BIDS MUST BE SUBMITTED ON THIS FORM AND THE BIDDER SHALL RETURN THE ENTIRE BID/SPECIFICATION PACKAGE.

Size: px
Start display at page:

Download "BIDS MUST BE SUBMITTED ON THIS FORM AND THE BIDDER SHALL RETURN THE ENTIRE BID/SPECIFICATION PACKAGE."

Transcription

1 GENERAL CONDITIONS The bid analysis will include compliance to bid specifications, maintenance plans, past performance with vendor, warranty, references, delivery time and the overall cost to NTMWD. NTMWD reserves the right to consider deviation from these specifications. Award of contract will be contingent on availability of NTMWD funds. BIDS MUST BE SUBMITTED ON THIS FORM AND THE BIDDER SHALL RETURN THE ENTIRE BID/SPECIFICATION PACKAGE. Each bid shall be placed in a sealed envelope, manually signed in ink by a person having the authority to bind his/her firm in a contract AND THE OUTSIDE OF THE ENVELOPE MARKED BID ENCLOSED LUBRICANTS BEGINNING APRIL 1, NTMWD reserves the right to enforce the performance of this contract in any manner prescribed by law or deemed to be in the best interest of the NTMWD in the event of breach or default of this contract. NTMWD reserves the right to terminate the contract immediately in the event the successful bidder fails to: 1. Deliver lubricants on schedule in the quantities requested. 2. Deliver lubricants in accordance with the specification requirements. 3. Otherwise perform in accordance with these specifications. Testing may be performed at the request of NTMWD anytime during the length of the contract through an independent testing laboratory. If the results do not meet specifications, then the successful bidder will absorb the cost of the test and remove all lubricants from the tank(s), including disposal at no cost to the NTMWD and replace the lubricant volume removed at no cost to the NTMWD. If the results of the test meet specifications, then the cost will be borne by NTMWD. The NTMWD reserves the right to hire an independent laboratory to perform testing. Non-performance of the bidder in terms of specifications shall be basis for the termination of the contract by the NTMWD. The NTMWD shall not pay for work, equipment or supplies that are unsatisfactory. The bidder agrees that, if, for any reason, at any time, he/she shall be unable to deliver lubricants in the quantities and/or quality ordered by the NTMWD under these specifications, and if the bidder, after having been awarded this contract and having been notified to make a shipment within 24 hours of the time the request for delivery is made, then the NTMWD shall be authorized to purchase such material wherever available, and the bidder agrees to pay the NTMWD the difference in price it ultimately paid over and above the bid price, plus all other costs, expense and damages of any kind incurred by NTMWD as a result of bidder s nonperformance. No money will be paid to the contractor until completion and acceptance of the work or the fulfillment of the purchase obligation to the NTMWD. Quantities indicated are estimates based on the best available information and do not constitute an order. Orders will be placed on an as-needed basis. Page 1 of 11

2 LUBRICANT BID SPECIFICATION SECTION A BASE INFORMATION: North Texas Municipal Water District (District) is soliciting bids for lubricants for transfer stations, landfill and other locations for an initial 12-month period commencing on (April 1, 2018 and ending on March 31, 2019). Contract may be extended for two, 1-year terms by mutual agreement, in writing, between the successful vendor and the District. Technical Data Sheets shall be supplied on all products with bid. Lab analysis will be performed on each bulk delivery. Vendor must bid all items included in the Specification. Partial or incomplete bids may be rejected. The NTMWD prefers to award bids on an all or nothing basis to a single bidder. The NTMWD reserves the right to delete items bid as necessary. SECTION B DESCRIPTION AND QUANTITIES: The following quantities are estimated based on the most recent year quantities. These quantities are to be considered the approximate amount to be required by the District during the initial term of the contract, but in no way obligates the District to purchase these exact quantities. The successful bidder shall provide products from the acceptable product list below in Section C, products meeting the ISO or ASTM number or other specification stated with the product in this bid. Item Description Quantity PPI Product Code Wt. Engine Oil 6,000 gallons P 2. a. 10 W/30 (CK-4) Diesel Engine Oil 5,500 gallons P b. 10 W/30 (CK-4) Diesel Engine Oil 5 barrels (55 gallon) P c. 5W20 Gasoline Engine Oil 6 barrels (55 gallon) P d. 5W30 Gasoline Engine Oil 6 barrels (55 gallon) P 3. Hydraulic Oil a. R&O/AW Viscosity Grade #22 3 barrels (55 gallon) P b. R&O/AW Viscosity Grade #32 4,000 gallons P c. R&O/AW Viscosity Grade #46 9 barrels (55 gallon) P d. R&O/AW Viscosity Grade #68 9 barrels (55 gallon) P e. R&O/AW Viscosity Grade #100 3 barrels (55 gallon) P f. R&O/AW Viscosity Grade #150 3 barrels (55 gallon) P g. R&O/AW Viscosity Grade #220 3 barrels (55 gallon) P h. Tractor Hydraulic Fluid 15 gallons P (CatTO-2, Deere JC20 C/D) 4. a. Industrial Gear Oil ISO #150 3 barrels (55 gallon) P b. Industrial Gear Oil ISO #220 3 barrels (55 gallon) P c. Industrial Gear Oil ISO #460 3 barrels (55 gallon) P d. 85 W/140 Gear Oil GL gallons P 5. Dexron III / Mercon 110 gallons P 6. Grease (Tube 40/case) a. NLGI #2 GC/LB Lithium Complex 22 cases P b. NLGI #2 w/ Calcium Lithium Complex 22 cases P Sulfonate & 3% moly Page 2 of 11

3 c. Food Grade Grease 120 cases P NLGI #2 FDA 21 CRF and USDA H1 d. High Temperature Grease 40 cases P NLGI #2 (ASTM D2596) e. Synthetic Waterproof Grease 90 cases P NLGI #2 (ASTM D1264) f. Lithium Traction Grease 40 cases P NLGI #2 (ASTM D2266) 7A. Grease (Drum 120#) NLGI #2 GC/LB 6 drums P a. NLGI #2 w/ Calcium 2 drums P Sulfonate & 3% moly 7B. Grease (Drum - 400#) a. NLGI #2 GC/LB 2 drums P Wt. TO-4 Transmission Oil 1,500 gallons P a. Multipurpose Automatic Transmission Fluid (ASTM D2270) 2 barrels (55 gallon) P 9. Oil Samples Analyzed 550 samples # Bag Oil Sorb 330 bag Gallon Barrel of used 37 barrels (55 gallon) oil filters to be recycled 12. Used Oil Pickup 12,000 gallons 13. Extended Drain ethylene 23 barrels (55 gallon) glycol antifreeze 50/50 premixed with ionized water, fully formulated 14. Power Service Diesel Fuel 18 cases Supplement + cetane boost (2.5 gallon / case) with slick diesel 15. Synthetic 50 for transmissions 2 barrels (55 gallon) P and differentials (Eaton #PS-164REV7) (TES 295) 55 gallons Wt. Turbine Oil 2 barrels (55 gallon) P (ASTM D445) 17. Synthetic 30 Wt. ISO barrels (55 gallon) P (ASTM D4172) Page 3 of 11

4 During the course of the contract other products may be added upon mutual agreement between the Vendor and District. The sum of these additions cannot increase the value of the contact by more than 25%. New products would be subject to all provisions of this specification, including the Economic Price Adjustment Clause, from the date that the product is added until the contract terminates. SECTION C PRODUCT LIST ACCEPTABLE BRANDS AND TYPES: Acceptable 10W Oils: (Prior approved equivalents may be considered) Chevron Delo W CF/SH Mobil Delvac W CF Shell Rotella T 10W CF4/SJ Universal Lubricants Dezol 10W CF2/SJ Acceptable Diesel Engine Oils: (Prior approved equivalents may be considered) Chevron Delo 400 LE 10W30 CK-4 Shell Rotella T3 Fleet Multigrade Heavy Duty Diesel Engine Oil 10W30 CK-4 Mobil Delvac 1300 Super 10W30 CK-4 Universal Dezol 10W30 CK-4 Dyna-Plex 21C SHPD 10W30 CK-4 Acceptable Gasoline Engine Oils: (Prior approved equivalents may be considered) Mobil Clean SM/GF4 Chevron Supreme Syn Bld SM/GF4 Serv Pro Syn Bld SM/GF4 Acceptable Hydraulic Oil: (Prior approved equivalents may be considered) R&O/AW Various Viscosity Grades Universal Hydra 1000 Shell Tellus 32 Mobil DTE 24 Acceptable Transmission Oil: (Prior approved equivalents may be considered) TO-4 30 Wt. Caterpillar Standard (Product must meet this standard) SECTION D ECONOMIC PRICE ADJUSTMENT CLAUSE: The beginning prices quoted on the Bid Proposal Price Sheet will be allowed to change during the contract period as described in the Economic Price Adjustment Clause. By submitting pricing, the vendor is agreeing to the provisions described in the Economic Price Adjustment Clause. Price adjustments will potentially cause both price increases and price decreases and will be determined as follows: 1) This contract will be adjusted according to the U.S. Department of Labor Bureau of Labor Statistics Producer Price Index during the life of the contract on the following basis. 1) All prices will be bid firm for the first three (3) month contract term calculated from April 1, ) Each contract will be divided into three (3) month periods. For example: a 12 month (Annual) contract will have four, three (3) month contract periods. Dates for these periods will be calculated from the effective date of the contract. 3) At the end of the each three (3) month period, the District will utilize the method described in part B of this Section, to determine the adjusted pricing for the next three (3) month period of the contract. 4) All price adjustments will be forward of the date that the price adjustment becomes effective and will be applied to items delivered on or after that date. 5) No increase will be approved during or at the end of the last (4 th ) three (3) month period of the contract unless a renewal term or an extension to the contract is approved by both the vendor and the NTMWD. Page 4 of 11

5 6) All new adjusted prices will be reflected on the next regular billing following the notification of the price change. Notifications will typically be via and once the vendor has agreed to the change, the new prices will become official per the notification from the District. 2) The following method will be used to determine the maximum allowable price adjustment: 1) As part of this Bid Specification NTMWD will indicate the North American Industrial Classification System (NAICS) Product Code utilized by the Bureau of Labor Statistics - Producers Price Index in SECTION B of this bid specification to identify the general classification Product Code (PPI Product Code) to be used in this bid specification. 2) When the contract is awarded, the award will indicate the Product Code Starting Index number as published by the U.S. Department of Labor Bureau of Labor Statistics - Producer Price Index. The Starting Index number will be taken from the most current Producer Price Index Detailed Report available at the time of the contract award. This Index number will be the basis for calculating price increases and decreases throughout the first 1-year initial term and for any subsequent renewal term or terms. 3) At the end of each three (3) month period and within five days of the official release date of the Producer Price Index Detailed Report, the website located at will be visited by the District. i) The District will select the appropriate monthly report. ii) In the report the Product Code identified in SECTION B of the contract specification will be found. iii) The Index number for the appropriate Product Code will be recorded. 4) The contract unit prices will be adjusted based on the percentage difference between the Index number noted at the beginning of the contract and the Index number for the month ending the three (3) month period. This will cause a change in price, up or down based on the percentage change between the starting Index number and the ending Index number. 5) Formula: Ending Index # - Starting Index # Ending Index # X 100 = Percent of Increase or Decrease 6) Written notice of price adjustment. i) The District will provide written documentation at the end of each three (3) month reporting period that reflects that price adjustments. ii) Written documentation will include the following information: (1) The Ending Index Number reported in the Department of Labor - Producer Price Index Detailed Report will be retrieved. (2) The percentage difference between the Starting Index Number and the Ending Index Number will be calculated according to the method shown in B.5) above and this percentage change will be applied to all product prices contained in the original bid or that have been added during the course of the contract. (3) New prices will be represented on a table. (4) New prices table will be communicated with the vendor and a date stipulated that the new prices will become effective. (5) All documentation will be delivered via mail, , or hand delivery within 10 calendar days of the end of each three (3) month period. 3) Vendors may submit price decreases anytime during the contract period. 1) Price decreases will need to be communicated in writing identifying the terms of the decrease and the effective date. Page 5 of 11

6 Lubricants to be supplied are listed below. Bidders shall include a price for each lubricant, delivery charges, and oil sampling. SECTION E BID PRICE SHEET Quantities indicated on this Price Sheet are estimated and provided for bid evaluation purposes only and do not obligate the District to purchase those exact quantities. Product Unit Price Bid Price Wt. Engine Oil (CF) $ per gallon x 6,000 gallons $ 2. a. 10W30 CK-4 Diesel Engine Oil $ per gallon x 5,500 gallons $ b. 10W30 CK-4 Diesel Engine Oil $ per 55 gallon barrel x 5 each $ c. 5W20 Gasoline Engine Oil $ per 55 gallon barrel x 6 each $ d. 5W30 Gasoline Engine Oil $ per 55 gallon barrel x 6 each $ 3. Hydraulic Oil a. R&O/AW Viscosity Grade #22 $ per 55 gallon barrel x 3 each $ b. R&O/AW Viscosity Grade #32 $ per gallon x 4,000 gallons $ c. R&O/AW Viscosity Grade #46 $ per 55 gallon x 9 each $ d. R&O/AW Viscosity Grade #68 $ per 55 gallon x 9 each $ e. R&O/AW Viscosity Grade #100 $ per 55 gallon barrel x 3 each $ f. R&O/AW Viscosity Grade #150 $ per 55 gallon barrel x 3 each $ g. R&O/AW Viscosity Grade #220 $ per 55 gallon barrel x 3 each $ h. Tractor Hydraulic Fluid $ per gallon x 15 gallons $ (CatTO-2, Deere JC20 C/D) 4. a. Industrial Gear Oil ISO #150 $ per 55 gallon barrel x 3 each $ b. Industrial Gear Oil ISO #220 $ per 55 gallon barrel x 3 each $ c. Industrial Gear Oil ISO #460 $ per 55 gallon barrel x 3 each $ d. 85 W/140 Gear Oil (API GL-5) $ per gallon x 640 gallons $ 5. a. Dexron III $ per 55 gallon barrel x 1 each $ b. Mercon $ per 55 gallon barrel x 1 each $ 6. Grease (Tube - 40/case) a. NLGI #2 GC/LB Lithium Complex $ per case x 22 cases $ b. NLGI #2 w/ Calcium Lithium Complex $ per case x 22 cases $ Sulfonate & 3% moly c. Food Grade Grease $ per case x 120 cases $ NLGI #2 FDA 21 CRF and USDA H1 Page 6 of 11

7 d. High Temperature Grease $ per case x 40 cases $ NLGI #2 (ASTM D2596) e. Synthetic Waterproof Grease $ per case x 90 cases $ NLGI #2 (ASTM D1264) f. Lithium Traction Grease $ per case x 40 cases $ NLGI #2 (ASTM D2266) 7A. Grease (Drum 120#) a. NLGI #2 GC/LB $ per drum x 6 drums $ b. NLGI #2 w/ Calcium $ per drum x 6 drums $ Sulfonate & 3% moly 7B. Grease (Drum 400#) a. NLGI #2 GC/LB $ per drum x 2 drums $ Wt. TO-4 Transmission Oil $ per gallon x 1,500 gallons $ 9. Oil sampling - (Oil sampling is done with each oil change. State the price per sample analyzed and provide a form showing a typical analysis. Supplier shall choose lab). Economic Price Adjustment Clause does not apply to this item. $ per sample x 550 samples (est.) $ # Bag Oil Sorb 330 $ /bag $ 11. **55 Gallon Barrel of used 37 $ /bbl $ oil filters to be recycled 12. **Used Oil Pickup 12,000 $ /gallon $ 13. Extended Drain ethylene 23 $ /bbl $ glycol antifreeze 50/50 premixed with ionized water, fully formulated 14. Power Service Diesel Fuel 18 (2.5 $ /case $ supplement + cetane boost with slick diesel 15. Synthetic 50 for transmissions 2 $ /bbl $ and differentials (Eaton #PS-164REV7) ( TES 295) 55 $ /gallon $ Wt. Turbine Oil 2 barrels (55 $ /bbl $ (ASTM D445) 17. Synthetic 30 Wt. ISO barrels (55 $ /bbl $ (ASTM D4172) (A) BASE BID TOTAL $ Page 7 of 11

8 ** Filter barrels and used oil pickup are at the following locations: 1) Parkway Transfer Station 4030 W. Plano Parkway Plano, TX ) Custer Road Transfer Station 9901 Custer Road Plano, TX ) Lookout Drive Transfer Station 1601 E. Lookout Drive Richardson, TX ) 121 Regional Disposal Facility ( 3 locations ) 3820 Sam Rayburn Hwy Melissa, TX ) North Texas Municipal Water District 810 Hwy 78 North Wylie, TX ) Other locations for used oil pick up may be requested from Paragraph 18, Subsection D-J. 18. Delivery Charge to NTMWD Locations: For the purpose of this bid, the vendor will base the bid price shown in this section on an estimated 12 deliveries to each location listed below during a 1-year term. This estimate is based on projected need to refill all storage tanks at all District facilities approximately every 25 to 30 days during the 1-year term of the contract and during each optional renewal term. The Vendor will have the ability to coordinate these deliveries during the course of the contract with the Landfill Supervisor and Fleet Maintenance Shop Supervisor to determine needed quantities. The Vendor will state the delivery charge for each site in the space provided. Economic Price Adjustment Clause does not apply to this item. Bulk Delivery Location is A. A) 121 Regional Disposal Facility 3820 Sam Rayburn Hwy, Melissa, TX Each Delivery $ a) Hydraulic Oil #32 to one 500 gallon tank b) Hydraulic Oil #46 & #68 (55 gallon barrel) c) 10W Engine Oil to two 500 gallon tanks d) 10W/30 Engine Oil to two 500 gallon tanks and one 250 gallon tank e) 30W Transmission Oil to two 500 gallon tanks Barrel Delivery Locations are B I. B) North Texas Municipal Water District 810 Hwy 78 North, Wylie, TX Each Delivery $ a) 10 W/30 Diesel Engine Oil (55 gallon barrel) b) 5W20 Gasoline Engine Oil (55 gallon barrel) c) 5W30 Gasoline Engine Oil (55 gallon barrel) C) Wilson Creek WWTP 3020 Orr Road, Allen, TX Each Delivery $ D) South Mesquite WWTP 3500 Lawson Rd, Mesquite, TX Each Delivery $ E) Panther Creek WWTP 1825 Panther Creek Rd, Frisco, TX Each Delivery $ a) (55 gallon barrel) Page 8 of 11

9 F) Stewart Creek West WWTP th Army Memorial Dr, Frisco, TX Each Delivery $ a) (55 gallon barrel) G) Muddy Creek WWTP 5401 Pleasant Valley Rd, Wylie, TX Each Delivery $ a) (55 gallon barrel) H) Rowlett Creek WWTP 1600 Los Rios Blvd, Plano, TX Each Delivery $ a) (55 gallon barrel) I) Floyd Branch WWTP 111W Buckingham Rd, Richardson, TX Each Delivery $ a) (55 gallon barrel) Total A+B+C+D+E+F+G+H+I $ Estimated Deliveries to each Site during term X 12 (B) ESTIMATED BULK DELIVERY COST = $ 19. Special Bulk Delivery Charge to NTMWD Owned Storage Tanks: During the course of the contract the District may require the delivery of any Bulk product listed in item Section E (Paragraph 18, Subsection A & B) above due to an emergency or urgent need. The Vendor agrees to deliver the product within 24 hours of the request for the following charge. Economic Price Adjustment Clause does not apply to this item. Estimated Deliveries to each Site during term X 5 (C) SPECIAL BULK DELIVERY = $ 20. Prices quoted shall remain firm for one (1) year from the date that of the award letter from the District except where Economic Price Adjustments are allowed as described in SECTION D of this specification. 21. COMPARATIVE CONTRACT VALUE: For the purpose of evaluating the total bid NTMWD will sum Base Bid, Bulk Delivery and an estimated number of Special Bulk Delivery charges. This calculation is for bid evaluation purposes only and does not represent the actual value of the contract. The Comparative Contract Value will be calculated as the sum of: (A) BASE BID TOTAL + (B) BULK DELIVERY + (C) SPECIAL BULK DELIVERY TOTAL BID PRICE $ The District will award the contract to the successful bidder whose proposal is deemed to be in the best interest of NTMWD. 22. TECHNICAL DATA SHEETS shall be provided for the exact products bid. Failure to provide these sheets may result in the rejection of the bid. Technical Data Sheets are included with this bid: YES No SECTION F DELIVERY OF PRODUCT Scheduled Bulk Delivery Charge to NTMWD Owned Storage Tanks: (Section E. Price Sheet): The undersigned bidder proposes to supply the listed lubricants for the prices shown on Price Sheets. For items subject to Bulk Delivery Charge (Paragraph 18, Subsection A & B) the invoice price shall be calculated as: (Unit Price X Quantity) + Bulk Delivery Charge = Invoice Price Page 9 of 11

10 Special Bulk Delivery Charge to NTMWD Owned Storage Tanks: (Paragraph 18, Subsection A & B. Price Sheet) For products delivered, the invoice price shall be calculated as: (Unit Price X Quantity) + Special Bulk Delivery Charge = Invoice Price Barrel Delivery Items: For all other bid items (Paragraph 18, Subsection C thru J) the price of delivery shall be included in the price shown on the Price Sheet. The invoice price shall be calculated as: (Unit Price X Quantity Delivered) + Delivery Charge = Invoice Price SECTION G BID EXTENSION OPTION The contract will be for a 1-year initial term and at the District s option for two additional 1-year renewal terms. The Vendor may notify the NTMWD, in writing, of its willingness to continue the contract beyond the end of the first 1-year term of the contract and the end of the first renewal term. The request shall be given to NTMWD no later than 90-days before the end of the current contract term. NTMWD will have the right to reject the Vendor s offer to enter into a renewal term. Unit Pricing Adjustment: Pricing will be based on the Vendor s original unit price bid plus the most recent 12-month PPI for the items in SECTION B that have a Product Code listed. All other price increases made due to the Economic Price Adjustment Clause found in SECTION D of this specification, during the current term of the contract, shall be null and void and will be replaced by the 12-month PPI adjustment. Prices for the beginning of the first renewal term shall be calculated as: Original Unit Bid Price + 12-month PPI percentage = Renewal Unit Price For the second renewal (if applicable), the Renewal Unit Price will be used to calculate the beginning price for year 3 of the contract. Pricing for all bid items that do not have a Product Code shown in SECTION B of the specification will remain firm for the renewal term. Bulk Delivery Charge Adjustment: (both Scheduled and Special) Prices will remain firm for the full initial term and during each renewal term. The Vendor s original bid price may be adjusted at the beginning of the first and second renewal term (if applicable) based on the percentage change in the U. S. General Services Administration s published POV Mileage Reimbursement Rate (POVMRR). The published rate at the beginning of the current term and the beginning of the renewal term will be used to determine the percent of change, either positive or negative, that the Bulk Delivery Charge will be adjusted. The U. S. General Services Administration website found at will be used to determine the rates used in the calculation. Prices for the beginning of the first renewal term shall be calculated as: Scheduled Bulk Delivery Original Scheduled Bulk Delivery Charge + Percent change in POVMRR = Renewal Delivery Charge Special Bulk Delivery Original Special Bulk Delivery Charge + Percent change in POVMRR = Renewal Delivery Charge For the second renewal (if applicable), the Renewal Delivery Price will be used to calculate the beginning price for year 3 of the contract. Page 10 of 11

11 SECTION H BID CERTIFICATION The quantities shown in this specification are estimated for the purposes of evaluating the proposals. Payment made to the successful bidder shall be based on actual quantities supplied. The undersigned hereby certifies that he understands all of the above specifications, has read them carefully and shall deliver and furnish all articles or services specified above in this specification. Bidder shall return one copy of this specification filled out in full and signed in a sealed envelope marked BID ENCLOSED, LUBRICANTS. Firm Name Submitting Bid: Signature of Authorized Representative: Print Name: Print Title: Address: Telephone Number: Page 11 of 11

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

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

More information

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

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

More information

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

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO: REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID #09-003 RETURN TO: DR. PAM BEST, INTERIM SUPERINTENDENT LOUISBURG UNIFIED SCHOOL DISTRICT

More information

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

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

More information

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

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

More information

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

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

More information

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

Hancock 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 information

ADDENDUM NO. 1 INVITATION FOR BIDS FOR LUBRICANT AND FLUID SUPPLY. RFP NO.: 2018-SP-03 Date Issued: March 13, 2018

ADDENDUM NO. 1 INVITATION FOR BIDS FOR LUBRICANT AND FLUID SUPPLY. RFP NO.: 2018-SP-03 Date Issued: March 13, 2018 ADDENDUM NO. 1 INVITATION FOR BIDS FOR LUBRICANT AND FLUID SUPPLY RFP NO.: 2018-SP-03 Date Issued: March 13, 2018 INSTRUCTIONS: (1) BIDDER is required to comply with this Addendum No. 1. (2) This Addendum

More information

1.1 Unless otherwise stated, the specification references and test methods are from the latest version in effect at the time of this contract.

1.1 Unless otherwise stated, the specification references and test methods are from the latest version in effect at the time of this contract. (Page 1 of 6) LUBRICATING PRODUCTS MGS-92-12K 1.0 DESCRIPTION. This specification covers motor vehicle lubricating products for delivery in prepackaged containers such as drums, pails, etc., or for delivery

More information

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

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

More information

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

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

More information

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

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

More information

Umatilla Electric Cooperative Net Metering Rules

Umatilla Electric Cooperative Net Metering Rules Umatilla Electric Cooperative Net Metering Rules Version: July 2017 Umatilla Electric Cooperative NET METERING RULES Rule 0005 Scope and Applicability of Net Metering Facility Rules (1) Rule 0010 through

More information

The Used Petroleum and Antifreeze Products Stewardship Regulations

The Used Petroleum and Antifreeze Products Stewardship Regulations USED PETROLEUM AND ANTIFREEZEPRODUCTS STEWARDSHIP E-10.22 REG 7 1 The Used Petroleum and Antifreeze Products Stewardship Regulations being Chapter E-10.22 Reg 7 (effective January 1, 2018). NOTE: This

More information

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

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

More information

KENDALL COUNTY HIGHWAY DEPARTMENT

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

More information

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

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR MOTOR OIL and LUBRICANTS BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

INVITATION TO BID FUEL PRODUCTS

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

More information

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

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

More information

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES MICHIGAN DEPARTMENT OF TRANSPORTATION GRAND REGION Marl Lake Roadside Park P511 Sheridan Roadside Park P514 Greenville Roadside Park P516

More information

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

INVITATION TO BID. (This is not an order.) CITY OF CLEVELAND INVITATION TO BID Page 1 of (This is not an order.) Buyer: Jim Hutcheson 1-- jhutcheson@city.cleveland.oh.us Requestor: Deborah Rossi Division of Purchases & Supplies 1-- 01 Lakeside

More information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

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

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

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

More information

PROPOSAL FORM 2014 FUEL BID

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

More information

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

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

More information

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

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

More information

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels Creative Bus Dba Getaway Bus REPRESENTING New England Wheels ORDER PACKET Contract #TRIPS-15-MB-GB MiniBus with ADA Option CONTRACT # TRIPS-15-MB-GB ORDER PACKET FOR MiniBus with ADA Option Creative Bus

More information

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC ORDER PACKET Contract #TRIPS-12-SNV-CBS Special Needs Type Vehicles TRIPS-12-SNV-CBS - 1 - October 2012 CONTRACT # TRIPS-12-SNV-CBS ORDER PACKET

More information

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

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

More information

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR ALUMINUM SULFATE, LIQUID CAUSTIC SODA, LIQUID CHLORINE ACTIVATED CARBON, POWDERED Minimum 800 Iodine Number ACTIVATED CARBON, POWDERED Minimum

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

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

More information

Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services Appendix A - Technical Specifications RFQ 91795 - Emergency WasteWater Cleanup Services SCOPE The biosolids, sand, sewage, debris, grit and /or grease may be malodorous. When required, biosolids, sand,

More information

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

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 ryped by: DATE 08/14/2017 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 nm Buyer: 002 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room

More information

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

CITY 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 information

INVITATION TO BID. January 10, 2018

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

More information

CONTRACT TERM: APRIL 28, 2018 THROUGH APRIL 27, 2020 RES. NO

CONTRACT TERM: APRIL 28, 2018 THROUGH APRIL 27, 2020 RES. NO CONTRACT AWARD AB2018-04 SLUDGE AND SEPTAGE REMOVAL AND SEWER LINE CLEANING FOR THE COUNTY OF MERCER FOR A PERIOD OF TWO (2) YEARS BID OPENING DATE: APRIL 5, 2018 CONTRACT TERM: APRIL 28, 2018 THROUGH

More information

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

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

More information

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

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

More information

City 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# 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 information

Municipality Generator Interconnection Application Single Meter Application Part I

Municipality 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 information

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

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

More information

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

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

More information

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

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

More information

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

Worcester 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 information

City Transfer Stations: Loading Services and Fees

City Transfer Stations: Loading Services and Fees STAFF REPORT ACTION REQUIRED City Transfer Stations: Loading Services and Fees Date: March 24, 2009 To: From: Wards: Reference Number: Public Works and Infrastructure Committee General Manager, Solid Waste

More information

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (IRI ACCEPTANCE CRITERIA)

MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (IRI ACCEPTANCE CRITERIA) MICHIGAN DEPARTMENT OF TRANSPORTATION 03SP502(P) SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (IRI ACCEPTANCE CRITERIA) C&T:TEH 1 of 8 C&T:APPR:JFS:MJE:01-28-08 FHWA:APPR:02-01-08 a. Description. Provide

More information

St. Clair County Road Commission Specifications Diesel Fuels

St. Clair County Road Commission Specifications Diesel Fuels Sealed bids will be received at the office of the Board of County Road Commissioners of the County of St. Clair, 21 Airport Drive, St. Clair, Michigan 48079, until 1:00 p.m., local prevailing time, WEDNESDAY,

More information

ITEM NO. DESCRIPTION BRAND NAME UNIT COST BRAND NAME UNIT COST BRAND NAME UNIT COST

ITEM NO. DESCRIPTION BRAND NAME UNIT COST BRAND NAME UNIT COST BRAND NAME UNIT COST Petro Choice, LLC David Weber Oil Co. Prime Lube, INC. PO BOX 5066 601 Industrial Rd 800 Roosevelt Ave 837 Cherry St. Carlstadt, NJ 07072 Carteret, NJ 07008-2322 Avoca, PA 18641 ITEM NO. DESCRIPTION BRAND

More information

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

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

More information

TOWN OF NORWELL HIGHWAY DEPARTMENT 345 MAIN STREET, NORWELL, MA 02061

TOWN OF NORWELL HIGHWAY DEPARTMENT 345 MAIN STREET, NORWELL, MA 02061 2018 2019 Snow & Ice Removal Request for Qualified Plowing Contractors The Town of Norwell is requesting qualified plowing contractors and or individuals who wish to be considered for hire in snow and

More information

Town of South Windsor, Connecticut. Police Department

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

More information

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK PUBLIC WORKS DEPARTMENT 420 West Grant Street DOUGLAS, WY 82633 Page 1 of 11 City of Douglas Call for Bids- Vehicle Sealed bids

More information

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

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

More information

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638 CONTRACT AWARD AB2018-03 REMOVAL AND DISPOSAL OF SOLID WASTE AND RECYCLABLES FROM VARIOUS LOCATIONS IN MERCER BID OPENING DATE: APRIL 10,2018 CONTRACT TERM: MAY 30, 2018 RES. NO. 2018-280 THROUGH APRIL

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA SPECIAL REVIEW NORTH CAROLINA DEPARTMENT OF ADMINISTRATION DIVISION OF PURCHASE AND CONTRACT RALEIGH, NORTH CAROLINA SEPTEMBER 2006 OFFICE OF THE STATE AUDITOR LESLIE W. MERRITT,

More information

RENEWABLE FUEL INFRASTRUCTURE PROGRAM APPLICATION FORM

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

More information

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

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

More information

TERMS AND CONDITIONS

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

More information

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES The City of Abbeville, South Carolina is soliciting sealed proposals for Fire Hydrant Maintenance Services. All proposals must be in writing and

More information

DIVISION 311 MISCELLANEOUS ELECTRICAL RULES

DIVISION 311 MISCELLANEOUS ELECTRICAL RULES DIVISION 311 MISCELLANEOUS ELECTRICAL RULES 918-311-0000 Design, Planning and Lay Out of Electrical Installations by Supervising Electricians A licensed supervising electrician may design, plan and lay

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST 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

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

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

More information

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

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

More information

Emergency Vehicle Application Package

Emergency Vehicle Application Package Emergency Vehicle Application Package Please print clearly or type all requested information on this application. Submit all supporting documentation listed on the application checklist on page 3. Complete

More information

FITCHBURG GAS AND ELECTRIC LIGHT COMPANY NET METERING SCHEDULE NM

FITCHBURG GAS AND ELECTRIC LIGHT COMPANY NET METERING SCHEDULE NM Sheet 1 FITCHBURG GAS AND ELECTRIC LIGHT COMPANY SCHEDULE NM Applicability The following tariff provisions shall be applicable to a Host Customer, as defined herein, that requests net metering services

More information

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

California Independent System Operator Corporation Fifth Replacement Electronic Tariff Table of Contents 41. Procurement Of RMR Generation... 2 41.1 Procurement Of Reliability Must-Run Generation By The CAISO... 2 41.2 Designation Of Generating Unit As Reliability Must-Run Unit... 2 41.3

More information

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

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912) INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of one (1) Four Wheel Drive, All Purpose Tractor with Front End Loader Attachment for use by the Ware

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST 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 information

SERVICE CLASSIFICATION NO. 4

SERVICE CLASSIFICATION NO. 4 P.S.C. NO. 3 ELECTRICITY LEAF: 281 ORANGE AND ROCKLAND UTILITIES, INC. REVISION: 0 INITIAL EFFECTIVE DATE: April 1, 2012 SUPERSEDING REVISION: SERVICE CLASSIFICATION NO. 4 APPLICABLE TO USE OF SERVICE

More information

CONSTRUCTION & DEMOLITION (C&D) RECYCLING APPLICATION COMMERCIAL RECYCLING SERVICE PROVIDER

CONSTRUCTION & DEMOLITION (C&D) RECYCLING APPLICATION COMMERCIAL RECYCLING SERVICE PROVIDER CONSTRUCTION & DEMOLITION (C&D) RECYCLING APPLICATION COMMERCIAL RECYCLING SERVICE PROVIDER The Construction & Demolition Recycling Permit allows removal of recyclable materials from construction sites

More information

May 11, 2018 On or before 2:00pm

May 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 information

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request for Quote # Armored Vehicle for Hammond Police Swat Team City Of Hammond Purchasing Department Request for Quote # 15-36 Armored Vehicle for Hammond Police Swat Team Proposals shall be faxed/delivered to the City Of Hammond, Purchasing Department No later than

More information

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. LARGE MANUFACTURING SERVICE RATE SCHEDULES (November 2018)

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. LARGE MANUFACTURING SERVICE RATE SCHEDULES (November 2018) ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY LARGE MANUFACTURING SERVICE RATE SCHEDULES () Availability These rates shall apply to the firm electric power requirements

More information

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

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

More information

General Specifications

General 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 information

FLORENCE ELECTRICITY DEPARTMENT. MANUFACTURING SERVICE RATE--SCHEDULE TDMSA (October 2015) Availability

FLORENCE ELECTRICITY DEPARTMENT. MANUFACTURING SERVICE RATE--SCHEDULE TDMSA (October 2015) Availability FLORENCE ELECTRICITY DEPARTMENT MANUFACTURING SERVICE RATE--SCHEDULE TDMSA () Availability This rate shall apply to the firm electric power requirements where (a) a customer s currently effective onpeak

More information

Application for Commission Approval to Construct a Generating Station Pursuant to Public Utilities Article Section and

Application for Commission Approval to Construct a Generating Station Pursuant to Public Utilities Article Section and Application for Commission Approval to Construct a Generating Station Pursuant to Public Utilities Article Section 7-207.1 and 7-207.2 APPLICABILITY The Public Service Commission of Maryland ( Commission

More information

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS Bannock County Public Works 5500 south fifth Pocatello, Idaho 83204 Ph. (208) 233-9591 BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS The undersigned hereby agrees and proposes to furnish two (2) new 2018

More information

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024 Recycling Equipment Rental & Hauling BID NUMBER: 5024 BID DUE DATE MARCH 31, 2017 NEW BID DUE DATE APRIL 4, 2017 ADDENDUM #1 TO BID 5024 ISSUE DATE 03/28/2017 Notice to Contractors: Sealed bids for the

More information

ADOPTED REGULATION OF THE STATE SEALER OF WEIGHTS AND MEASURES. LCB File No. R Effective December 14, 1998

ADOPTED REGULATION OF THE STATE SEALER OF WEIGHTS AND MEASURES. LCB File No. R Effective December 14, 1998 ADOPTED REGULATION OF THE STATE SEALER OF WEIGHTS AND MEASURES LCB File No. R146-98 Effective December 14, 1998 EXPLANATION Matter in italics is new; matter in brackets [ ] is material to be omitted. AUTHORITY:

More information

City of Storm Lake Fire Department Heavy Rescue Specifications

City of Storm Lake Fire Department Heavy Rescue Specifications INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.

More information

INDUSTRIAL HAUL AGREEMENT

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

More information

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

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

More information

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

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

More information

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Invitation 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 information

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

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications... TENDER MOCR03072014 EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS Tender Call...... 2 General Instructions... 3 General Requirements...... 4 Specifications... 5 Form of Tender... 6 TENDER MOCR03072014

More information

BYD B-Box Limited Warranty Letter

BYD B-Box Limited Warranty Letter BYD B-Box Limited Warranty Letter Applicable Country: Australia Effective date: 01 st, Jul., 2017 BYD B-Box System Applicable product types: B-Box H 6.4 / B-Box H 7.7 / B-Box H 9.0 / B-Box H 10.2 / B-Box

More information

Consumer Guidelines for Electric Power Generator Installation and Interconnection

Consumer Guidelines for Electric Power Generator Installation and Interconnection Consumer Guidelines for Electric Power Generator Installation and Interconnection Habersham EMC seeks to provide its members and patrons with the best electric service possible, and at the lowest cost

More information

Otsego County Road Commission

Otsego County Road Commission Otsego County Road Commission William T. Holewinski, Jr., Commissioner Troy W. Huff, Commissioner David C. Matelski, Commissioner Jason T. Melancon, Manager Thomas A. Deans, Engineer Rebecca L. Jerry,

More information

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

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

More information

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

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS FOR THE PURCHASE OF ONE (1) NEW 2016 FORD C-MAX SEL ENERGI-BASE MODEL

More information

CHEVRON PIPE LINE COMPANY

CHEVRON PIPE LINE COMPANY F.E.R.C. I.C.A. OIL TARIFF (Cancels F.E.R.C. No. 1157.19.0) CHEVRON PIPE LINE COMPANY LOCAL TARIFF Applying on the Transportation of CRUDE PETROLEUM (As Defined Herein) BRETON SOUND SYSTEM Rates are filed

More information

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. Availability

ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY. Availability ELECTRIC POWER BOARD OF THE METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY MANUFACTURING SERVICE RATE--SCHEDULE MSD Availability This rate shall apply to the firm electric power requirements

More information

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

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

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-48 06 15 (May 2014) ---------------------------------- Preparing Activity: USACE Superseding UFGS-48 13 19.00 10 (January 2008) UNIFIED FACILITIES GUIDE SPECIFICATIONS

More information

CHAPTER 25. SUBSTANTIVE RULES APPLICABLE TO ELECTRIC SERVICE PROVIDERS.

CHAPTER 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 information

GENERAL PLAN APPROVAL AND GENERAL OPERATING PERMIT BAQ-GPA/GP 2 STORAGE TANKS FOR VOLATILE ORGANIC LIQUIDS

GENERAL 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 information

Senate Substitute for HOUSE BILL No. 2101

Senate Substitute for HOUSE BILL No. 2101 Senate Substitute for HOUSE BILL No. 2101 AN ACT concerning utilities; relating to renewable energy resources; amending K.S.A. 2013 Supp. 66-1,184, 66-1265, 66-1266, 66-1267 and 66-1271 and repealing the

More information

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT ADDENDUM NO. 2 DATE: March 30, 2017 REVISIONS TO: Request for Bids Specification No. ES17-0020F METAL SOLID WASTE AND RECYCLING CONTAINERS NOTICE TO ALL

More information

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

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

More information