Pine-Richland School District
|
|
- Eleanore Pierce
- 5 years ago
- Views:
Transcription
1 Pine-Richland School District Request for Bids (RFB) Liquid Propane Gas (LPG) Commodity, Storage, & Delivery Services and/or
2 PINE-RICHLAND SCHOOL DISTRICT Administration Office 702 Warrendale Road Gibsonia, PA REQUEST FOR BID (RFB) The Pine-Richland School District invites qualified Vendors to submit bids for: LIQUID PROPANE GAS (LPG) COMMODITY, STORAGE, & DELIVERY SERVICES SUBMISSION OF BIDS The Vendor shall submit two (2) signed copies (1 original and 1 photocopy) of the completed RFB materials in a sealed envelope clearly marked LPG SERVICES BID. Bid Proposals are due by 1:30 p.m. Tuesday, May 26, 2015 Mail or deliver Bids to the following address: Mr. Owen Kenney School Board Secretary Pine-Richland School District Administration Office 702 Warrendale Road Gibsonia, PA TENTATIVE BID TIME SCHEDULE Open Bids May 26, 2015 at 2:00 p.m. at Administrative Offices Agreement Awarded by Board June 8, 2015 The Pine-Richland School District Board of School Directors solicits sealed bids for Liquid Propane Gas (LPG) Commodity, Storage, & Delivery Services in accordance with the following conditions and specifications: 1. Sealed bids for furnishing the Pine-Richland School District with Liquid Propane Gas (LPG) Commodity, Storage, & Delivery Services shall be in the hands of Mr. Owen Kenney, School Board Secretary, Administration Office, 702 Warrendale Road, Gibsonia, PA on or before 1:30 p.m., Tuesday, May 26, 2015 and plainly marked on the envelope "LPG SERVICES BID". 2. The Pine-Richland School Board reserves the rights to reject any or all bids, to waive irregularities and/or informalities in any Bid or Proposal, and to make an 2
3 award in any manner, consistent with law, deemed in the best interest of the School District. 3. Vendors will guarantee their bid prices will remain firm for 30 days from the date of the bid due date. 4. The Pine-Richland School Board reserves for itself the right to accept or reject any or all bids. 5. Failure to complete and return the enclosed Non-Collusion Affidavit with your bid will result in disqualification. 6. Vendor agrees to adhere to the Anti-Discrimination Clause included within the contents of this bid. 7. If there are any questions concerning the Liquid Propane Gas (LPG) Commodity, Storage, & Delivery Services specifications, please Dana L. Siford at prior to the bid due date. 8. Please be advised the Pine-Richland School District s School Board will award the contract to the lowest responsible bidder submitting a complete and responsive bid. REQUEST FOR BIDS (RFB) FOR LIQUID PROPANE GAS (LPG) COMMODITY, STORAGE, & DELIVERY SERVICES Document Purpose The purpose of this RFB is to provide interested Vendors with sufficient information to enable them to prepare and to submit bids for consideration by the Pine-Richland School District for LPG services for the school district s fiscal years of: and/or The District s fiscal year runs from July 1 to June 30. Pine-Richland School District Contact The point of contact with the Pine-Richland School District is Dana L. Siford, Director of Financial and Operational Services. Incurred RFB Costs The Pine-Richland School District is not liable for any cost incurred by any Vendors prior to the selection and issuance of an agreement or contract. 3
4 Response Date for Bids In order to be considered for selection, Vendor bids for LPG services must be received in a sealed envelope clearly marked LPG SERVICES BID no later than 1:30 PM at the Pine-Richland School District, Administration Office, 702 Warrendale Road, Gibsonia, PA on Tuesday, May 26, Acceptance by the Pine-Richland School District The Pine-Richland School District Board of School Directors will consider the approval of a Vendor (After the recommendation of the Administration) at a regularly scheduled Board meeting following the due date of bids. Cost and Pricing Data All pricing must be held for 30 days. The Pine-Richland School District reserves the right to negotiate and to finalize any terms and conditions with the selected Vendor for the requested LPG Services. Proposals must be submitted for the various types of pricing options specified by the Pine-Richland School District. *Information Requested* In order to facilitate the Pine-Richland School District s evaluation of bids and vendors, the following information should be provided to the District: 1. Location of the Vendor to the Student Transportation of America (STA), Inc. bus terminal. 2. Response time of the Vendor to the STA bus terminal in the event of an emergency or a required repair that could disrupt service. 3. Ability of a Vendor to assist the District with emergency re-fueling of vehicles directly from a fuel truck or through other available means in the event of a break down or loss of power at the STA bus terminal. 4. LPG fuel tank storage and dispensing options available to the District. Please indicate fuel tank sizes available and the costs for the District to lease or to purchase the fuel tank(s) and the fuel dispensing systems from the Vendor. 5. Costs quoted by the Vendor to perform the specified LPG (commodity, storage, and delivery) services. 6. Any type of penalty per gallon to be charged to the District by the Vendor for either purchasing less gallons of LPG or for purchasing more gallons of LPG that exceed the 175,000gallons of LPG detailed in the RFP specifications. 4
5 PINE-RICHLAND SCHOOL DISTRICT Liquid Propane Gas (LPG) Fuel Request for Bids (RFB) Specifications The Pine-Richland School District (District) is seeking bids for the District s Liquid Propane Gas (LPG) fuel to be provided by a qualified fuel supplier/vendor/contractor. The LPG fuel will be used for the District s contracted fleet through Student Transportation of America (STA), Inc. of approximately Blue Bird LPG powered vehicles. The vehicles will be fueled at the District s contracted facility located at 1110 Middlesex Street, Gibsonia, PA in the Township of Richland in Allegheny County. The District s total annual LPG consumption for these vehicles is estimated to be 175,000. The District expects delivery of the LPG vehicles to begin in June 2015 and to be completed by August 2015 with the fleet to be in service for the start of the school year. Fuel supply is a critical element to the District making this green alternative fuel program a success and seeks to contract with a qualified LPG fuel supplier to cost effectively deliver and to manage the LPG fuel supply. The LPG fuel supplier shall recommend and provide vehicle refueling options as determined to be best suited for the specific operating location and the conditions. The District is looking for prospective LPG fuel suppliers to provide innovative pricing options for both the LPG fuel and the LPG fuel equipment at the bus terminal location. The qualified LPG fuel contractor must provide a comprehensive LPG fueling solution including all equipment, equipment installation, training, ongoing support, and fuel supply. The qualified LPG fuel contractor will be responsible for all technical and professional services required to obtain and to maintain compliant on-site refueling operations including but not limited to: site survey(s), drawings, permit applications, inspections, certifications, controls, protection, and equipment. Equipment furnished under this specification shall be the latest improved model in current production, as offered to commercial trade, and shall be of highest quality workmanship and material. The qualified LPG fuel contractor will ensure that all equipment offered under this specification, will be through the term of this agreement, remain in good working order and shall be in compliance with the current Liquefied Petroleum Gas (LPG) Safety Rules, National Fire Protection Association (NFPA-58) safety codes, and all other applicable Federal, State, & local Codes or regulations. The qualified LPG fuel contractor s bid proposal should include the LPG fuel supply and the required LPG fuel equipment. - The qualified LPG fuel contractor will either lease or own the fuel equipment and provide the LPG fuel to the District based on a cost plus basis with the qualified contractor recouping the cost of the fuel equipment over the term of the contract. The qualified LPG fuel vendor will be responsible for all maintenance, all repairs, and all ongoing compliance associated with the LPG fuel equipment. 5
6 - It is the District s desire to possibly lock in the price of the LPG fuel for either a one (1) or a two (2) year term beginning in July 2015 and ending in June 2016 or June The qualified LPG fuel contractor should propose a fixed price per gallon for the LPG fuel for either one (1) or two (2) years. Training & Safety The qualified LPG fuel contractor shall supply safety training on the proper handling of the LPG fuel and the refueling of vehicles for drivers and mechanics at the terminal facility. The qualified LPG fuel contractor must provide comprehensive driver and fleet team safety and operational education which must include the following: - Extensive LPG fueling training. - Extensive safety training on vehicles. - Presentation of Safety training certificate to fleet operators and technicians. - Provide detailed instructions for safe LPG fueling of a motor vehicle. - Provide detailed explanation of your organization s standard Emergency procedures for: o LPG GAS LEAK PROCEDURES o LPG FIRE / EXPLOSION PROCEDURES - Safety Features must include the following: o Internal Valve with excess flow remote closure. This internal valve is operated by propane vapor or nitrogen and is also tied to the remote shutoff device cabinet. In the event of loss of propane pressure (due to a leak or line break) the internal valve will automatically close. o Emergency Break-Away Device. This device stops the flow of LPG fuel in the event of a driver pull away from the dispenser. o Remote Shutoff. This device must be opened in order to dispense fuel and will be closed when the station is not in use. This safety device is also tied to the internal valve on the tank and will not allow product (propane) to flow through the piping until and unless this safety device is opened. Should there be a break in a gas line, a leak, or a fire; a thermal connection would also automatically melt thereby closing the remote shutoff and the internal valve preventing the flow of propane. Other Requirements The qualified LPG fuel contractor will be responsible for ongoing supply management, including: - Monitoring of LPG fuel levels and providing auto-replenish order and delivery. - Fuel management shall be capable of tracking the LPG fuel uses by vehicle and have a minimum of 4 user programmable fields such as vehicle number, driver id, mileage, and gallons dispensed. - Provide supply disruption plan and alternative fueling capability in the event of site outages or natural disaster. - Provide customer billing/invoicing and bulk tank inventory reconciliation reports. System must support vehicle level transaction summary. 6
7 - The ability to provide emergency service for the fueling equipment within 24 hours of notice. - The ability to provide temporary remote filling of fuel should dispensing equipment be down for more than 24 hours. Experience & Financial Strength The qualified LPG fuel contractor shall provide documentation of at least THREE (3) years of experience installing and maintaining LPG fueling equipment with a reliable LPG fuel supply. The qualified LPG fuel contractor shall provide a list of clients with at least 100 vehicles currently running on LPG and or diesel, using fuel provider-owned fueling equipment. The qualified LPG fuel contractor will provide the District with sufficient documentation to satisfy the District that the qualified LPG fuel contractor has the financial strength to satisfy the requirements of the District. Fuel provider must have local trained service personnel capable of performing maintenance on equipment and provide fuel supply in instances or mechanical failure. Propane Autogas Dispenser Specifications The following are the minimum specifications, from the Propane Education and Research Council (PERC), to ensure positive end-user experiences with the installation and operation of propane autogas dispensing equipment. The District will require that all installed equipment will meet or exceed these specifications. Meets all necessary federal, state, and local codes and regulations. Delivers fuel to end-users similar to those using gasoline. Will be the correct dispenser for the type of vehicle that will be filled. Provides propane autogas powered vehicle operators a safe, reliable refueling option. System performance requirements: Dispensing rate minimum of 8 gallons per minute (GPM). Pump package (motor, pump, bypass, piping, system sizing, and electrical) must be able to provide adequate differential pressure based on vehicle type, geographic location, and climate conditions. Location of dispensing station and proximity to the pump package impacts performance and shall be considered. Vehicle fueling area (ground where vehicle is parked) should be reasonably level to allow for complete fuel fills. Equipment requirements: Dispenser cabinet: o Shall be constructed of nonflammable, noncombustible materials; including but not limited to powder coat steel, stainless steel, aluminum, or equivalent materials. o Shall meet all federal, state, and local codes and regulations applicable at the installation location. o Shall be constructed with lockable access panels to prevent tampering. 7
8 o Shall provide separation of the base classified area from the non-classified area (above 48 ) by a permanent seal. Dispenser metering: o Shall have a digital display capable of providing gross or net volumes. o Where required, temperature compensation shall be provided and meet all federal, state, and local codes and regulations; dispenser meter shall be provided with secondary temperature thermometer well for testing and proving (checking the accuracy/calibrating) the meter. o The metering system selected must have a minimum capacity sufficient to meet the performance standard listed in the System performance requirements section. o If you are using an electronic dispensing system, it shall be equipped with a pulse transmitter providing a minimum of 100 pulses per gallon (PPG) for retail sales and/or custody transfer. o Mechanical temperature compensation without pulse output is acceptable. o Meter accuracy shall be in accordance with federal, state, and local codes and regulations, with a minimum accuracy of ±0.6% (.006) linearity and ±0.24% (.0024) repeatability when dispenser is used for retail sales and/or custody transfer. o The meter shall be inspected prior to operation to ensure compliance with state weights and measure standards applicable at the location of installation when dispenser is used for retail sales and/or custody transfer. Dispenser display: o Shall indicate gallons dispensed, with mechanical or electronic register. If equipment is mechanical, indicate gallons dispensed and totalizer display. If equipment is electronic, indicate gallons dispensed, net or gross gallons, dispenser may include display with an alpha numeric keypad for ease of entering data. Electrical requirements: o All electrical installations shall be performed by a licensed, bonded electrician with motor control experience to ensure compliance with all federal, state, and local codes and regulations at the location of installation. o Dispenser and all internal electrical components shall be wired in full compliance with the manufacturer s specifications. Electrical components contained within the dispenser cabinet, where required, shall be Class 1 Group D Division 1 or Division 2, and be provided with all required seal off devices. o Distance must be considered when selecting service wire sizing to meet necessary voltage and amperage requirements of the motor manufacturer. o STA will provide all required electricity at their cost to operate the fuel system. STA will have single and three phases of power available. STA will have 600 Amps to work with, and they will provide the power necessary to operate the fuel system. The distance from the terminal building to the tank pad location will be approximately 120 yards. 8
9 Piping, valves, and fittings: o All piping within the dispenser cabinet shall be A53 Grade B or better, schedule 80 or approved equivalent materials. o All threaded fittings shall be forged steel, brass or other materials approved for use with liquid propane. o All threaded fittings and valves shall be minimum 400 PSIG water, oil, or gas (WOG) rated. o Ball valves shall be full port for liquid service. o Internal valves, excess flow valves, and backflow check valves shall be installed in appropriate locations in accordance with federal, state, and local codes and regulations. Hose assembly: o UL and CGA propane delivery hose shall be continuously marked LP-GAS 350 PSI WP, 1750 burst pressure, maximum 18 length per NFPA 58 code. o Hose assembly shall have a UL 567 compliant hose breakaway device. o Fueling nozzle shall be gas pump style 1 ¾ ACME with quick-acting shutoff, low emission release, and failsafe discharge feature (example: GG 20 low emission Gasguard or equivalent). o Compatible with the dispensing device locking mechanism. Pump system and pump assembly: o Dispenser provider shall evaluate the filling requirements and provide the appropriate pump to meet these requirements. LPG fuel vendor shall provide, as a minimum, pump curves showing flow, differential pressure, and minimum 5 horsepower or horsepower required to meet system needs. o Most vehicles require a minimum differential pressure of 125 PSIG. o Pump inlet strainer (minimum 80 mesh) or any restrictions shall be minimum of 10 pipe-diameters from the pump inlet. Pump manufacturer s installation instructions shall be followed. o Pump inlet and outlet shall have isolation full port ball valves. In-line fuel filter: o Filter capable of filtering particles measuring 5 microns should be used. o Filter should be placed after the propane autogas pump, to filter the stored fuel prior to entering the vehicle. Tank assembly: o Tank selected must be suited for the application intended. A new tank or a thoroughly cleaned tank should be used to prevent foreign material from entering the vehicle system. Container provided shall be equipped with a bottom liquid connection sufficient to supply the pump at the pump manufacturer's recommended volume. 9
10 The container shall be equipped with a suitable vapor connection for the pump bypass. The container shall be equipped with a suitable connection for the vapor eliminator from the meter to operate properly. All other tank openings shall comply with federal, state, and local codes and regulations. Installation foundation: o Tank and dispensing unit shall either be mounted on a concrete or masonry foundation unless it is part of a complete storage and dispensing unit supported on a common base to prevent uneven settling and stress on piping. o STA will pay for the cost of installing a concrete pad and the required crash safety protection equipment surrounding the tank location. Thus, it is preferred to have only one (or two fuel tanks at a maximum) proposed by the Vendor. The District and STA will make the final determination on the number and size of the fuel tank(s) with the selected Vendor. Additional information: Any compatible fuel management system may be used. Fuel management systems may include, but are not limited to the vehicle fuel usage, vehicle number, driver ID, mileage, gallons delivered, or any other information suitable to the District s needs. If the dispenser is used for retail sales, it must be an approved device for its intended purpose. Optional equipment and upgrades may include, but are not limited to: o Dispenser display with an alpha numeric key pad for ease of entering data. o Painted surface of dispenser shall be protected from damage from the breakaway system with an aluminum 12 x 14 wear plate. Resources: o UL 495: Power-Operated Dispensing Devices for LP-Gas. o Handbook 44, National Conference on Weights and Measures. o IFC. o NFPA 58, 30A, 70 (NEC). o Applicable federal, state, and local codes and regulations. 10
11 (Return this page as Page 1 of your LPG Services Bid) Name of Vendor. Address. Contact Person. Telephone Number. Address FIRST, the undersigned have carefully examined the Request for Bids (RFB) for LPG Services, and in accordance with the attached specifications, submit this bid and agrees to furnish and perform the specified LPG materials and services for the Pine-Richland School District for the amounts indicated below. SECOND, the undersigned agrees to enter into a written contract to furnish such materials and services as required in the specifications. THIRD, the following bid prices are listed as firm for a period of thirty (30) days after the due date of this request for bids. Bid: The District is requesting a fixed price for the length of each school year. This pricing is with the Vendor OWNING the fuel tank and the fuel dispensing equipment: LPG Services & Cost per Gallon for $ LPG Services & Cost per Gallon for $ Please describe any penalty per gallon to be charged to the District by the Vendor for either purchasing less gallons of LPG or for purchasing more gallons of LPG that exceed the 175,000 gallons of LPG detailed in the RFP specification. Include thresholds for any penalties. 11
12 Please provide a price for onsite fill pricing (mobile fueling from the delivery truck) and/or emergency service(if needed). NOTE: The Pine-Richland School District will not be liable and will not pay for any applicable costs not included and detailed in the bid. Signature Date. Title or Office. 12
13 ANTI-DISCRIMINATION CLAUSE (Section 755, Pennsylvania School Code) 1. In accordance with the provisions of the Pennsylvania School Code, the Vendor agrees: a. That in the hiring of employees for the performance of work under this contract, or any subcontractor hereunder, no contractor, subcontractor, nor any person acting on behalf of such contractor or subcontractor, shall by reason of race, creed, color, discriminate against any citizen of the Commonwealth of Pennsylvania who is qualified and available to perform work to which the employment relates; b. That no Contractor, subcontractor, or any person acting on behalf, shall in any manner discriminate against or intimidate any employee hired for performance of work under this contract on account of race, creed, or color; c. That there may be deducted from the amount payable to the contractor under this contract, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated, in violation of the provisions of the contract; and, d. That this contract may be canceled or terminated by the Pine-Richland School District, and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this portion of the contract. INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this RFB. According to the Pennsylvania Antibid-Rigging Act. 73 P.S et seq. governmental agencies may require Non-Collusion Affidavits to be submitted together with bids or RFP s. 2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the Vendor who makes the final decision on prices and the amounts quoted in the RFB. 3. Bid/RFP rigging and other efforts to restraint competition, and the making of false sworn statements in connection with the submission of bids or RFP s are unlawful and may be subject to criminal prosecution. The person who signs the affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the Vendor with responsibilities for the preparation, approval, or submissions of the bid. 13
14 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an affidavit must be submitted separately on behalf of each party. 5. The term "complementary RFP" as used in the Affidavit has the meaning commonly associated with that term in the bidding/rfp process, and includes the knowing submission of bids/rfp s higher than the bid/rfp of another Vendor, any intentionally high or noncompetitive /bidrfp, and any other form of bid/rfp submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid/rfp. RFB No. LPG Services State of County of NON-COLLUSION AFFIDAVIT I state that I am of (Title) (Name of Vendor) and that I am authorized to make this affidavit on behalf of my company, and its owners, directors, and officers. I am the person responsible in my company for the price(s) and the amount of this Request for Bids (RFB). I state that: (1) The price(s) and amount of this bid have been arrived at independently and without consultation, communication, or agreement with any other Vendor. (2) Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor the approximate amount of this bid, have been disclosed to any other Vendor, and they will not be disclosed before the bid submission to the Pine-Richland School District. (3) No attempt has been made or will be made to induce any Vendor or person to refrain from submitting a bid to the Pine-Richland School District, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid. (4) The bid of my company is made in good faith and not pursuant to any agreement or discussion with or inducement from, any Vendor or person to submit a complementary or other noncompetitive bid. (5), its affiliates, subsidiaries, (Name of my Company) 14
15 officers, directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to submitting a bid to any public entity, except as follows: I state that understands and acknowledges (Name of my Company) that the above representations are material and important, and will be relied on by the Pine-Richland School District when recommending for award the agreement for which this bid is submitted. I understand and my company understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from the Pine-Richland School District of the true facts relating to the submission of bids for this agreement. Signature of Authorized Person (Print Name of Authorized Person and Company Position) Sworn to and subscribed before me this day of, 20 (Notary Public) (My Commission Expires) 15
A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1
City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids
More informationCITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID
CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.
More informationThe attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.
BL098-17 October 9, 2017 INSPECTION, MAINTENANCE AND REPAIR OF HOISTS AND CRANES ON AN ANNUAL CONTRACT ADDENDUM #1 BL098-17 The following should be added to the above-referenced bid. The attached pre-qualification
More informationINVITATION TO BID FUEL PRODUCTS
INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting fuel bids and propane bids for the following: 1. Regular, unleaded and diesel fuels for district buses
More informationOFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:
OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN 47303 Phone: 765-284-5074 Fax: 765-284-5259 Board of Education Trent Fox, President John Adams, Vice-President
More informationRFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:
RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum
More informationPROPOSAL FORM 2014 FUEL BID
PROPOSAL FORM 2014 FUEL BID COUNTY OF SIBLEY, MINNESOTA BIDS CLOSE: NOVEMBER 22, 2013 AT 4:30 P.M. PROPOSAL TO: SIBLEY COUNTY PUBLIC WORKS TIMOTHY BECKER PUBLIC WORKS DIRECTOR 111 8 TH STREET PO BOX 897
More informationGEORGIA SECURITY AND IMMIGRATION COMPLIANCE and House Bill 87, also known as, The Illegal Immigration Reform and Enforcement Act of 2011
GEORGIA SECURITY AND IMMIGRATION COMPLIANCE and House Bill 87, also known as, The Illegal Immigration Reform and Enforcement Act of 2011 Section 3 of House Bill 87 amends O.C.G.A. 13-10-91. O.C.G.A. 13-10-91(b)(1)
More informationCity of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources
Ordinance No. 743 Exhibit A City of Washington, Kansas Electric Department Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources Page 1 of 7 1. INTRODUCTION The provisions of this
More informationGeneral Specifications
General Specifications Bid # 2372 Fire Hydrants Water Resource Department The contract period for these items is for 1 full year beginning the effective date of the awarded contract, December 1, 2012 to
More informationCity of, Kansas Electric Department. Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources
Ordinance No. Exhibit A ----------------------------------------- City of, Kansas Electric Department Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources -------------------------------------
More information(APPLICATIONS WILL NOT BE ACCEPTED WITHOUT ALL PAPERWORK):
Coweta County, Georgia Home Based Business License Application (Please allow up to two weeks to process applications) New Applications All forms must be filled out completely, including mailing and business
More informationREQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02
REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 The Board of Trustees of Illinois Valley Community College (IVCC) District
More informationDRIVER QUALIFICATION FILE CHECKLIST
DRIVER QUALIFICATION FILE CHECKLIST 1. DRIVER APPLICATION FOR EMPLOYMENT 391.21 2. INQUIRY TO PREVIOUS EMPLOYERS (3 YEARS) 391.23(a)(2) & (c) 3. INQUIRY TO STATE AGENCIES 391.23(a)(1) & (b) 4. MEDICAL
More informationREGULATIONS OF THE DEPARTMENT OF PROCUREMENT SERVICES FOR CLEAN DIESEL CONTRACTING
REGULATIONS OF THE DEPARTMENT OF PROCUREMENT SERVICES FOR CLEAN DIESEL CONTRACTING GENERAL PROVISIONS Statement of Authority These regulations are issued pursuant to the following section of the Municipal
More informationREQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018
REQUEST FOR BIDS (RFB) #18-022-25 (1) NEW 2018 4X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST)
More informationCITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL
CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA 16146 SPECIFICATIONS and FORM OF PROPOSAL RENTAL OF CHIPSEAL EQUIPMENT WITH OPERATORS AND LABORERS 2014 CITY OF SHARON Notice to Bidders RENTAL
More informationINVITATION TO BID. January 10, 2018
INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until
More informationCUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********
CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK 14727 ******** BID FORM FOR Truck 2018 or Newer ******** In accordance with the provisions of Section 103 of the General Municipal Law,
More informationKAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING
Third Revised Sheet 55a Cancels Second Revised Sheet 55a A. ELIGIBLE CUSTOMER-GENERATOR RULE NO. 17 NET ENERGY METERING Net energy metering is available to eligible customer-generators, defined as, permanent
More informationNew Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities
New Ulm Public Utilities Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities INDEX Document Review and History... 2 Definitions... 3 Overview... 3 Application
More informationADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations
Livingston Parish Public Schools Excellence in Education! 13909 Florida Boulevard P.O. Box 1130 Livingston, Louisiana 70754-1130 Phone: (225) 686-7044 Fax: (225) 686-3052 Website: www.lpsb.org John Watson
More information5.1 Design and Install Dispenser Transfer Systems Performance Based Skill Assessments 2019
5.1 Design and Install Dispenser Transfer Systems Performance Based Skill Assessments 2019 Section One: Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 Task 7 Task 8 Design Dispenser Transfer System Determine
More informationKENDALL COUNTY HIGHWAY DEPARTMENT
KENDALL COUNTY HIGHWAY DEPARTMENT NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID FORM For BULK FUEL November 4, 2016 10:00 A.M NOTICE TO BIDDERS Kendall County Highway Department will accept
More informationCOMMERCIAL DRIVER APPLICATION
Date: COMMERCIAL DRIVER APPLICATION Professional Transportation Services, Inc PO Box 2368 541-826-7645 tel 541-826-8921 fax Name: First Middle Last Address Home telephone: City State Zip Cellular telephone:
More informationFlorida Department of Agriculture and Consumer Services Office of Energy NATURAL GAS FUEL FLEET VEHICLE REBATE PROGRAM
Florida Department of Agriculture and Consumer Services Office of Energy ADAM H. PUTNAM COMMISSIONER NATURAL GAS FUEL FLEET VEHICLE REBATE PROGRAM RULE 5O-4.001, FLORIDA ADMINISTRATIVE CODE Applications
More informationApplicant Information All spaces must be filled in. Applications with blank spaces will be rejected.
Georgia Department of Public Safety MCCD, Regulations Compliance P.O. Box 1456 Atlanta, Georgia 30371-1456 (404) 624-7242 or (404) 624-7245 www.gamccd.net INSTRUCTION SHEET: APPLICATION FOR NON-CONSENSUAL
More informationHOUSE BILL NO. HB0235. Sponsored by: Representative(s) Roscoe and Miller A BILL. for. AN ACT relating to motor vehicles; providing that the
0 STATE OF WYOMING LSO-0 HOUSE BILL NO. HB0 Natural gas vehicles. Sponsored by: Representative(s) Roscoe and Miller A BILL for 0 AN ACT relating to motor vehicles; providing that the department of transportation
More informationMay 11, 2018 On or before 2:00pm
REQUEST FOR PROPOSAL No. 18-0004 DIGITAL NETWORKED COPIER LEASE April 17, 2018 PROPOSALS DUE: May 11, 2018 On or before 2:00pm SUBMIT PROPOSAL TO: County of Imperial Purchasing Department 1125 Main Street
More informationDRIVER QUALIFICATION FILE CHECK LIST
DRIVER QUALIFICATION FILE CHECK LIST DRIVER APPLICATION FOR EMPLOYMENT INQUIRY TO PREVIOUS EMPLOYERS (3 YEARS) INQUIRY TO STATE AGENCIES OR MVR MEDICAL EXAMINER S CERTIFICATE* (MEDICAL WAIVER, IF ISSUED)
More informationWorcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet
Worcester Public Schools 2020-2022 Student Transportation Contract Proposed Bid Specification Change Summary Sheet 1 for a five-year period beginning the First Day of Summer School 2015 and ending on the
More informationIGNITION INTERLOCK SERVICE CENTER RENEWAL LICENSE
TRAFFIC SAFETY DIVISION APPLICATION FOR IGNITION INTERLOCK SERVICE CENTER RENEWAL LICENSE INSTRUCTIONS FOR COMPLETING THIS APPLICATION PLEASE: complete this application on your computer using the TAB key
More informationCITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 1 GENERAL EQUIPMENT SPECIFICATIONS: SPECIFICATION OUTLINE: SFMTA is
More informationINVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at
INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.
More informationEmployment Application
Employment Application For Commercial Drivers 3025 Jones Mill Rd. Norcross, Ga 30071 Please include current 7 year MVR with this application. Applicant Name Date / / Last, First, Middle In compliance with
More informationREQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018
REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY
More informationPlease answer all questions. If the answer to any question is "No" or "None", do not leave blank, but write "No" or "None.
Application for Qualification W.&A. Company: W & A Distribution Services Inc. Address: DISTRIBUTION SERVICES, INC. 1618 Summit Dr. Ft. Atkinson, WI. 53538 P.O. BOX 309 FORT ATKINSON, WI 53538 The purpose
More informationInvitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK
FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed
More informationCommercial Driver s License Drug and Alcohol Clearinghouse Frequently Asked Questions
DRUG & ALCOHOL CLEARINGHOUSE Commercial Driver s License Drug and Alcohol Clearinghouse Frequently Asked Questions 1. What is the Drug and Alcohol Clearinghouse (Clearinghouse)? The Clearinghouse will
More informationONE (1), LPG POWERED SOLID TIRE FORKLIFT For the Boone County Public Works Solid Waste Department
Boone County, Kentucky INVITATION FOR BID #022516PW ONE (1), LPG POWERED SOLID TIRE FORKLIFT For the Boone County Public Works Solid Waste Department ACCEPTANCE DATE: Prior to 2:00 p.m., February 25, 2016
More informationSANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT
SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT This Net Metering and Interconnection Agreement ( Agreement ) is made and entered into as of this day of, 2018, by the City of Santa
More informationBOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing
BOCC MEETING
More informationAPPLICATION FOR EMPLOYMENT
APPLICATION FOR EMPLOYMENT Applicant Name (Print) Date of Application Company Delco Transport Inc. / The DeLong Co., Inc. Address P. O. Box 552 City Clinton State WI Zip 53525 In compliance with Federal
More informationHancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)
Superintendent KYLE ESTES Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY 42348 PHONE (270) 927-6914 FAX (270) 927-6916 INVITATION TO BID GASOLINE / DIESEL FUEL 2016-2017 Board of
More informationAssisted School Travel Program. Eligible Service Provider Request for Increased Run Capacity
Version 1.0 Assisted School Travel Program Eligible Service Provider Request for Increased Run Capacity Eligible Service Providers to the Department of Education and Communities Assisted School Travel
More informationCity of Durango Hydrant Use Policy
Introduction In order to maintain the water system so that all facilities are available for use to meet emergency needs and to assure that all water users pay their fair share of the cost of providing
More informationAs Introduced. 132nd General Assembly Regular Session S. B. No
132nd General Assembly Regular Session S. B. No. 194 2017-2018 Senator Terhar Cosponsor: Senator Wilson A B I L L To amend sections 4505.101, 4513.601, and 4513.611 of the Revised Code to require only
More informationRockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT
Rockwood School District Diesel Fuel Bid BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT GENERAL SPECIFICATIONS It is the intent of these specifications to furnish the Rockwood School District with the aforementioned
More informationC&J Bus Lines. Driver Employment Application
C&J Bus Lines Driver Employment Application Applicant Name: Driver Application for Employment _ Home Phone Cell Phone Email Address We consider applicants for all positions on the basis of qualifications
More informationBusiness and Noninstructional Operations
Business and Noninstructional Operations AR 3542(a) SCHOOL BUS DRIVERS Note: The following administrative regulation is mandated pursuant to 5 CCR 14103 (see the sections "Training" and "Authority" below)
More informationRequest for Assistance (RFA)
Request for Assistance (RFA) RFA #: FY15-Consultant Canvas Development - 2 Issued on: July 13, 2017 For: Development services to support the implementation of an open-source instance of the Canvas LMS
More informationNOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN
NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,
More informationNEW JERSEY S ALTERNATIVE FUEL VEHICLE REBATE PROGRAM
NEW JERSEY S ALTERNATIVE FUEL VEHICLE REBATE PROGRAM Program Guidelines New Jersey s Alternative Fuel Vehicle Rebate Program is funded by $1,000,000 in State Energy (SEP) funding. This program is modeled
More informationPurchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1
Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida 33620 (813) 974-2481 Invitation to Bid No.: 18-12-YH Entitled: Opening Date: Bulk Fuel Delivery (PATS) November 14, 2017 at 3:00 p.m.
More informationRequest for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4
Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4 Greenville-Spartanburg Airport District Proposals Due: Friday July 20,
More informationDRIVER'S APPLICATION FOR EMPLOYMENT
DRIVER'S APPLICATION FOR EMPLOYMENT Applicant Name Date of Application Application for: Doug Bradley Trucking, Inc. 680 E. Water Well Rd. Salina, KS 67401 In compliance with Federal and State equal employment
More information` Coweta County, Georgia Commercial / Special Use Application (Please allow up to two weeks to process applications)
` Coweta County, Georgia Commercial / Special Use Application (Please allow up to two weeks to process applications) New Applications All forms must be filled out completely, including mailing and business
More informationMunicipality Generator Interconnection Application Single Meter Application Part I
Municipality Generator Interconnection Application Single Meter Application Part I New Application Revised Application A single customer interconnecting to a single meter at a single premise makes a new
More informationINSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)
INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations,
More informationCHAPTER 25. SUBSTANTIVE RULES APPLICABLE TO ELECTRIC SERVICE PROVIDERS.
25.211. Interconnection of On-Site Distributed Generation (DG). (a) (b) (c) Application. Unless the context indicates otherwise, this section and 25.212 of this title (relating to Technical Requirements
More informationRequest for Proposal. Articulated Loader
Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the
More informationCity of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators
1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles
More informationThese regulations are created pursuant to and of the Colorado Revised Statutes.
DEPARTMENT OF LABOR AND EMPLOYMENT Division of Oil and Public Safety RETAIL NATURAL GAS (CNG/LNG) REGULATIONS 7 CCR 1101-16 [Editor s Notes follow the text of the rules at the end of this CCR Document.]
More informationMonroe County Municipal Waste Hauler Permit Application CALENDAR YEAR 2019
Monroe County Municipal Waste Management Authority 183 Commercial Blvd., Blakeslee, PA 18610 Telephone: (570) 643-6100 Fax: (570) 643-6112 www.thewasteauthority.com Monroe County Municipal Waste Hauler
More informationREVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)
November 02, 2017 REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA) Issue date: Nov 2, 2017 Submit Questions by: Submission Deadline: Contact
More informationTractor/Trailer Lease Bid No. PR-08-P1A
Illinois Valley Community College Request for Proposals Tractor/Trailer Lease - No. PR-08-P1A Illinois Valley Community College (IVCC) is accepting proposals for a 36 month lease for two (2) tractors and
More informationAARMAC TRANSPORT, INC nd Ave SW MINOT, ND 58701
AARMAC TRANSPORT, INC. 1509 2nd Ave SW MINOT, ND 58701 Driver Application for Employment You are advised that the information you provide in this application may be used, and your prior employers will
More informationDRIVER S APPLICATION
DRIVER S APPLICATION Applicant Name (print name) Date of Application Company: Hampton Jitney, Inc., 395 County Road 39A, Suite 6, Southampton, NY 11968 Hampton Jitney, Inc., 253 Edwards Avenue, Calverton,
More informationVOUCHER INCENTIVE PROGRAM Application Package
VOUCHER INCENTIVE PROGRAM Application Package Please print clearly or type all requested information on this application. Submit all supporting documentation listed on the application checklist on page
More informationREQUEST FOR PROPOSAL
Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF PIPES, FITTINGS AND FLANGES TO PALABORA COPPER TENDER NUMBER: RFP.PC.2015/144 PART 1 PROPOSAL INFORMATION AND CONDITIONS Page 1 Supply and Delivery
More informationGASOLINE AND DIESEL FUEL
Town of Atkinson, New Hampshire REQUEST FOR PROPOSALS RFP # 14-2011 GASOLINE AND DIESEL FUEL Issued: October 21, 2011 Sealed proposals from Qualified Suppliers will be received by the Town of Atkinson
More informationRecordkeeping Requirements of the Federal Motor Carrier Safety Regulations
Recordkeeping Requirements of the Federal Motor Carrier Safety Regulations The following table summarizes the recordkeeping requirements of the Federal Motor Carrier Safety Regulations under 49 CFR Parts
More information62 Leversee Road, Troy, NY Phone: Fax: PLEASE READ CAREFULLY
62 Leversee Road, Troy, NY 12182 Phone: 518-235-5531 Fax: 518-235-1064 PLEASE READ CAREFULLY Warren W. Fane, Inc. is an equal opportunity employer that provides its employees with competitive wages and
More informationCONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)
CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA 17013 (717) 249-4422 BOROUGH OF CARLISLE BID DOCUMENTS TABLE OF CONTENTS Section 1 INFORMATION FOR BIDDERS
More informationQ10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.
June 22, 2017 ADDENDUM #1 BL061-17 Purchase of Gasoline and Diesel Fuel on an Annual Contract Please see questions, answers, and clarifications to the abovementioned bid. Q1. Are bonds required? A1. No
More informationTown of South Windsor, Connecticut. Police Department
Town of South Windsor, Connecticut Police Department May 2018 Bid Documents for Automobile Lease Unmarked Police Vehicles Up to Nine (9) - Four (4) Door, Mid-Size, All Wheel Drive SUV type vehicles TOWN
More informationForensic Sciences Chapter ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER IGNITION INTERLOCK RULES
Forensic Sciences Chapter 370-3-1 ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER 370-3-1 IGNITION INTERLOCK RULES TABLE OF CONTENTS 370-3-1-.01 Ignition Interlock Rules 370-3-1-.01
More informationCity of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID
City of Portsmouth Portsmouth, New Hampshire Department of Public Works Bid#52-18 Five (5) 2018 Ford Trucks INVITATION TO BID Sealed bid proposals, plainly marked Bid#52-18 Five (5) 2018 Ford Trucks on
More informationGENERAL PLAN APPROVAL AND GENERAL OPERATING PERMIT BAQ-GPA/GP 2 STORAGE TANKS FOR VOLATILE ORGANIC LIQUIDS
COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF AIR QUALITY GENERAL PLAN APPROVAL AND GENERAL OPERATING PERMIT BAQ-GPA/GP 2 STORAGE TANKS FOR VOLATILE ORGANIC LIQUIDS GENERAL
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT TWELVE EAST 4 TH AVENUE, SUITE 106 ROME, GEORGIA 30161 PHONE: 706.291.5118 FAX: 706.290.6099 www.romefloyd.com Date: 7/26/2016 To: To Whom It May Concern Request for Quote: 16-0808
More informationTHE CONNECTICUT LIGHT AND POWER COMPANY dba EVERSOURCE ENERGY AND THE UNITED ILLUMINATING COMPANY
THE CONNECTICUT LIGHT AND POWER COMPANY dba EVERSOURCE ENERGY AND THE UNITED ILLUMINATING COMPANY Virtual Net Metering Application Effective November 18, 2016 This application form addresses virtual net
More informationTHE EMPIRE DISTRICT ELECTRIC COMPANY P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23
P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23 Canceling P.S.C. Mo. No. 5 Sec. 4 Original Sheet No. 23 PURPOSE: The purpose of this Rider SR is to implement the solar rebate established through 393.1030
More informationDRIVER APPLICATION FOR EMPLOYMENT
DRIVER APPLICATION FOR EMPLOYMENT PERSONAL DATA NAME LAST FIRST MIDDLE APPLICATION DATE CURRENT STREET UNIT # CITY STATE ZIP CODE HOW LONG: (IF AT THE CURRENT LESS THAN THREE YEARS, PROVIDE ADDITIONAL
More informationINVITATION TO BID 61 ZERO TURN RADIUS MOWER
INVITATION TO BID 61 ZERO TURN RADIUS MOWER The City of Des Peres is soliciting bids for a new 2010 61 Zero Turn Radius Mower. Sealed bids will be accepted until 2:00 p.m. on Wednesday, February 17, 2010,
More informationCONTRACTOR APPLICATION
Horizon Freight System, Inc. 8777 Rockside Road Cleveland, OH 44125 800-480-6829, ext. 160 801-206-3970 fax applications@horizonfreightsystem.com 1 of 5 CONTRACTOR APPLICATION In compliance with Federal
More informationCHAPTER 12 TOW TRUCKS
CHAPTER 12 TOW TRUCKS SOURCE: Chapter 12 added by P.L. 23-144:3 (Jan. 2, 1997). 12101 Definitions. 12102. Business Requirements. 12103. Department of Revenue and Taxation Duties. 12104. Notice Requirements.
More informationRequest for Proposal Print Management March 25, 2014
, hereby known as District, will accept sealed responses ( Bids ) to this Request for Proposal (RFP) general conditions and products and services specifications set forth below and submitted to the District
More informationTHE PUBLIC SERVICE COMMISSION OF WYOMING
NAME: Powder River Energy Corporation WY PSC Tariff No. 7 ADDRESS:, Sundance, WY 82729 THE PUBLIC SERVICE COMMISSION OF WYOMING TARIFF RATE RIDER 5th Revised Sheet No. 1 Cancels 4th Revised Sheet No. 1
More informationGEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT AFFIDAVITS
GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT AFFIDAVITS O.C.G.A. 13-10-91(b)(1) states, in part, A public employer shall not enter into a contract for the physical performance of services
More informationREQUEST FOR BID For Trucks. Bid Notice
REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations.
More informationDATE: August 13,
M E M O R A N D U M TO: FROM: Prospective Bidders William P. Gilliland, Purchasing Director RE: Request for Bid - #044-15 DATE: August 13, 2015 ---------------------------------------------------------------------------------------------------------------------
More informationFlorida Department of Revenue
Florida Department of Revenue Application for Refund of Tax Paid on Undyed Diesel Consumed by Motor Coaches During Idle Time in Florida THIS APPLICATION IS TO BE USED FOR CALENDAR YEAR 2016. TC Rule 12B-5.150
More informationReliable Temperature Compensation is Critical to CNG Vehicle Safety
Reliable Temperature Compensation is Critical to CNG Vehicle Safety August 18, 2014 This Technical Bulletin addresses the potential hazards created by failure of compressed natural gas (CNG) dispensers
More informationALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS
ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS 1. 4 x 4: 4-wheel drive option with high and low range transfer
More information(Please type or use black ink)
(Please type or use black ink) PNIPUG ALABAMA DEPARTMENT OF ENVIRONMENTAL MANAGEMENT NOTICE OF PROPOSED UST NEW INSTALLATION OR UPGRADE (Use a separate form for each separate place of operation) Date of
More informationNATIONAL COUNCIL OF INSURANCE LEGISLATORS (NCOIL)
NATIONAL COUNCIL OF INSURANCE LEGISLATORS (NCOIL) Consumer Protection Towing Model Act To be Considered by The NCOIL Property & Casualty Committee on March 2, 2018 Sponsored by Rep. Matt Lehman (IN) Table
More informationIC Chapter 8. School Bus Drivers
IC 20-27-8 Chapter 8. School Bus Drivers IC 20-27-8-1 School bus drivers and monitors; standards Sec. 1. (a) An individual may not drive a school bus for the transportation of students or be employed as
More informationCOUNTY OF ROCKLAND Department of General Services Purchasing Division
COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Sludge Hauling and Disposal November 8, 2016 through November 7, 2017 with 2 one-year options, Extended through
More informationColumbia Water & Light Interconnection & Net Metering Agreement Electrical Facility
Processed Date Columbia Water & Light Interconnection & Net Metering Agreement Electrical Facility Customer s Printed Name Installation Street Address Account Number Please note: Columbia Water & Light
More informationREQUEST FOR BID For Trucks. Bid Notice
REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for two (2) trucks to be used in its water operations. Sealed Bids
More information