Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Similar documents
County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

REQUEST FOR PROPOSAL SUPPLY OF

Replace Transmission - Bulldozer

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

M E M O R A N D U M. March 13, 2019

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Convert Six East/West Tennis Courts to a North/South Orientation

CITY OF WILLCOX RETAIL FUEL BID

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

County of Rockwall State of Texas

Annual Fuel Bid - #01-09

Legal Notice. Town of Branford Request for Proposals. Website Design and Development Branford CT Economic Development Commission

City of New Rochelle New York

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

Annual Fuel Bid - #01-08

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

Request for Services Evaluate Cell Tower Lease Rates

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

REQUEST FOR SEALED BID PROPOSAL

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

GLENDALE SCHOOL DISTRICT 1466 BEAVER VALLEY ROAD FLINTON, PA NOTICE--- GLENDALE FUEL OIL, ON & OFF-ROAD DIESEL FUEL, 87 OCTANE GASOLINE

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

The Housing Authority of the Township of Middletown

Installation of a Sliding Gate and Chain Link Fencing at the Harts Pond Pump Station in Berlin, CT for the New Britain Water Department

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

FUEL (GASOLINE AND DIESEL) BID PACKET Bid #123-07

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

Invitation to Bid Instructions to Bidders Bid Sheet Bid Proposal Contract Checklist

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

County of Rockwall State of Texas

REQUEST FOR PROPOSAL

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

BERRIEN COUNTY ROAD DEPARTMENT

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

INVITATION TO BID U Directional Boring Utility Department

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

City of Forest Park Request for Proposals. Secure Access Control Systems

Glenwood/Bell Street Well Pump and Piping Construction

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

City of Bowie Private Property Exterior Home Repair Services

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

FUEL DELIVERY SERVICE CONTRACT

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

Proposal No:

REQUEST FOR QUALIFICATIONS GUARANTEED ENERGY SAVINGS CONTRACT

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

City of Albany, New York

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ROSS COUNTY LAND REUTILIZATION CORPORATION Mailing Address: 35 S. Paint St., Chillicothe, OH 45601

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

L IBERTY C OUNTY, T EXAS

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed

Tax Credit Consultant

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at:

RFP GENERAL TERMS AND CONDITIONS

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport)

construction plans must be approved for construction by the City PBZ department.

Transcription:

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for the supply and delivery of fuel oil, diesel, and mid-grade gasoline for the period from July 1, 2018 to June 30, 2019. BIDS Sealed Bids will be received at the Office of the First Selectman, Town of Lebanon, 579 Exeter Road, Lebanon, CT 06249 until 3:00 pm on Tuesday, January 16, 2018 and opened following the bid closing at the Lebanon Town Hall. The bid will be awarded at a future warned Board of Selectmen s meeting. Bids shall be in a sealed envelope clearly marked: BID: FUEL FOR FY 2019 along with the name of the Bidder, date and time of bid opening in order to guard against premature opening of the Bid. All bids must be submitted on the forms provided and must be regular in every aspect. No interlineations, ditto marks, excisions or special conditions shall be made or included in the Bid Form provided. Bid submittals shall include the following: Bid Proposal Non-Collusion Affidavit The Town may consider as irregular any Bid on which there are any omissions, alterations of form, additions not called for, conditional or alternate Bids, or irregularities of any kind and, at its option, may reject same. The blank spaces in the proposal must be filled in correctly where indicated for each and every item for which a quantity is given typed or printed in ink. If any price is omitted, the Bid may be rejected. The Bidder shall sign his proposal correctly. If the proposal is made by an individual, his name and post office address must be shown. If made by a firm, partnership, or by a corporation, the proposal must be signed by an official of the firm, partnership, or corporation authorized to sign contracts, and also must show the post office address of the firm, partnership or corporation. ADDENDA AND INTERPRETATIONS Any request from a prospective Bidder for interpretation of meaning of Contract Drawings, Specifications or other Contract Documents shall be made to Betsy Petrie, First Selectman in writing at Town Hall, 579 Exeter Road, Lebanon, CT 06249 or via email (bpetrie@lebanonct.gov) no less than two (2) days prior to the bid deadline. 1

Interpretations will be made in the form of written Addenda to Contract Documents, which shall become a part of the Contract. Addenda will be e-mailed or faxed to all parties recorded as having obtained Contract Documents. It is the responsibility of the bidder to verify that all Addenda have been received and incorporated into the submitted bid. Failure of any Bidder to receive any such Addenda shall not relieve Bidder from any obligations under his proposal as submitted. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. SITE CONDITIONS At the date fixed for opening of Bids, it will be presumed that each Bidder has familiarized themselves with the locations, types of storage tank(s), and sites; has satisfied himself as to actual conditions, requirements and quantities of work; has considered federal, state and local laws and regulations that may affect cost, progress, performance or furnishing the Work; and has read and become thoroughly familiar with Contract Documents including specifications, addenda, and documents referenced therein. The Town assumes no responsibility whatsoever with respect to ascertaining for the Contractor any facts concerning physical characteristics at the site of the project. INSURANCE REQUIREMENTS The vendor shall maintain for the life of the Contract the insurance coverage set forth below for each accident provided by insurance companies authorized to do business in the State of Connecticut with a rating by AM Best of "A" or better. A certificate of insurance indicating these amounts, and listing the Town of Lebanon and Lebanon Public Schools as additional insured, must be submitted at the time of award. A. Commercial General Liability* Limits of Liability: Each Occurrence $1,000,000 General Aggregate $3,000,000 *Includes coverage for: Products/Completed Operations, Contractual Insurance, Broad Form Property Damage, Independent Contractors, Personal Injury, Premises-Operations. B. Auto Liability - Combined Single Limit $1,000,000 C. Excess/Umbrella Liability: Each Occurrence $5,000,000 General Aggregate $5,000,000 D. Owners Contractors Protective Liability (OCP) in the name of Lebanon Public Schools: Each Occurrence $1,000,000 General Aggregate $1,000,000 E. Worker's Compensation Statutory F. The contract of insurance shall provide for notice to the Town of Lebanon and Lebanon Public Schools of cancellation of insurance policies thirty (30) days before such cancellation is to take effect. The contractor shall defend, save harmless and indemnify the Town of Lebanon and Lebanon Public Schools, its officers, agents, employees, and assigns from any damages resulting from any challenge to the legality of the bid process or any of the documents used here, including, but not 2

limited to, the Request for Proposals or Contract Agreements. In addition, the contractor agrees to indemnify and hold harmless the Town of Lebanon and Lebanon Public Schools and each of their respective members, employees, officers and agents from and against any claims, demands, losses, costs or liabilities for personal injury or property damage or any other loss which may result from the contractor s performance or lack of performance of the Contract. Such "losses" shall include all reasonable attorney's fees and costs incurred in the representation of Lebanon Public Schools, or any of their respective members, officers, employees, sub-committees of Lebanon Public Schools or agents in any suit or claim arising from the contractor s performance or lack of performance of the Contract or arising from the enforcement of this provision. REJECTION OF BIDS The Town reserves the right to reject any or all Bids, for any reason it deems advisable, and to award Contract or Contracts to any of the Bidders, regardless of amount of Bid. If the Contract is awarded, it will be awarded to the lowest responsible and eligible Bidder (or Bidders) possessing skill, ability and integrity necessary for faithful performance of work. AWARD OF CONTRACTS If the Contract is awarded, Town will give successful Bidder a Notice of Award within fifteen after the day of Bid opening. The successful Bidder shall then execute and deliver, within ten (10) days after notification of the award, three (3) executed Agreements in the form provided by the Town. SPECIFICATIONS FUEL OIL The fuel oil described herein shall be suitable for heating schools and public buildings and shall conform to the requirements of ASTM D396 of the latest revision. In addition, the fuel shall be free of any undesirable substances in quantities sufficient to cause damage to or improper operation of the burners. DIESEL Diesel fuel must be suitable for the proper operation of internal combustion engines. The various characteristics required must conform to all applicable federal and state regulations. The diesel fuel herein specified shall be hydrocarbon oils, free from acid, grit, salt water and fibrous or other foreign matter, and shall conform to the requirements of ASTM D975 of latest revision. The awarded vendor(s) shall be responsible for ensuring the cold weather, trouble-free operation of equipment/vehicles. The addition of cold-flow additives, in accordance with industry standards, will therefore be required to meet such blending requirements at no additional cost. It should be noted that when available, usage estimates for winterized product have been added. GASOLINE Specifications for mid-grade gasoline shall conform in all respects to ASTM D4814 of latest revision. For mid-grade no-lead gasoline, the octane rating shall be no less than 89. All gasoline must be Reformulated Gasoline in compliance with both Federal Standards as developed by the Environmental Protection Agency, and all applicable sections of the Connecticut General Statutes. 3

ESTIMATED QUANTITIES The facility locations, address, product type and estimated allocation to be delivered for the contract period are provided in the table below. Location Facility Address Product Estimated Allocation (Gallons) Department of Public Works 937 Trumbull Highway Diesel Fuel 46,000 Department of Public Works 937 Trumbull Highway Mid-Grade 18,000 Gasoline Department of Public Works 937 Trumbull Highway Fuel Oil 2,000 Fire Safety Complex 23 Goshen Hill Road Fuel Oil 6,000 (500 Tank) and (1,000 Tank) Jonathan Trumbull Jr. Museum 780 Trumbull Highway Fuel Oil 1,600 Board of Education Elementary School Middle School High School 479 Exeter Road 891 Exeter Road 917 Exeter Road Fuel Oil 80,000 The Bidder shall submit unit pricing based on the Total Estimated Allocation provided in the table below. The Town will be granted a +0% variance in allocation overage for the delivery period specified and a -5% for gallons not consumed. Product Total Estimated Allocation (Gallons) Fuel Oil 89,600 Diesel Fuel 46,000 Mid-Grade Gasoline 18,000 Tank sizes are listed below: Fire Safety Complex 500 gal tank and 1,000 gal tank (heating oil) Board of Education Elementary School 8,500 gal tank (heating oil) Board of Education Middle School 7,500 gal tank (heating oil) Board of Education High School 8,500 gal tank (heating oil) Department of Public Works 5,000 gal tank (diesel) Department of Public Words 1,000 gal tank (gasoline) Department of Public Works 1,000 gal tank (heating oil) Jonathan Trumbull Jr. Museum 275 gal tank (heating oil) 4

DELIVERY Bidder agrees to prepare and submit an anticipated automatic delivery schedule to the Town for each fuel type and facility for review and approval prior to execution of the contract. For the duration of the contract the bidder shall monitor delivery schedules and fuel quantities and adjust the schedule as necessary. Further, Bidder agrees to make requested deliveries within 48-hours following notification that fuel is needed. If, as a result of a Bidder s failure to deliver in accordance with the automatic delivery schedule, within the agreed time interval following notification, or in accordance with any part of the specifications included herein (e.g., unacceptable product), and damage results, the vendor agrees to compensate the Town for such damages. Restitution will be required should: damage result from freezing (due to a lack of heat) or should the Town incur additional costs from purchasing heating oil or diesel from an emergency source. If the Town should either require a same day delivery, or requests a delivery scheduled outside of our normal working hours, the Bidder reserves the right to add a surcharge for the cost of providing an emergency delivery if one is requested. Bidder shall provide monthly reports of deliveries by location, gallons delivered and price. PAYMENT PROCEDURES Payment terms are net 30 days. If payments are received later than 30 days from the date of delivery, finance charges may be assessed at a rate of 1% per month plus collection fees if necessary. In the event payment is not received from the Town and Board of Education in accordance with the Terms provided herein, payment in full of any obligations of Buyer to Seller shall be given by Buyer before further deliveries are made. The Town of Lebanon hereunder shall give Seller upon requesting advance payment or security satisfactory to Seller if payments are not made within the specified terms listed above and Seller may withhold deliveries until such payment or security is received. TAXES The Town of Lebanon is exempt from the payment of any sales, excise or federal transportation taxes. The bid prices must be exclusive of taxes. Currently, the following taxes are applicable to purchases by municipalities. a. NORA (National Oil heat Research Alliance) Assessment of $0.0020 cents per gallon applies to purchases of fuel oil used for heating. b. LUST tax (Leaking Underground Storage Tank) at $0.0010 cents per gallon and the SPILL RECOVERY FEE OF $0.0021 apply to #2 Heating Oil, Diesel Fuel, and $0.0019 for Gasoline. c. CT Gross Receipt Tax, currently only applicable on gasoline, is at an effective rate of 8.814% of the total sale. 5

FEES The Town agrees to pay Bidder the price established above for the indicated delivery location for all products up to the Total Estimated Allocation amount. If gallons actually purchased for any fuel product exceed 100% of gallons for that same product allocated for the Town, the Bidder reserves the right to bill the excess quantities at the stated Differential Price per gallon plus the New Haven average quotation for Reseller Rack Prices as published daily in OPIS for the date of delivery. If gallons actually purchased for any fuel product are less than 95% of gallons for that same product allocated for the Town, the Bidder reserves the right to offer one or all of the following options. The Town reserves the right to accept or reject any and all options. a. Extend the fixed price contract at the same terms and conditions until the actual gallons used are at least 95% of the total gallons allocated. b. Liquidate the remaining fuel quantities up to 95% of the original contract amount at the stated Differential Price per gallon plus the New Haven average quotation for Reseller Rack Prices as published daily in OPIS for the date of delivery. Should market prices be lower than the original contract unit price(s) at the time of liquidation, the Town of Lebanon shall pay the Bidder the difference (if any) between the value of the original contract and the liquidated fuel as applicable to unallocated gallons up to 95%. c. Terminate the contract without additional fees. 6

State of: ) County of: ) says that: Signed: NON-COLLUSION AFFIDAVIT ) SS: ; being first duly sworn, deposes and 1.) He is the owner, partner, officer, representative or agent of the Bidder that has submitted the attached Bid: 2.) He is fully informed regarding the preparation and contents of the attached Bid and of all pertinent circumstances regarding such Bid: 3.) Such Bid is genuine and is not a collusive or sham Bid: 4.) Neither the said Bidder nor any of its officers, partners, owner, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any Bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage with the Town of Lebanon or any person interested in the proposed Contract. 5.) The price quoted in the attached Bid is fair and proper and is not tainted by collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest. Title: Subscribed and sworn before me this day of, 20. Notary Public: My Commission expires, 7

BID PROPOSAL Bidder agrees to the Terms and Conditions listed herein, and proposes to sell to the Town of Lebanon the following fuel products and quantities during the Period starting on July 1, 2018 and ending June 30, 2019 at the proposed unit cost per gallon specified below. All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. Prices bid shall apply throughout the term of the contract and will be construed as allinclusive. Product Estimated Allocation (Gallons) Proposed Unit Cost per Gallon (Exclusive of applicable taxes) Fuel Oil 88,400 Diesel Fuel 46,000 Mid-Grade Gasoline 15,000 If gallons actually purchased for any fuel product exceed 100% of gallons for that same product allocated for the Town, or if gallons actually purchased for any fuel product are less than 95% of gallons for that same product allocated for the Town, the Bidder reserves the right to add a Differential Price per gallon to the New Haven average quotation for Reseller Rack Prices as published daily in OPIS for the date of delivery or liquidation. The Bidder proposes a Differential Price per gallon as specified below. Proposed Differential Price = per gallon If the Town should either require a same day delivery, or requests a delivery scheduled outside of our normal working hours, the Bidder proposes the surcharge specified below for the cost of providing an emergency delivery if one is requested. Emergency Delivery Surcharge = per delivery Submitted by: Company Name: Phone: [Please Print] [Please Print] Company Address: Signature: Date: Telephone: Email Address: 8