOR CERTIFICATIONS: All Vendors shall be duly registered with the NH Bureau of Purchase and Property as State of New Hampshire vendors. All Vendors that are corporations, limited liability companies, or other limited liability business entities (this excludes sole proprietors and general partnerships) shall be duly registered with the New Hampshire Secretary of State to conduct business in the State of New Hampshire. • STATE OF NEW HAMPSHIRE VENDOR APPLICATION: To be eligible for a contract award, a Vendor must have a completed Vendor Application Package on file with the NH Bureau of Purchase and Property. See the following website for information on obtaining and filing the required forms (no fee: https://DAS.NH.Gov/Purchasing • NEW HAMPSHIRE SECRETARY OF STATE REGISTRATION: To be eligible for a contract award, a Vendor that is a corporation, limited liability company, or other limited liability business entity (this excludes sole proprietors and general partnerships) must be registered to conduct business in the State of New Hampshire AND in good standing with the NH Secretary of State. Please visit the following website to find out more about the requirements for registration with the NH Secretary of State: https://www.sos.nh.gov/corporate. https://das.nh.gov/purchasing https://das.nh.gov/Purchasing https://www.sos.nh.gov/corporate Revised: 1/18/19 LMR 8 • CERTIFICATE OF INSURANCE: Prior to being awarded a contract the Vendor shall be required to submit proof of comprehensive general liability insurance coverage prior to performing any services for the State. The coverage shall insure against all claims of bodily injury, death or property damage in amounts of not less than $1,000,000 per occurrence and $2,000,000 aggregate. Coverage shall also include State of New Hampshire workers’ compensation insurance to the extent required by RSA Chapter 281-A. VENDOR RESPONSIBILITY: The successful Vendor shall be solely responsible for meeting all terms and conditions specified in the bid and any resulting contract. All State of New Hampshire bid invitations and addenda to such bid invitations are advertised on our website at: https://das.nh.gov/purchasing/bids_posteddte.asp?sort=PostedDate DESC It is a prospective Vendor’s responsibility to access our website to determine any bid invitation under which the Vendor desires to participate. It is also the Vendor’s responsibility to access our website for any posted addenda. The website is updated several times per day; it is the responsibility of the prospective Vendor to access the website frequently to ensure that no bidding opportunity or addendum is overlooked. It is the prospective Vendor’s responsibility to forward a signed copy of any addendum requiring the Vendor’s signature to the Bureau of Purchase and Property with the bid response. In preparation of a bid response, the prospective Vendor shall: • Provide pricing information as indicated in the “Offer” section; and • Provide all other information required for the bid response (if applicable); and • Complete the “Vendor Contact Information” section; and • Add applicable prospective Vendor information to the “Transmittal Letter” form, and sign the form in the space provided. The Transmittal Letter form must be signed under oath and acknowledged by a notary public or justice of the peace in order for the bid response to be considered. BID PRICES: Bid prices shall remain firm for the entire contract period and shall be in US dollars and shall include delivery and all other costs required by this bid invitation. Special charges, surcharges (including credit card transaction fees), or fuel charges of any kind (by whatever name) may not be added on at any time. Any and all charges shall be built into your bid price at the time of the bid. Unless otherwise specified, prices shall be F.O.B. DESTINATION, (included in the price bid), which means delivered to a state agency's receiving dock or other designated point as specified in this contract or subsequent purchase orders without additional charge. Shipments shall be made in order to arrive at the destination at a satisfactory time for unloading during receiving hours. Per Administrative Rule 606.01(e) “if there is a discrepancy between the unit price and the extension price in a response to an RFP, RFB or RFQ, the unit price shall be binding upon the vendor”. Price decreases shall become effective immediately as they become effective to the general trade or the Vendor’s best/preferred customer ABILITY TO PROVIDE: Successful Vendor shall be capable of providing all State of New Hampshire agencies in the awarded product category with their entire requirements of Ultra Low sulfur diesel fuel or Additive Premium Ultra Low sulfur diesel fuel in this bid invitation and any resulting contract without any delay or substitution. It is required that all Vendors be capable and willing to purchase the requested fuel from several terminals. Should the vendors’ primary source be unable to provide the requested fuel product for ANY reason, the vendor MUST obtain the requested product in the requested quantity from another source without delivery delay or additional cost to the state. The vendor will be held responsible for securing and maintaining product availability capable to support each State of New Hampshire agency fuel location awarded through this bid. Revised: 1/18/19 LMR 9 SITE VISITATION: Prior to bidding, it is each bidder's responsibility to become thoroughly familiar with the site of the intended delivery, to determine everything necessary to accomplish the installation. Call the contact person at the delivery location you wish to visit, (see location sheet for contact and telephone number) to make an appointment to view the site of the intended delivery. Failure of the bidder to make a site visit does not relieve the bidder of responsibility to fully understand what is necessary to accomplish a successful and complete delivery. The State assumes no responsibility for understandings or representations concerning conditions made by its officers or employees prior to and in the event of the execution of a contract, unless such understanding or representations are specifically incorporated into this RFB. Verbal discussions pertaining to modifications or clarifications of this RFB shall not be considered part of this RFB unless confirmed in writing. Any information provided by the vendor verbally shall not be considered part of that vendor’s response. ABILITY TO PROVIDE: Successful Vendor shall be capable of providing each State of New Hampshire agencies with their entire requirements of the items required in this bid invitation and any resulting contract without any delay or substitution. ORDERING PROCEDURE: State agencies shall place their orders by electronic order entry, by e-mail, by FAX, or they may establish a standard delivery order. AUDITS AND ACCOUNTING: The successful Vendor shall allow representatives of the State of New Hampshire to have complete access to all records for the purpose of determining compliance with the terms and conditions of this bid invitation and in determining the award and for monitoring any resulting contract. At intervals during the contract term, and prior to the termination of the contract, the successful Vendor may be required to provide a complete and accurate accounting of all products and quantities ordered by each agency and institution and by political sub-divisions and authorized non-profit organizations. ESTIMATED USAGE: The quantities indicated in the offer section of this bid invitation are an estimate only for the State of New Hampshire's annual requirements. These quantities are indicated for evaluation purposes only and shall not be considered minimum or guaranteed quantities, nor shall they be considered maximum quantities. USAGE REPORTING: The successful Vendor shall be required to submit a quarterly and annual usage report for analysis to determine contract compliance. At a minimum, the Report shall include: • Contract Number • Utilizing Agency • All Products Purchased (showing the manufacturer, item, part number, and the final cost.) • Total Cost of all Products Purchased CONTRACT CONSUMPTION – TRACKING / REPORTING – DOT FUEL DISTRIBUTION The successful bidder(s) shall submit consumption reports on a monthly basis to DOT – fuel distribution. The consumption report shall include transaction history for the previous month and in total from contract inception. The reports shall be received by the 10th day of the month for the previous month’s activity. The report shall include the following data at a minimum: • District number • Delivery Agency • Physical location with tank id if available • Date of delivery • Gallons delivered • Product type (PREMIUM ULS) • Total gallons delivered to date by delivery type ( PT ) per district Reports shall be emailed to: Brian Pike - Fuel Distribution Supervisor DOT – Fuel Distribution Email: Brian.Pike@dot.nh.gov mailto:Brian.Pike@dot.nh.gov Revised: 1/18/19 LMR 10 ESTABLISHMENT OF ACCOUNTS: Each State of New Hampshire agency shall have its own individual customer account number. There shall be instances where sub-sections of an agency shall need their own individual customer account number. Should any State of New Hampshire agency place an order under the contract, the successful Vendor agrees to establish an account within three business days from the date the order is placed. However, there shall be no delay in any shipment; the agency shall receive the items ordered in accordance with the delivery time required under the “Delivery Time” section of this bid invitation, as if an account already exists for them. RETURNED GOODS: The successful Vendor shall resolve all order and invoice discrepancies within five (5) business days from notification. Products returned due to quality issues, duplicate shipments, over-shipments, etc. shall be picked up by the successful Vendor within ten (10) business days of notification with no restocking or freight charges, and shall be replaced with specified products or the agency shall be refunded/credited for the full purchase price. Unauthorized substitutions for any products are not allowed. DELIVERY: State agencies shall contact successful vendor(s) and coordinate deliveries; 1. All Deliveries will be made within 48 hours after receipt of order, regardless of method of delivery (tank wagon or motor transport). Weekends and holidays are NOT exempt from the stated delivery schedule and it’s understood that bidders are a 365-day delivery operation. 2. DIPPING TANKS - State agencies require all vendors to have their delivery personnel dip tanks before and after deliveries and note said readings on delivery slips. Dip stick readings will be accurate within 1/8” inch per State of New Hampshire “Water Supply Pollution Control Commission Regulation Env-Wm 1401.11 Inventory Monitoring” or the most recent revision. 3. DELIVERY SLIP / BOL - All deliveries including tanker loads shall include a bill of lading and / or documentation to identify the type product left at each delivery. Delivery and load slips must be left at each delivery site. Failure to leave delivery documentation at each delivery site may result in delayed payments for said deliveries. 4. SPILLS/ OVERFILLS - Most underground tanks are equipped with 4" tight fill adapters. (Exception: above ground skid tanks.) Delivery trucks should be equipped with appropriate hardware to seal delivery-lines to prevent over-fills and/or spills. If a spill should occur during delivery or vendor should deliver the wrong product to tanks, the vendor assumes all responsibility and liability for spill, clean - up and/or cleaning of tank and the delivery driver will report the incident to onsite agency personnel immediately. 5. OVERFILLS - Delivery personnel shall unload product at a reasonable pace and rate to allow the flapper valve to perform its function. Over filling of the tank will require the vendor to return to the site, pump out the overfill and clean out the manhole. All cost associated with correcting the overfill will be the vendors sole responsibility. Violations of this requirement shall be reported to the State of New Hampshire Department of Environmental Services. 6. The State of New Hampshire will do everything possible to prevent over ordering, although if a tank is unable to take the full amount ordered, the ordering “agency” will attempt to place the fuel at another location where said vendor has a contract at no additional cost to the State. 7. EMERGENCIES – Vendor(s) further agrees to deliver in less time in case of emergencies to the best of his ability. If delivery requirements are not met, the buyer reserves the right to purchase elsewhere, charging any additional costs back to the original vendor. 8. The State reserves the right to make additions or deletions to the list of delivery points and to increase or decrease the estimated quantity of diesel fuel, as it may deem necessary, during the contract period. 9. The use of a private carrier to make delivery does not relieve the successful bidder from the responsibility of meeting the delivery requirement. DELIVERY SLIPS: Delivery slips shall be left at each delivery location. Delivery slip shall indicate at minimum all data stated below. • The quantity of product delivered • Description of product delivered Revised: 1/18/19 LMR 11 • Date of delivery • Tank I.D. number if available • Delivery location, agency and physical address • Delivery driver shall make reasonable effort to obtain signature by agency or interested party; if no one is available to sign, driver shall sign delivery slip to include date and time • Bidder may offer a cash discount for earlier payment on invoices DELIVERY SAFETY REQUIREMENTS AND PROCEDURES: All fuel delivery personnel will adopt the following safety procedures when making deliveries to any State location: 1. Exercise caution when maneuvering to avoid damage to containment walls 2. Inspect tank, fittings and liquid level indicator prior to filling 3. Place drip pans under all hose fittings prior to loading or unloading 4. Block truck wheels before starting to load or unload 5. Remain with the vehicle while loading or unloading 6. Drain loading or unloading line to storage tank when loading or unloading is complete 7. Verify that all drain valves are closed before disconnecting loading or unloading lines 8. Inspect vehicle before departure to be sure all loading or unloading lines have been disconnected and vent valves are closed 9. Immediately report any leakage or spillage to the onsite personnel. 10. In a case where the leak, spill or overfill takes place at a DOT fuel distribution location, in addition to reporting the incident to onsite personnel, delivery personnel will contact agency immediately @ 603-271- 6862. 11. Delivery personnel will shut off all electrical devices (cellular phones, pagers etc.) while unloading product. 12. Delivery personnel shall clean the manhole of any product they may have spilled during delivery. DELIVERY – TANK CONTAMINATION: If a vendor delivers a fuel product to the wrong tank and that delivery causes contamination between 2 different products (IE diesel fuel and gasoline etc.), the vendor shall take the following steps to correct the situation: 1. The vendor that delivered the product to the wrong tank shall contact the agency owning the fuel tank to convey the situation as soon as the vendor becomes aware of the situation. 2. The Vendor shall then pump out the total contents of the contaminated tank, both existing product and the newly delivered product. 3. It shall be the vendors responsibility and cost to properly dispose of the contaminated fuel and clean the tank 4. The vendor shall replace the total volume of the product pumped out charging the state for only the original volume requested to be delivered. 5. The vendor shall be physically and financially responsible for the pumping, cleaning and replacing of the fuel product 6. The vendor shall work without delay to remedy the error so the fuel tank may be put back in service ASAP by the state agency MINIMUM DELIVERY IN GALLONS FOR STANDBY GENERATORS Agencies shall contact the vendor for fuel delivery when the agency deems it necessary. Agencies are responsible for reviewing the volume of fuel in the generator fuel tank prior to placing an order to be sure it will accept the minimal amount. Revised: 1/18/19 LMR 12 Deliveries accepting less than the minimum amount for the generator tank size shall utilize the following minimum delivery fee chart when calculating invoices for said deliveries. DELIVERY FEE MATRIX FOR STANDBY GENERATOR DELIVERIES (WILL-CALL ONLY) LINE TANK SIZE MINIMUM GALLONS DELIVERED LESS THAN MINIMUM QTY DELIVERED FEE 1 150 GALLON TANK 50 GALLONS $100 FEE 2 151 - 300 GALLON TANK 75 GALLONS $100 FEE 3 301 - 500 GALLON TANK 100 GALLONS $100 FEE 4 501 - 750 GALLON TANK 150 GALLONS $100 FEE 5 751 – 1,000 GALLON TANK 200 GALLONS $100 FEE 6 1001 – 2500 GALLON TANK 250 GALLONS $100 FEE 7 2500+ GALLON TANK 250 GALLONS $100 FEE A - TANK SIZE ESTABLISHED BY WHAT IS STATED IN THE OFFER SECTION UNDER "TANK SIZE" B - IF GENERATORS THAT HAVE 2 OR MORE TANKS PIPED TOGETHER, THEN THE TANK SIZE IS BASED ON THE TOTAL OF ALL COMBINED TANKS. C - FEES & CALCULATIONS ARE BASED AGAINST EACH GENERATOR DELIVERY REGARDLESS OF HOW MANY ARE ON A SINGLE SITE OR COMPLEX D - THIS PRICE/FEE SCHEDULE APPLIES TO “STANDBY GENERATOR” ACCOUNTS ONLY DELIVERY – “WILL CALL” OR “AUTOMATIC”: There are locations stated on the attached location sheets that require “will call”, “automatic delivery” and some are left blank. If nothing is stated, it shall be assumed they are “will call” locations. Agencies wishing to change location delivery status from “will call” to automatic delivery or vice versa shall contact the account contractor in writing and request the change. Agencies shall also provide the necessary previous delivery history data if it is not available under the past “will call” format. DELIVERY - AUTOMATIC DELIVERY REQUIREMENTS – STATE AGENCY RESPONSIBILITIES To assist in a smooth delivery operation, the ordering Agency shall provide the bidder with the previous delivery history data (1 year worth of consumption is preferable) so the bidder may provide the delivery service in an accurate and efficient manner. This history data is available by request from the previously contracted vendor. Agencies should monitor their fuel tank consumption for the first 3 months of a new contract to be sure they do not run out while the “automatic delivery” program builds a consumption history. Revised: 1/18/19 LMR 13 SOLICITATION PRICING FORMAT INDEX BASED BID FORMAT: DIESEL - Bidder(s) must offer prices for diesel fuel from the “Oil Price Daily” (Portsmouth, NH Low) in effect on the date of delivery, from “Daily Petroleum Prices” section. The index based price format is per gallon and shall be offered for each location (see Attachment A: On-Off Road Diesel Locations). Mark up shall remain fixed and firm for the contract and any extension thereof. Mark- up and transportation prices offered by the successful bidder shall remain firm and unchanged for all products ordered and be added to the appropriate index price on the date of delivery to form the total delivered price per gallon for the term of the contract and any extension thereof and shall include delivery and all other charges. • Bidder shall offer a mark-up per gallon per category within a region that shall remain firm for the contract term specified and any extension thereof • The mark-up shall be based on the “ESTIMATED” volume stated for each of the product category being bid and price shall include all taxes, fees, delivery cost and all other charges. • Bidders shall base their pricing, during the term of the contract, on the “Oil Price Daily” (Portsmouth Low) price on day of delivery, plus mark-up. • WINTER: From approximately October through March, Ultra Low Sulfur Diesel may change from the “Portsmouth NH, Low” price to the “Portsmouth NH, High” price to accommodate the Winter Blend shift. • Fuel price postings may increase or decrease during the term of the contract in accordance with the “Oil Price Daily” postings. Mark-up prices offered by the bidder will include all current taxes and fees to achieve the total mark-up cost per gallon offered by the bidder. • This value shall be added to the index price posted for the date of delivery to achieve the total price per gallon for the product delivered. BIDDER OPPORTUNITY: Bidder may bid on any and all categories as shown on the bid offer sheet. • “CATEGORY A” – PEDAL TRUCK DELIVERY –ON ROAD ULTRA LOW SULFUR DIESEL • “CATEGORY B” – PEDAL TRUCK DELIVERY – OFF ROAD (DYED) ULTRA LOW SULFUR DIESEL • “CATEGORY C” – PEDAL TRUCK DELIVERY – NH DOT PREMIUM ADDITIVE ULTRA LOW SULFUR DIESEL STATE LOCATIONS • Locations are listed individually while others have multiple tanks and are grouped together within a district. All grouped tanks are located on one premise. • District 1 through 6 as shown on the bid locations, offer sheets and district map , (see attached) • There is a single pricing format, index based using the Oil Price Daily as the rack + mark up • Bidders may bid in as many districts and on as many categories as they feel they can service effectively. • The act of submitting a bid is to be considered in full acknowledgment that the bidder is familiar with the conditions and requirements of these specifications and the locations delivery requirements. INVOICING: Invoicing shall be done to the Agency Remit Account on the basis of each order completed or other mutually agreed upon timeframe between the vendor and agency (example: monthly invoice). Invoices shall clearly indicate the quantity, description, packaging, date delivered, and contract price. Invoices must be sent to the State department of agency to which the delivery is made. Vendors may email invoices to the remit address, but it will be the vendors’ responsibility to obtain the proper email address prior to electronic delivery. It will be the responsibility of the bidder to see that all invoices are complete and priced accurately per the terms, conditions and format of the contract bid. Inaccurate or incomplete invoices will be returned to the contract bidder with a request for a new accurate and complete invoice. The State will make all efforts to pay all accurate and complete invoices within the payment term stated within this bid; however, errors within the original invoice will relieve the State of the original net-30 term time frame for payment. Revised: 1/18/19 LMR 14 Vendors are allowed to pass on any discounts to the State of New Hampshire. Any invoices with pricing lower than “The Oil Price Daily” posting plus mark-up shall be considered a discount, unless notification to the agency, and a revised invoice, are not provided within 5 business days. Invoices shall indicate all data stated below. • The quantity delivered • Description of product delivered • Date of delivery • Dip stick reading before and after delivery o Dip stick readings will be accurate within 1/8” inch per State of New Hampshire “Water Supply Pollution Control Commission Regulation Env-Or 406.03 or the most recent revision • Tank I.D. number if available • Delivery location, agency and physical address • Contract price per gallon as stated in offer section INVOICING FOR DELIVERIES ON WEEKENDS OR HOLIDAYS: When deliveries are required on weekends, (between 12:01 am Saturday and 12:00 pm midnight Sunday) invoices for those delivery dates will be calculated against the posted journal price on the previous Friday. If deliveries occur on a holiday that falls in the middle of the week (EXAMPLE: THANKSGIVING IS OBSERVED ON A THURSDAY), invoices for those delivery dates will be calculated against the posted price on the previous business day. NEW YEARS DAY MARTIN LUTHER KING DAY PRESIDENTS DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY VETERAN'S DAY THANKSGIVING DAY DAY AFTER THANKSGIVING CHRISTMAS DAY PAYMENT: Payment method (P-Card or ACH). Payments shall be made via ACH or Procurement Card (P-card = Credit Card) Unless otherwise specified by the state of New Hampshire. Use the following link to enroll with the State Treasury for ACH payments: https://www.nh.gov/treasury/state-vendors/index.htm SPECIFICATIONS: Vendor's offer shall meet or exceed the required specifications as written. The State of New Hampshire shall be the sole determining factor of what meets or exceeds the required specifications. Successful bidder(s) at their sole expense shall furnish, upon request by a using agency, an analysis from an approved laboratory of the fuel delivered to any State location. PRODUCT TESTING: The State reserves the right to test any product delivered to any of the fuel locations stated within this bid, or any locations added to the resulting contract over its term, for compliance to the product ordered or the specifications and standards herein. If the results of any such test performed determine that the product sold, furnished and delivered to any State location, does not meet the specifications of the product ordered or the specifications and standards established by the State of New Hampshire and/or the Federal Government, the vendor responsible for the error will be reported to the NH Department of Environmental Services and held responsible for removing the incorrect product from the delivery location, cleaning of the tank if necessary, delivering the correct product and paying all charges associated with the error including the testing procedure. While the error conditions exist, the State reserves the right to purchase said fuel elsewhere charging any additional cost to the original vendor. The vendor responsible for the error would also be subject to the relative “default” conditions as stated in the Terms and Conditions section of this bid. PRODUCT OPTIONS: During the term of the contract, State agencies may order either of two (2) products for their use: off-road dyed ultra low sulfur diesel OR on-road ultra low sulfur diesel fuel. PRODUCT REQUIREMENTS AND SPECIFICATIONS Specifications for “Ultra Low Sulfur Diesel Fuel” are stated below. Supplied products will meet specifications as written or the most recent revised ASTM specification. PROPERTY ASTM TEST METHOD GENERAL REFERENCE FUEL SPECIFICATIONS SULFUR CONTENT D5453-93 15 PPM MAX AROMATIC HYDROCARBON D5186-96 10% MAX https://www.nh.gov/treasury/state-vendors/index.htm Revised: 1/18/19 LMR 15 CONTENT, VOL % POLYCYCLIC AROMATIC HYDROCARBON CONTENT, WT. % D5186.96 1.4% MAX NITROGEN CONTENT D4629-96 10 PPM MAX NATURAL CETANE NUMBER D613-84 40 MINIMUM GRAVITY, API D287-82 33-39 VISCOSITY AT 40` C, sCt D445-83 2.0 – 4.1 FLASH POINT `F (MIN.) D93-80 130 DISTILLATION, `F D86-96 IBP 340 – 420 10% REC 400 – 490 50% REC 470 – 560 90% REC 550 – 610 EP 580 – 660 PRODUCT REQUIREMENTS AND SPECIFICATIONS: Specifications for “Ultra Low Sulfur Diesel Fuel” are stated below. Supplied products will meet specifications as written or the most recent revised ASTM specification. PROPERTY ASTM TEST METHOD GENERAL REFERENCE FUEL SPECIFICATIONS SULFUR CONTENT D5453-93 15 PPM MAX AROMATIC HYDROCARBON CONTENT, VOL % D5186-96 10% MAX POLYCYCLIC AROMATIC HYDROCARBON CONTENT, WT. % D5186.96 1.4% MAX NITROGEN CONTENT D4629-96 10 PPM MAX NATURAL CETANE NUMBER D613-84 40 MINIMUM GRAVITY, API D287-82 33-39 VISCOSITY AT 40` C, sCt D445-83 2.0 – 4.1 FLASH POINT `F (MIN.) D93-80 130 DISTILLATION, `F D86-96 IBP 340 – 420 10% REC 400 – 490 50% REC 470 – 560 90% REC 550 – 610 EP 580 – 660 ADDITIVE PREMIUM ULTRA LOW DIESEL REQUIREMENTS In addition to the ultra low sulfur diesel specifications stated within, locations included in “Category C” shall also require the following “premium” characteristics. These characteristics shall be adopted and included in thePremium ultra low sulfur diesel product delivered. Ultra Low Diesel Fuel. - All diesel fuels identified on retail dispensers, bills of lading, invoices, shipping papers, or other documentation with terms such as premium, super, supreme, plus, or premier must conform to the following requirements: a) Cetane Number. - A minimum cetane number of 45.0 as determined by ASTM Standard Test Method D 613. b) Low Temperature Operability. - A cold flow performance measurement which meets the ASTM D 975 tenth percentile minimum ambient air temperature charts and maps by either ASTM Standard Test Method D 2500 (Cloud Point) or ASTM Standard Test Method D 4539 (Low Temperature Flow Test, LTFT). Low temperature operability is only applicable October 1 - March 31 of each year. c) Thermal Stability. - A minimum reflectance measurement of 80% as determined by ASTM Standard Test Method D 6468 (180 min, 150 °C). Revised: 1/18/19 LMR 16 d) Lubricity. - A maximum wear scar diameter of 520 microns as determined by ASTM D 6079. If an enforcement jurisdiction’s single test of more than 560 microns is determined, a second test shall be conducted. If the average of the two tests is more than 560 microns, the sample does not conform to the requirements of this part. 1. Successful bidder(s), at their expense shall furnish, upon request for the state agency, an analysis from an approved laboratory of the fuel delivered to any state location. 2. Successful bidder(s) may utilize other distributors for supply and/or delivering Premium Ultra low sulfur diesel, Ultra low sulfur diesel or ultra low sulfur kerosene with prior written approval from the Administrator of the Bureau of Purchase and Property. Such approval will not warrant any increase in the State’s purchasing price. Successful bidder(s) guarantees to be the base supplier if necessitated by imposition of the State of federal allocation plans. 3. Successful bidder(s) is responsible for replacement of any State property that is damaged by the bidder(s) employees. NH DOT PREMIUM DIESEL PROGRAM: The NH Department of Transportation Bureau of Fuel Distribution manages all Locations shown in the location section of Attachment A that state “DOT/ FUEL DISTRIBUTION” in the far left column (column A). All of these stated locations currently purchase and store Additive premium Ultra Low Sulfur Diesel fuel in their tanks. NH DOT PREMIUM DIESEL PROGRAM – WINTER PREMIUM DIESEL TEMPERATURE PROTECTION: The following cloud points will apply for all awarded locations in the district specified below. These guidelines are the minimum protection cloud points required, all winter premium fuel deliveries shall meet or exceed the cloud point requirements as stated below unless superseded by requirements stated at time of order. Please see attached State of New Hampshire district Map for district designations. ALL DOT FUEL DISTRIBUTION LOCATIONS: • October 1 to December 14th - Ultra low sulfur additive premium winter diesel with temperature protection characteristics that meet or exceed + 8 0F cloud points. • December 15th to March 14th - Ultra low sulfur additive premium winter diesel with temperature protection characteristics that meet or exceed -50 F cloud points COMPLIANCE DOCUMENTATION – SULFUR CONTENT In compliance with State of New Hampshire Department of Environmental Services rule ENV-A 1607.01 or most recent revision, Awarded vendors shall be required to supply a statement of compliance with regard to the sulfur content of the diesel fuel products delivered to the State of New Hampshire. The Statement shall be on company letter head and read: “the sulfur content of the fuel as delivered does not exceed the state or federal standard for that fuel” and signed by a duly authorized agent of that company. These documents shall are kept on file with the bid offers for the term of the contract. The state currently maintains a list of these documents on file and after the bid award process has been completed, the State will notify any awarded vendor to supply the required document if it is not previously on file. FEES AND TAXES: Any and all relevant fees and taxes that are in place at the time of the bid offer will be included in the offered markup charge stated by the vendor. This includes any environmental, superfund, transportation or excise tax or fees, which the vendor may be deemed responsible. The State will allow increases or require decreases in the posted markup and transportation cost equal to the value of the fee or tax if such increases or decreases occur after the award of the contract and are instituted by the State or federal government. No increases in the posted mark-up and transportation cost will be allowed without the prior written approval from the Administrator of the Bureau of Purchase and Property. The State of New Hampshire Department of Administrative services shall provide a Certificate of Exemption with respect to the States purchases to the awarded bidder in support of a claim for credit or payment under section 6427 of the Internal Revenue Code in the form attached hereto. The supplied exemption certificates shall not apply to those Political sub-divisions, school buses, qualified local buses or other qualified entities that choose to “participate” under the RSA 21-I provision. OFFER: Vendor hereby offers to furnish to State of New Hampshire agencies and institutions and to any political sub- Revised: 1/18/19 LMR 17 division and authorized non-profit organization wishing to participate, in accordance with all of the requirements of this bid invitation in the pricing provided on Attachment D: RFB 2340-21 Pedal Truck Offer Sheet for the entire contract term and any extension. VENDOR CONTACT INFORMATION: Please provide contact information below for a person knowledgeable of and who can answer questions regarding, this bid response. ____________________________________ _______________________ __________________________ Contact Person Local Telephone Number Toll Free Telephone Number _________________________ ________________________ ___________________________________ E-mail Address Company Website DUNS # __________________________________________ _______ __________________________________________________ If required, please see NH District Map for clarifications. https://www.nh.gov/dot/org/operations/highwaymaintenance/documents/DistrictEngineersMap-August2015.pdf ATTACHMENTS: The following attachments are an integral part of this bid invitation: Attachment A: On-Off Road Diesel Locations Attachment B: Sample Tax Exempt Certificate Attachment C: RFB 2340-21 Pedal Truck Offer Sheet Note: To be considered, bid shall be signed and notarized on front cover sheet in the space provided. https://www.nh.gov/dot/org/operations/highwaymaintenance/documents/DistrictEngineersMap-August2015.pdf GENERAL CONDITIONS AND INSTRUCTIONS: NOTIFICATION AND AWARD OF CONTRACT(S): LIABILITY: The State shall not be held liable for any costs incurred by Vendors in the preparation of bids or for work performed prior to contract issuance. 1. Exercise caution when maneuvering to avoid damage to containment walls District 1 DIESEL, ON AND OFF-ROAD, PEDAL TRUCK LOCATIONS DEPT. LOCATION CONTACT PERSON/TEL # PT PHYSICAL ADDRESS REMIT ADDRESS TANK ID# TANK SIZE ESTIMATED ANNUAL USAGE GALLON DISTRICT 1 - CATEGORY A - PEDAL TRUCK - ON ROAD ULTRA LOW SULFUR DIESEL DEPT. OF BERLIN JOE BACHOFER 138 EAST MILAN RD NH DOC FISCAL MGMT. PO BOX 1806 CORRECTIONS. STATE PRISON 752-0455 PT BERLIN CONCORD NH 03302 1/500 4,800 DEPT. OF NATURAL & FRANCONIA JASON FALLMAN 2750 PROFILE ROAD NH DNCR - FRANCONIA NOTCH STATE PARK #16 CULTURAL RESOURCES VEHICLE MAINTENANCE SHOP 823-8800 X 731 P/T FRANCONIA 260 TRAMWAY DRIVE, FRANCONIA, NH 03580 1/4000 15,000 DISTRICT 1 - CATEGORY B - PEDAL TRUCK - OFF ROAD DYED ULTRA LOW SULFUR DIESEL ADJUTANT LITTLETON READINESS CENTER PAUL ANNIS 350 MEADOW STREET NH ADJ. GENERAL BUSINESS OFFICE GENERAL STAND BY GENERATOR 603-225-1357 P/T LITTLETON 4 PEMBROKE RD CONCORD, NH 03301 1 / 346 750 ADJUTANT LANCASTER READINESS CNTR PAUL ANNIS 532 MAIN ST. NH ADJ. GENERAL, BUSINESS OFFICE GENERAL STAND BY GENERATOR 225-1357 P/T LANCASTER 4 PEMBROKE RD, CONCORD, NH 03301 1 /346 1,000 DEPT. OF BERLIN JOE BACHOFER 138 EAST MILAN RD NH DOC FISCAL MGMT. PO BOX 1806 U/G CORRECTIONS. STATE PRISON 752-0455 PT BERLIN CONCORD NH 03302 1 / 10,000 1,000 DEPT. OF NATURAL & FRANCONIA ROB HARVEY 103 TRAMWAY DRIVE NH DNCR - FRANCONIA NOTCH STATE PARK #20 CULTURAL RESOURCES CANNON MTN TRAMWAY MAINT STAND BY GENERATOR 823-7722 X 727 P/T FRANCONIA 260 TRAMWAY DRIVE, FRANCONIA, NH 03580 1/500 1,000 FISH & BERLIN WAYNE PASCHAL YORK POND ROAD NH FISH & GAME BUSINESS OFFICE GAME STATE HATCHERY 449 - 3412 P/T BERLIN 11 HAZEN DRIVE CONCORD, NH 03301 1/500 1,000 SAFETY TROOP STATION F JIM MINERY 549 RT 302 NH STATE POLICE - SUPPORT SERVICES STATE POLICE STAND BY GENERATOR 419-9451 P/T TWIN MTN 33 HAZEN DR. CONCORD, NH 03305 1/140 200 District 2 DIESEL, ON AND OFF-ROAD, PEDAL TRUCK LOCATIONS DEPT. LOCATION CONTACT PERSON/TEL # PT PHYSICAL ADDRESS REMIT ADDRESS TANK ID# TANK SIZE ESTIMATED ANNUAL USAGE GALLON DISTRICT 2 - CATEGORY B - PEDAL TRUCK - OFF ROAD DYED ULTRA LOW SULFUR DIESEL ADJUTANT FRANKLIN READINESS CENTER PAUL ANNIS 300 SOUTH MAIN ST NH ADJ. GENERAL, BUSINESS OFFICE GENERAL STAND BY GENERATOR 225-1357 P/T FRANKLIN 4 PEMBROKE RD, CONCORD, NH 03301 1 /346 1000 ADJUTANT LEBANON READINESS CENTER PAUL ANNIS 174 HEATER ROAD NH ADJ. GENERAL, BUSINESS OFFICE GENERAL STAND BY GENERATOR 225-1357 P/T LEBANON 4 PEMBROKE RD, CONCORD, NH 03301 1 /346 1000 DBEA SPRINGFIELD LARRY LENDERMAN I93 N / NORTH OF EXIT 12A NH DBEA- DTTD WELCOME CENTERS STAND BY GENERATOR 271-0804 P/T SPRINGFIELD 100 NORTH MAIN ST. SUITE 100 CONCORD NH 03301 1/333 ENVIRON . FRANKLIN WWTP KEN NOYES 528 RIVER STREET DEPT OF ENV. SERV. PO BOX 95 SERV./WRBP STAND BY GENERATOR 934-2777 P/T FRANKLIN CONCORD NH 03301 1/2000 1,000 ENVIRON . RIVER ST STATION TONY BROWN 101 RIVER STREET DEPT OF ENV. SERV. PO BOX 95 AGD#2 SERV./WRBP STAND BY GENERATOR 528-6746 P/T FRANKLIN CONCORD NH 03301 1/275 500 HHS ** GLENCLIFF HOME DAVID BROWN 11 MAINTENANCE ROAD GLENCLIFF HOME, HIGH STREET ** GLENCLIFF **PRIME POWER GENERATOR 989-5204 P/T GLENCLIFF GLENCLIFF NH 03238 #5U 1/5000 58,000 **REQUIRES 100' HOSE TO REACH TANK HHS ** GLENCLIFF HOME DAVID BROWN 11 MAINTENANCE ROAD GLENCLIFF HOME, HIGH STREET ** SKID TANK GLENCLIFF OFF ROAD EQUIPMENT 989-5204 P/T GLENCLIFF GLENCLIFF NH 03238 #4A 1/300 300 HHS ** GLENCLIFF HOME DAVID BROWN 11 MAINTENANCE ROAD GLENCLIFF HOME, HIGH STREET GLENCLIFF LAMOTT BLDG STAND BY GENERATOR 989-5204 P/T GLENCLIFF GLENCLIFF NH 03238 #9A 1 / 225 300 DISTRICT 2 - CATEGORY C - PEDAL TRUCK - NH DOT PREMIUM ADDITIVE ULTRA LOW SULFUR DIESEL (ON ROAD) DOT/FUEL NEW LONDON BRIAN PIKE 63 OLD DUMP ROAD NH DOT FUEL DISTRIBUTION PO 214D DISTRIBUTION ABOVE GROUND TANK 603-271-8931 P/T NEW LONDON BOX 483 CONCORD, NH 03302-0483 1/2000 12,000 District 3 DIESEL, ON AND OFF-ROAD, PEDAL TRUCK LOCATIONS DEPT. LOCATION CONTACT PERSON/TEL # PT PHYSICAL ADDRESS REMIT ADDRESS TANK ID# TANK SIZE ESTIMATED ANNUAL USAGE GALLON DISTRICT 3 - CATEGORY B - PEDAL TRUCK - OFF ROAD DYED ULTRA LOW SULFUR DIESEL ADJUTANT PLYMOUTH READINESS CENTER PAUL ANNIS 19 ARMORY ROAD NH ADJ. GENERAL, BUSINESS OFFICE GENERAL STAND BY GENERATOR 225-1357 P/T PLYMOUTH 4 PEMBROKE RD, CONCORD, NH 03301 1 /346 1000 ADMIN SERV OSSIPEE DAVID CONNER 96 WATER VILLAGE RD NH DEPT. OF ADMIN SERV. - COURT FACILITIES, RM. 115 COURT FACILITIES STAND BY GENERATOR 783-1715 P/T OSSIPEE 25 CAPITOL ST CONCORD, NH 03301 500 1000 DBEA SANBORNTON LARRY LENDERMAN I93 S / SOUTH OF EXIT 22/ MM61 NH DBEA- DTTD WELCOME CENTERS STAND BY GENERATOR 271-0804 P/T SANBORNTON 100 NORTH MAIN ST. SUITE 100 CONCORD NH 03301 1/62 DBEA NORTH CONWAY LARRY LENDERMAN 3654 WHITE MOUNTAIN HIGHWAY NH DBEA- DTTD WELCOME CENTERS STAND BY GENERATOR 271-0804 P/T CONWAY 100 NORTH MAIN ST. SUITE 100 CONCORD NH 03301 1/175 EMPLOYMENT LACONIA ROBIN UNTIET 426 UNION AVE NH EMPLOYMENT SECURITY SECURITY STAND BY GENERATOR 228-4152 P/T LACONIA 45 S FRUIT ST CONCORD, NH 03301 1/298 250 ENVIRONMENTAL. NORTH MAIN ST. STATION TONY BROWN 1539 OLD NORTH MAIN ST. DEPT OF ENV. SERV. PO BOX 95 AGD#4 SERV./WRBP STAND BY GENERATOR 528-6746 P/T LACONIA CONCORD NH 03301 1/275 500 ENVIRONMENTAL. PAUGUS PARK PUMP TONY BROWN 29 PAUGUS PUMP ROAD DEPT OF ENV. SERV. PO BOX 95 AGD#5 SERV./WRBP STAND BY GENERATOR 528-6746 P/T LACONIA CONCORD NH 03301 1/275 500 ENVIRONMENTAL. WINNISQUAM PUMP STATION TONY BROWN 202 WATER STREET DEPT OF ENV. SERV. PO BOX 95 AGD#3 SERV./WRBP STAND BY GENERATOR 528-6746 P/T LACONIA CONCORD NH 03301 2/275 500 ENVIRONMENTAL. BELMONT PUMP TONY BROWN 74 SOUTH ROAD DEPT OF ENV. SERV. PO BOX 95 AGD#6 SERV./WRBP STAND BY GENERATOR 528-6746 P/T BELMONT CONCORD NH 03301 1/275 100 ENVIRONMENTAL. GILFORD STATION TONY BROWN 74 WEIRS ROAD DEPT OF ENV. SERV. PO BOX 95 AGD#9 SERV./WRBP STAND BY GENERATOR 528-6746 P/T GILFORD CONCORD NH 03301 1/275 300 ENVIRONMENTAL. GLENDALE STATION, TONY BROWN 31 DOCK ROAD DEPT OF ENV. SERV. PO BOX 95 AGD#7 SERV./WRBP STAND BY GENERATOR 528-6746 P/T GILFORD CONCORD NH 03301 1/275 300 ENVIRONMENTAL. ELLACOYA ST PARK TONY BROWN 280 SCENIC DRIVE DEPT OF ENV. SERV. PO BOX 95 AGD#8 SERV./WRBP STAND BY GENERATOR 528-6746 P/T GILFORD CONCORD NH 03301 1/275 200 ENVIRONMENTAL. STATE SCHOOL PUMP TONY BROWN 1 RIGHT WAY PATH DEPT OF ENV. SERV. PO BOX 95 AGD# 10 SERV./WRBP STAND BY GENERATOR 528-6746 P/T LACONIA CONCORD NH 03301 1/275 150 ENVIRONMENTAL. MAIDEN LADY COVE TONY BROWN 763 SCENIC DRIVE DEPT OF ENV. SERV. PO BOX 95 AGD# 11 SERV./WRBP STAND BY GENERATOR 528-6746 P/T LACONIA CONCORD NH 03301 1/275 150 ENVIRONMENTAL. PENDLETON BEACH TONY BROWN 67 PENDLETON BEACH RD DEPT OF ENV. SERV. PO BOX 95 AGD# 12 SERV./WRBP STAND BY GENERATOR 528-6746 P/T GILFORD CONCORD NH 03301 1/275 200 SAFETY TROOP STATION - E JIM MINERY 1864 WHITE MTN HWY NH STATE POLICE - SUPPORT SERVICES STATE POLICE STAND BY GENERATOR 419-9451 P/T TAMWORTH 33 HAZEN DR. CONCORD, NH 03305 1/140 200 SAFETY MARINE PATROL JIM MINERY 31 DOCK ROAD** NH DEPT. OF SAFETY - MARINE PATROL MARINE PATROL STAND BY GENERATOR 419-9451 P/T GILFORD 31 DOCK ROAD GILFORD, NH 03249 1/666 500 VETERANS HOME TILTON ARMAND PLOURDE 139 WINTER STREET NH VETERANS HOME G2 STAND BY GENERATOR 603-527-4452 P/T TILTON 139 WINTER STREET TILTON, NH 03276 1 - 3500 750 DISTRICT 3 - CATEGORY C - PEDAL TRUCK - NH DOT PREMIUM ADDITIVE ULTRA LOW SULFUR DIESEL (ON ROAD) DOT/FUEL LOUDON BRIAN PIKE 1013 RT 106 NORTH NH DOT FUEL DISTRIBUTION PO 316D DISTRIBUTION SURFACE SKID TANK 603-271-8931 P/T LOUDON BOX 483 CONCORD, NH 03302-0483 1/450 3,000 DOT/FUEL MOULTONBOROUGH BRIAN PIKE 110 HOLLAND STREET NH DOT FUEL DISTRIBUTION PO 305D DISTRIBUTION SURFACE SKID TANK 603-271-8931 P/T MOULTONBOROUGH BOX 483 CONCORD, NH 03302-0483 1/1,500 7,000 District 4 DIESEL, ON AND OFF-ROAD, PEDAL TRUCK LOCATIONS DEPT. LOCATION CONTACT PERSON/TEL # PT PHYSICAL ADDRESS REMIT ADDRESS TANK ID# TANK SIZE ESTIMATED ANNUAL USAGE GALLON DISTRICT 4 - CATEGORY B - PEDAL TRUCK - OFF ROAD DYED ULTRA LOW SULFUR DIESEL ADJUTANT HILLSBORO READINESS CENTER PAUL ANNIS 140 WEST MAIN STREET NH ADJ. GENERAL BUSINESS OFFICE GENERAL STAND BY GENERATOR 603-225-1357 P/T HILLSBORO 4 PEMBROKE RD CONCORD, NH 03301 1 / 346 100 SAFETY TROOP STATION - C JIM MINERY 15 ASHBROOK COURT NH STATE POLICE - SUPPORT SERVICES STATE POLICE STAND BY GENERATOR 419-9451 P/T KEENE 33 HAZEN DR. CONCORD, NH 03305 1/140 200 District 5 DIESEL, ON AND OFF-ROAD, PEDAL TRUCK LOCATIONS DEPT. LOCATION CONTACT PERSON/TEL # PT PHYSICAL ADDRESS REMIT ADDRESS TANK ID# TANK SIZE ESTIMATED ANNUAL USAGE GALLON DISTRICT 5 - CATEGORY A - PEDAL TRUCK - ON ROAD ULTRA LOW SULFUR DIESEL ADJUTANT NH VET CEMETERY SHAWN BUCK P/T 110 D.W. HIGHWAY NH ADJ. GENERAL BUSINESS OFFICE AST GENERAL BOSCAWEN 796 - 2026 X 100 BOSCAWEN 4 PEMBROKE RD CONCORD, NH 03301 1/250 1500 ADJUTANT CONCORD PAUL ANNIS P/T 1 MINUTE MAN WAY NH ADJ. GENERAL BUSINESS OFFICE GENERAL TAG BUILDING F 225-1357 CONCORD 4 PEMBROKE RD CONCORD, NH 03301 1/275 1800 DEPT. OF MENS FACILITY RICK MORRILL P/T NORTH STATE ST. NH DOC - FISCAL MGMT. PO BOX 1806 CORRECTIONS ON ROAD DIESEL 271-1877 CONCORD CONCORD NH 03302 1/5,000 2,000 DEPT. OF FARM - INDUSTRIES CHRIS LOUNSBURY P/T 281 NORTH STATE ST. NH DOC - INDUSTRIES. BOX 14, CORRECTIONS ON ROAD DIESEL 271-3904 CONCORD CONCORD NH 03302 1/500 1500 STATE OF NH CONCORD DAVID BIXBY P/T 133 PLEASANT STREET STATE OF N.H. DHHS DHHS TRANSPORTATION GARAGE 271-5291 CONCORD 129 PLEASANT ST. CONCORD, NH 03301 AST #5 1/500 2,000 DISTRICT 5 - CATEGORY B - PEDAL TRUCK - OFF ROAD DYED ULTRA LOW SULFUR DIESEL ADJUTANT CONCORD - AASF - TAG BUILDING PAUL ANNIS P/T 26 REGIONAL DRIVE NH ADJ. GENERAL BUSINESS OFFICE GENERAL STAND BY GENERATOR 225-1357 CONCORD 4 PEMBROKE RD CONCORD, NH 03301 1/500 1000 ADJUTANT MANCHESTER READINESS CENTER PAUL ANNIS 1059 CANAL STREET NH ADJ. GENERAL BUSINESS OFFICE GENERAL STAND BY GENERATOR 603-225-1357 P/T MANCHESTER 4 PEMBROKE RD CONCORD, NH 03301 1 / 600 1000 ADJUTANT MILFORD READINESS CENTER PAUL ANNIS 154 OSGOOD ROAD NH ADJ. GENERAL BUSINESS OFFICE GENERAL STAND BY GENERATOR 603-225-1357 P/T MILFORD 4 PEMBROKE RD CONCORD, NH 03301 1 / 346 1000 ADJUTANT NASHUA READINESS CENTER PAUL ANNIS 154 DANIEL WEBSTER HWY NH ADJ. GENERAL BUSINESS OFFICE GENERAL STAND BY GENERATOR 603-225-1357 P/T NASHUA 4 PEMBROKE RD CONCORD, NH 03301 7 1 / 346 1000 ADJUTANT TAG BUILDING 1 PAUL ANNIS 1 MINIUTE MAN WAY NH ADJ. GENERAL BUSINESS OFFICE GENERAL STAND BY GENERATOR 225-1357 P/T CONCORD 4 PEMBROKE RD CONCORD, NH 03301 1 / 1100 1,500 ADJUTANT TAG BUILDING A PAUL ANNIS 1 MINIUTE MAN WAY NH ADJ. GENERAL BUSINESS OFFICE GENERAL STAND BY GENERATOR 225-1357 P/T CONCORD 4 PEMBROKE RD CONCORD, NH 03301 1 / 275 500 ADJUTANT CONCORD READINESS BLDG M PAUL ANNIS 1 MINIUTE MAN WAY NH ADJ. GENERAL BUSINESS OFFICE GENERAL STAND BY GENERATOR 225-1357 P/T CONCORD 4 PEMBROKE RD CONCORD, NH 03301 1/400 80 ADMINISTRATIVE FED SURP./ CLINTON ST. JASON WRIGHT FED SURPLUS /CLINTON ST ADMIN.SERV. BUS OFFICE RM #418 SERVICES CLINTON STREET 271-3241 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/300 1,000 ADMIN SERVICES FED FOODS SURPLUS KATHLEEN DALEY 12 HILLS AVE ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 271-8601 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/340 200 ADMIN SERVICES OIT - DATA CENTER KEVIN CHALBECK 27 HAZEN DRIVE ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 235-6356 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/3,000 500 ADMIN SERVICES OIT - DATA CENTER KEVIN CHALBECK 27 HAZEN DRIVE ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 235-6356 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/1,300 300 ADMIN SERVICES EMERGENCY OPERATIONS CENTER KEVIN SHUMAN 110 SMOKEY BEAR BLVD ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 271-3231 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/6,000 1200 ADMIN SERVICES DOT- MECH. SERVICES KEVIN SHUMAN 33 SMOKEY BEAR BLVD ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 271-3231 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/600 150 ADMIN SERVICES JOHNSON HALL (GRAVITY FILL ONLY) BOB LOZEAU 107 PLEASANT ST ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 271-2207 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/4,000 300 ADMIN SERVICES LEG. OFFICE BLDG MARK PEZZULLO 33 N. STATE STREET ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 365-6669 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/275 75 ADMIN SERVICES DOT MATERIALS & RESEARCH MIKE BAXLEY 5 HAZEN DRIVE ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 271-3496 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/392 100 ADMIN SERVICES DOT - J. O. MORTON BLDG MIKE BAXLEY 7 HAZEN DRIVE ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 271-3496 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/10,000 300 ADMIN SERVICES HHS PUBLIC HEALTH LAB KEVIN CHALBECK 29 HAZEN DRIVE ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 235-6356 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/4,300 500 ADMIN SERVICES HHS PUBLIC HEALTH LAB KEVIN CHALBECK 29 HAZEN DRIVE ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 235-6356 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/500 200 ADMIN SERVICES DIV. OF MOTOR VEHICHLES BROOKS YOUNG 23 HAZEN DRIVE ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 271-4104 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/460 700 ADMIN SERVICES DEPT OF SAFETY ADMIN BLDG BROOKS YOUNG 33 HAZEN DRIVE ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 271-4104 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/660 700 ADMIN SERVICES CONCORD DRA BUILDING MARK PEZZULO 109 PLEASANT STREET ADMIN.SERV. BUS OFFICE RM #418 GENERAL SERVICES STAND BY GENERATOR 365-6669 P/T CONCORD 25 CAPITOL ST. CONCORD, NH 03301 1/310 300 ADMIN SERVICES CONCORD - BROWN BUILDING JOSEPH SHIELDS 129 PLEASANT ST BUREAU OF FACILITIES ASSETS MGMT BFAM STAND BY GENERATOR 271-9508 P/T CONCORD 129 PLEASANT ST. CONCORD, NH 03301 1/500 250 ADMIN SERVICES ANNA PHILBROOK JOSEPH SHIELDS 121 SOUTH FRUIT ST, BUREAU OF FACILITIES ASSETS MGMT BFAM STAND BY GENERATOR 271-9508 P/T CONCORD 129 PLEASANT ST. CONCORD, NH 03301 AST #2 1/194 300 ADMIN SERVICES CONCORD - DISTRICT COURT MIKE LAROCHELLE 32 CLINTON STREET NH DEPT. OF ADMIN SERV. - COURT FACILITIES, RM. 115 COURT FACILITIES STAND BY GENERATOR 783-1817 P/T CONCORD 25 CAPITOL ST CONCORD, NH 03301 1/400 500 ADMIN SERVICES HILLSBOROUGH COUNTY COURT LARRY LEBRUN 300 CHESTNUT STREET NH DEPT. OF ADMIN SERV. - COURT FACILITIES, RM. 115 COURT FACILITIES STAND BY GENERATOR 783-1812 P/T MANCHESTER 25 CAPITOL ST CONCORD, NH 03301 1/944 500 DEPT. OF ^^ MENS FACILITY RICK MORRILL NORTH STATE ST. NH DOC - FISCAL MGMT. PO BOX 1806 north end CORRECTIONS STAND BY GENERATOR 271-1877 P/T CONCORD CONCORD NH 03302 house 1/330 500 ^^ LOCATED IN FRONT OF HOUSE DEPT. OF MENS FACILITY RICK MORRILL NORTH STATE ST. NH DOC FISCAL MGMT. PO BOX 1806 admin CORRECTIONS STAND BY GENERATOR 271-1877 P/T CONCORD CONCORD NH 03302 bldg 1/500 600 DEPT. OF MENS FACILITY RICK MORRILL NORTH STATE ST. NH DOC FISCAL MGMT. PO BOX 1806 bldg. 1 CORRECTIONS STAND BY GENERATOR 271-1877 P/T CONCORD CONCORD NH 03302 courtyard 2/275 500 DEPT. OF MENS FACILITY RICK MORRILL NORTH STATE ST. NH DOC FISCAL MGMT. PO BOX 1806 shu CORRECTIONS STAND BY GENERATOR 271-1877 P/T CONCORD CONCORD NH 03302 unit 1/1,000 400 DEPT. OF ^^^ MENS FACILITY RICK MORRILL NORTH STATE ST. NH DOC FISCAL MGMT. PO BOX 1806 H CORRECTIONS STAND BY GENERATOR 271-1877 P/T CONCORD CONCORD NH 03302 bldg 1/275 400 ^^^ LOCATED BY THE TRANSPORTATION OFFICE ON NORTH SIDE OF PRISON DEPT. OF *** MENS FACILITY RICK MORRILL NORTH STATE ST. NH DOC FISCAL MGMT. PO BOX 1806 boiler CORRECTIONS STAND BY GENERATOR 271-1877 P/T CONCORD CONCORD NH 03302 room 2/275 400 *** LOCATED AT SMALL BOILER ROOM AREA IN BACK OF BUILDING DEPT. OF ### MENS FACILITY RICK MORRILL NORTH STATE ST. NH DOC FISCAL MGMT. PO BOX 1806 north yard CORRECTIONS STAND BY GENERATOR 271-1877 P/T CONCORD CONCORD NH 03302 industries 1/275 400 ### LOCATED TO THE LEFT OF THE NORTH TRAP DEPT. OF ***WOMEN'S' FACILITY ROBERT BENNETT 42 PERIMETER RD NH DOC FISCAL MGMT. PO BOX 1806 CORRECTIONS STAND BY GENERATOR 272-0609 P/T CONCORD CONCORD NH 03302 1/3,000 3,000 *** LOCATED BEHIND THE MEN'S FACILITY DOT TRAFFIC BUREAU MEAGHAN KEACH 18 SMOKEY BEAR BLVD NH DOT TRAFFIC TRAFFIC BUREAU STAND BY GENERATOR 271-2300 P/T CONCORD PO BOX 483 CONCORD NH 03301 1/240 200 DEPT. OF NATURAL & BEAR BROOK STATE PARK - WAREHOUSE DAVE KULLGREN #3 DRED CIRCLE DNCR- BUSINESS OFFICE CULTURAL RESOURCES STAND BY GENERATOR 227-8740 P/T ALLENSTOWN 172 PEMBROKE RD, CONCORD, NH 03301 1/120 40 DEPT. OF NATURAL & BEAR BROOK ST PARK SANDY HEISLER 157 DEERFIELD ROAD DNCR-DD&M CULTURAL RESOURCES ALLENSTOWN 227-8745 P/T ALLENSTOWN 172 PEMBROKE RD, CONCORD, NH 03301 1/500 1,000 DEPT. OF NATURAL & DRED OFFICE BUILDING TRACEY BOISVERY 172 PEMBROKE RD DNCR OFFICE CULTURAL RESOURCES STAND BY GENERATOR 271-2214 P/T CONCORD 172 PEMBROKE RD, CONCORD, NH 03301 1/500 1,000 DEPT. OF NATURAL & STATE FOREST NURSERY HOWARD LEWIS 405 DANIEL WEBSTER HWY DNCR NURSERY CULTURAL RESOURCES BOSCAWEN 796-2323 P/T BOSCAWEN 172 PEMBROKE RD, CONCORD, NH 03301 1/500 500 EMPLOYMENT CONCORD TOBEY BUILDING ROBIN UNTIET 45 SOUTH FRUIT STEET NH EMPLOYMENT SECURITY SECURITY STAND BY GENERATOR 228-4152 P/T CONCORD 45 S FRUIT ST CONCORD, NH 03301 1/3,000 500 EMPLOYMENT NASHUA ROBIN UNTIET 6 TOWNSEND WEST NH EMPLOYMENT SECURITY SECURITY STAND BY GENERATOR 228-4152 P/T NASHUA 45 S FRUIT ST CONCORD, NH 03301 1/472 150 HEALTH & HUMAN YOUTH DEV. CENTER RON LAFLAMME 1056 RIVER ROAD HHS/DJJS ACCTS PAYABLE #8 SERVICES STAND BY GENERATOR 665-1574 P/T MANCHESTER 1056 RIVER RD MANCHESTER NH 03104 1/500 1,500 HEALTH & HUMAN YOUTH DEV. CENTER RON LAFLAMME 1056 RIVER ROAD HHS/DJJS ACCTS PAYABLE #9 SERVICES STAND BY GENERATOR 665-1574 P/T MANCHESTER 1056 RIVER RD MANCHESTER NH 03104 1/500 1,500 HEALTH & HUMAN YOUTH DEV. CENTER RON LAFLAMME 1056 RIVER ROAD HHS/DJJS ACCTS PAYABLE #10 SERVICES STAND BY GENERATOR 665-1574 P/T MANCHESTER 1056 RIVER RD MANCHESTER NH 03104 1/500 1,500 HEALTH & HUMAN YOUTH DEV. CENTER RON LAFLAMME 1056 RIVER ROAD HHS/DJJS ACCTS PAYABLE #7 SERVICES STAND BY GENERATOR 665-1574 P/T MANCHESTER 1056 RIVER RD MANCHESTER NH 03104 1/1000 1,500 LIQUOR HOOKSETT LIQUOR STORE #66 CHARLINE EVERSON 1-93 NORTHBOUND 530 WEST RIVER RD NH LIQUOR COMMISSION COMMISSION STAND BY GENERATOR 230-7099 P/T HOOKSETT PO BOX 503 CONCORD, NH 03302 FTE01808 1/650 300 LIQUOR HOOKSETT LIQUOR STORE #67 CHARLINE EVERSON 1-93 SOUTHBOUND 25 SPRINGER ROAD NH LIQUOR COMMISION COMMISSION STAND BY GENERATOR 230-7099 P/T HOOKSETT PO BOX 503 CONCORD, NH 03302 FTE01791 1/650 300 LIQUOR *** CONCORD - LIQUOR STORE CHARLINE EVERSON 50 STORRS STREET NH LIQUOR COMMISSION COMMISSION STAND BY GENERATOR 230-7099 P/T CONCORD PO BOX 503 CONCORD, NH 03302 2/300 700 LIQUOR *** NASHUA STORE #69 CHARLINE EVERSON 27 COLISEUM AVE NH LIQUOR COMMISSION COMMISSION STAND BY GENERATOR 230-7099 P/T NASHUA PO BOX 503 CONCORD, NH 03302 1/600 300 NH HOWARD REC BLD GERARD FRAHER 99 PLEASANT STREET N H HOSPITAL - 36 CLINTON STREET HOSPITAL STAND BY GENERATOR 271-5270 P/T CONCORD CONCORD, NH 03301 AST#4 1/240 250 NH APS BUILDING GERARD FRAHER 36 CLINTON STREET N H HOSPITAL - 36 CLINTON STREET 1 / 6,000 HOSPITAL STAND BY GENERATOR 271-5270 P/T CONCORD CONCORD, NH 03301 UST#3 U/G 500 POLICE STNDS CONCORD CLEM HAMILTON 17 INSTITUTE DRIVE NH POLICE STANDARDS & TRAINING & TRAINING STAND BY GENERATOR 271-3978 P/T CONCORD 17 INSTITUTE DRIVE CONCORD, NH 03301 #1 1 / 440 600 POLICE STNDS CONCORD CLEM HAMILTON 17 INSTITUTE DRIVE NH POLICE STANDARDS & TRAINING & TRAINING STAND BY GENERATOR 271-3978 P/T CONCORD 17 INSTITUTE DRIVE CONCORD, NH 03301 #2 1 / 440 600 SAFETY TROOP STATION- B JIM MINERY 16 EAST POINT DRIVR NH STATE POLICE - SUPPORT SERVICES STATE POLICE STAND BY GENERATOR 419-9451 P/T BEDFORD 33 HAZEN DR, CONCORD NH 03305 1/200 400 SAFETY TROOP STATION- D JIM MINERY 139 IRON WORKS ROAD NH STATE POLICE - SUPPORT SERVICES STATE POLICE STAND BY GENERATOR 419-9451 P/T CONCORD 33 HAZEN DR, CONCORD NH 03305 1/400 200 SAFETY RADIO COMMUNICATIONS JIM MINERY 39 HAZEN DRIVE NH STATE POLICE - SUPPORT SERVICES STATE POLICE STAND BY GENERATOR 419-9451 P/T CONCORD 33 HAZEN DR, CONCORD NH 03305 1/200 250 DISTRICT 5 - CATEGORY C - PEDAL TRUCK - NH DOT PREMIUM ADDITIVE ULTRA LOW SULFUR DIESEL (OFF ROAD) DOT FUEL SITE #55 BRIAN PIKE 57 HAZEN DRIVE NH DOT FUEL DISTRIBUTION PO FUEL DISTRIBUTION STAND BY GENERATOR 271-8931 P/T CONCORD BOX 483 CONCORD NH 03302 1/75 100 District 6 DIESEL, ON AND OFF-ROAD, PEDAL TRUCK LOCATIONS DEPT. LOCATION CONTACT PERSON/TEL # PT PHYSICAL ADDRESS REMIT ADDRESS TANK ID# TANK SIZE ESTIMATED ANNUAL USAGE GALLON DISTRICT 6 - CATEGORY B - PEDAL TRUCK - OFF ROAD DYED ULTRA LOW SULFUR DIESEL ADJUTANT SOMERSWORTH READINESS CENTER PAUL ANNIS 15 BLACKWATER ROAD ADJ. GENERAL DEPT - BUSINESS OFFICE GENERAL STAND BY GENERATOR 603-225-1357 P/T SOMERSWORTH, 4 PEMBROKE ROAD CONCORD, NH 03301 1 / 346 750 ADJUTANT ROCHESTER READINESS CENTER PAUL ANNIS 106 BROCK STREET ADJ. GENERAL DEPT - BUSINESS OFFICE GENERAL STAND BY GENERATOR 603-225-1357 P/T ROCHESTER 4 PEMBROKE ROAD CONCORD, NH 03301 1 /209 40 ADJUTANT PORTSMOUTH READINESS CENTER PAUL ANNIS 803 MCGEE STREET ADJ. GENERAL DEPT - BUSINESS OFFICE GENERAL STAND BY GENERATOR 603-225-1357 P/T PORTSMOUTH, 4 PEMBROKE ROAD CONCORD, NH 03301 1 /209 40 ADMIN SERV ROCKINGHAM COUNTY COURTHOUSE DAVID PAOLA #10 RT 125 NH DEPT. OF ADMIN SERV. - COURT FACILITIES COURT FACILITIES FIRE PUMP 783-1810 P/T BRENTWOOD 25 CAPITOL ST RM. 115 CONCORD, NH 03301 1/250 250 ADMIN SERV ROCKINGHAM COUNTY COURTHOUSE DAVID PAOLA #10 RT 125 NH DEPT. OF ADMIN SERV. - COURT FACILITIES COURT FACILITIES STAND BY GENERATOR 783-1810 P/T BRENTWOOD 25 CAPITOL ST RM. 115 CONCORD, NH 03301 1/500 500 DOT PORTSMOUTH JEFF FARWELL RTE 1 BY-PASS SOUTH NHDOT BRIDGE MAINTENANCE In Portsmouth Port Authority 1800 200 BRIDGE MAINTENANCE SARAH LONG BRIDGE 603-436-1099 P/T PORTSMOUTH PO BOX 483 CONCORD, NH 03302-0483 DEPT. OF NATURAL & HAMPTON BEACH BRIAN PARISE HAMPTON BEACH STATE PARK DNCR - HAMPTON BEACH HB1 CULTURAL RESOURCES TRACTORS 333-0013 P/T 8 STATE PARK RD HAMPTON 172 PEMBROKE RD, CONCORD, NH 03301 1/275 1700 EMPLOYMENT SOMERSWORTH ROBIN UNTIET 6 MARSH BROOK DRIVE NH EMPLOYMENT SECURITY SECURITY STAND BY GENERATOR 228-4152 P/T SOMERSWORTH 45 S FRUIT ST CONCORD, NH 03301 1/200 180 ADMIN SERV DOVER COURTHOUSE SARAH LINEBERRY 25 SAINT THOMAS STREET NH DEPT. OF ADMIN SERV. - COURT FACILITIES COURT FACILITIES STAND BY GENERATOR 271-3936 P/T DOVER 25 CAPITOL ST RM. 115 CONCORD, NH 03301 61 30 LIQUOR HAMPTON STORE #73 CHARLINE EVERSON P/T I-95 SOUTHBOUND NH LIQUOR COMMISSION COMMISSION STAND BY GENERATOR 230-7099 HAMPTON P.O. BOX 503 CONCORD, NH 03301 1/150 600 LIQUOR HOOKSETT LIQUOR STORE #38 CHARLINE EVERSON P/T 605 ROUTE 1 BYPASS SOUTH NH LIQUOR COMMISSION COMMISSION STAND BY GENERATOR 230-7099 PORTSMOUTH P.O. BOX 503 CONCORD, NH 03301 1/150 600 LIQUOR HAMPTON STORE #76 CHARLINE EVERSON P/T I-95 NORTHBOUND NH LIQUOR COMMISSION COMMISSION STAND BY GENERATOR 230-7099 HAMPTON P.O. BOX 503 CONCORD, NH 03301 1/300 600 SAFETY DOVER DMV JIM MINERY 50 BOSTON HARBOR RD SAFETY BUSINESS OFFICE MOTOR VEHICLES STAND BY GENERATOR 419-9451 P/T DOVER 33 HAZEN DR, CONCORD NH 03305 1/150 300 SAFETY TROOP STATION A JIM MINERY 315 CALEF HWY NH STATE POLICE SUPPORT SVCS SAFETY STATE POLICE STAND BY GENERATOR 419-9451 P/T EPPING 33 HAZEN DR CONCORD NH 03305 HB1 1/275 750 SAMPLE Federal Excise Tax EXEMPTION CERTIFICATE (FOR USE BY THE UNITED STATES, TERRITORIES, OR POLITICAL DIVISIONS THEREOF, OR THE DISTRICT OF COLUMBIA) June 18, 2020 The undersigned hereby certifies that he is the Administrator, Bureau of Purchase and Property of the State of New Hampshire, and that he is authorized to execute this Certificate, and that the article or articles specified below are purchased from VENDOR NAME for the exclusive use of All State Agencies of the State of New Hampshire. It is understood that the exemption from tax in the case of all sales or articles under this Exemption Certificate to the United States, Territories, etc. is limited to the sale of articles purchased for their exclusive use, and it is agreed that if articles purchased tax-free under this Exemption Certificate are used otherwise, or are sold to employees or others, such fact must be reported to the manufacturer of the article or articles covered by this Certificate. It is also understood that the fraudulent use of this Certificate to secure exemption will subject all guilty parties to a fine of not more than $10,000, or to imprisonment for not more than five years, or both, together with cost of prosecution. State of New Hampshire acknowledges that it has not and will not claim any credit or payment for the gas, diesel fuel to which this certificate relates. State of New Hampshire acknowledges that by signing this certificate, the State of New Hampshire gives up its right to claim any credit or payment for the Gasoline, Diesel, or Kerosene fuel to which this certificate relates. __________________________ Gary Lunetta, Administrator Bureau of Purchase & Property This Exemption Certificate covers the following articles specified in various Contracts and Purchase Orders issued by the State of New Hampshire for FUEL PRODUCTS. EXEMPTION CERTIFICATE# 02-73-0112K EXEMPTION CERTIFICATE Sheet1 RFB 2340-21: PEDAL TRUCK DIESEL - ON/OFF ROAD, SUPPLY & DELIVER BIDDER OFFER SUMMARY SHEET CATEGORY A CATEGORY B CATEGORY C ON ROAD ULTRA LOW SULFUR DIESEL OFF ROAD DYED ULTRA LOW SULFUR DIESEL NH DOT PREMIUM ADDITIVE ULTRA LOW SULFUR DIESEL (ON/OFF ROAD) ESTIMATED ANNUAL USAGE GALLON MARK-UP (PER GALLON) ESTIMATED ANNUAL USAGE GALLON MARK-UP (PER GALLON) ESTIMATED ANNUAL USAGE GALLON MARK-UP (PER GALLON) DISTRICT 1 19,800 4,950 DISTRICT 2 62,100 12,000 DISTRICT 3 6,600 10,000 DISTRICT 4 300 DISTRICT 5 8,700 34,245 100 DISCTICT 6 6,540 Sheet2 Sheet3

Department of Administrative Services,25 Capitol Street,Concord,NH 03301Location

Address: Department of Administrative Services,25 Capitol Street,Concord,NH 03301

Country : United StatesState : New Hampshire

You may also like

TIRES PASSENGER CARS, LIGHT, MEDIUM & HEAVY DUTY TRUCKS, OFF ROAD EQUIPMENT

Due: 12 Aug, 2024 (in 3 months)Agency: Suffolk County

Diesel Exhaust Fluid

Due: 19 Apr, 2026 (in about 2 years)Agency: County of Rockland

Fuel, Diesel ULSD Off-Road

Due: 28 Jul, 2024 (in 3 months)Agency: County of Rockland

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.