NOT AN ORDER. OFFICIAL TITLE: DATE TERMS F.O.B. DATE SHIPMENT CAN BE MADE SHIPMENT VIA Delivered

Size: px
Start display at page:

Download "NOT AN ORDER. OFFICIAL TITLE: DATE TERMS F.O.B. DATE SHIPMENT CAN BE MADE SHIPMENT VIA Delivered"

Transcription

1 DOUGLAS COUNTY PURCHASING DEPT FARNAM STREET 902 Omaha-Douglas Civic Center OMAHA, NE FAX # DATE DELIVERY REQUEST FOR QUOTATION ON: CITY OF OMAHA Spring Clean-Up Appliance and Scrap Metal Recycling Services NOT AN ORDER REPLY NOT LATER THAN REQUISITION NO. DEPARTMENT REQUIRED: ASAP 11:00 a.m. CST on Monday, February 12, 2018 Public Works COMPANY NAME: L Please quote on this form your best price, terms, and delivery on the articles described below. Vendor must fill in all requested information to receive consideration. Sign your firm name and official signature and mail completed form back to buyer. ADDRESS:. WE QUOTE YOU AS BELOW PHONE#: CITY / STATE:. FAX#: Submitted by (print): ZIP CODE:. SIGNATURE: OFFICIAL TITLE: DATE TERMS F.O.B. DATE SHIPMENT CAN BE MADE SHIPMENT VIA Delivered QUANTITY DESCRIPTION UNIT PRICE AMOUNT Contractor(s) to provide all labor, services and equipment necessary to lawfully accept, process and recycle the appliances and scrap metal generated in conjunction with the Spring Clean-Up 2018 program per the attached specifications. Questions regarding this quote must be received by 11:00 am on Thursday, February 8, 2018, and should be sent via to bidquestions@douglascounty-ne.gov. Vendor must include the quote title and opening date in the subject line. Quotes must be received and date stamped no later than the date and time specified above. BUYER: Tara Holmstedt Tara.Holmstedt@douglascounty-ne.gov All bidders awarded a contract in the amount of $5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Rights & Relations Department the Contract Compliance Report (Form CC-1). This report shall be in effect for 24 months from the date received by the Human Rights & Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights & Relations Department at (402) Return this quotation to Purchasing Department by fax at (402) OR mail to above address.

2 DOUGLAS COUNTY REQUEST FOR QUOTATION ON: CITY OF OMAHA - Spring Clean-Up Appliance and Scrap Metal Recycling Services NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION Base Bid: Lawful receipt, processing, and recycling of appliances and scrap metal per specifications. Freon containing appliances Non-Freon containing appliances Cost per each unit: Cost per each unit: $ $ Optional Bid: The optional transportation bids shall be lump sum dollars for only the hauling of appliances and scrap metal to the contractor's site per specifications. Two (2) roll-off trucks, two (2) licensed drivers, and five (5) thirty cubic yard (30 cy) containers. Lump Sum Daily Bid: $ Shared Revenue Bid: The dollar amount, per ton, the Contractor will pay the City of Omaha for total appliances and scap metal received. Dollars/Ton Shared: $ Additional Required Information: Location of Receiving Site: Indicate maximum number of 30 cubic yard (30 cy) loads your facility could receive on each Saturday for this project. Thirty cubic yard (30 cy) containers: SIGN ALL COPIES Firm By Title CONTINUATION SHEET

3 DOUGLAS COUNTY REQUEST FOR QUOTE ON: CITY OF OMAHA - Spring Clean-Up Appliance and Scrap Metal Recycling Services NOT AN ORDER Page 3 DESCRIPTION Vendor Restrictions: From the date the bid is issued until a determination is announced regarding the selection of the contractor, contact regarding this project between potential consultants/vendors/contractors and individuals employed by the City of Omaha (Omaha) is restricted to only written communication with the person designated as the point of contact for this bid. Once a contractor is preliminarily selected, that contractor is restricted from communicating with Omaha employees with the exception of employees designated to negotiate, discuss or finalize a contract. Violation of this condition may be considered sufficient cause to reject a contractor s proposal and/or selection irrespective of any other condition. Conflict of Interest: Pursuant to Section 8.05 of the Home Rule Charter and all state and local rules, CONTRACTOR assures City of Omaha (CITY) that no elected Official or any officer or CITY employee shall have a financial interest, direct or indirect, in any CITY agreement. In the performance of this agreement, CONTRACTOR will avoid all conflicts of interests or appearances of conflict of interest. CONTRACTOR will report any conflict of interest immediately to the CITY. CONTRACTOR did not and will not provide any money or other benefit of any kind to any CITY employee in the procuring of, facilitation of, and execution of or during the duration of this Agreement. Drug Free Policy: CONTRACTOR assures City of Omaha that CONTRACTOR has established and maintains a drug free workplace policy. Unavailability of Funding: Due to possible future reductions including but not limited City of Omaha (CITY), State and/or Federal appropriations, the CITY cannot guarantee the continued availability of funding for this Agreement, notwithstanding the consideration stated in this Agreement. In the event funds to finance this Agreement become unavailable either in full or in part due to such reduction in appropriations, the CITY may terminate the Agreement or reduce the consideration upon notice in writing to Contractor. The notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The CITY shall be the final authority as to the availability of funds. The effective date of such Agreement termination or reduction in consideration shall be specified in the notice as the date of service of the notice or the actual effective date of the CITY, State and/or Federal funding reduction, whichever is later. Provided, that reduction shall not apply to payments made for services satisfactorily completed prior to the effective date. In the event of a reduction of consideration, Contractor may cancel this Agreement as of the effective date of the proposed reduction upon the provision of advance written notice to CITY. PAYMENT TERMS: Net 30 payment terms shall apply to all invoices billed to the City of Omaha. Payment of invoice amount will occur within 30 days following receipt of invoice or receipt of goods/services, whichever is later. Solid Waste Disposal: Pursuant to an Interlocal agreement between the City of Omaha (Res. 124) and Douglas County (Res. 85) dated January 31, 2012, all solid waste collected and /or processed pursuant to City or County contracts is required to be taken to the Douglas County Pheasant Point Landfill and/or any other transfer station, MRF or disposal facility controlled by the City and/or the County. This includes trash, rubbish, construction, and other solid waste. This is a requirement that will not be waived. C&D, hazardous waste, untreated medical waste, and asbestos would be exempt from this directive, as would recycled materials. SIGN ALL COPIES Firm By Title CONTINUATION SHEET

4 DOUGLAS COUNTY REQUEST FOR QUOTATION ON: CITY OF OMAHA - Spring Clean-Up Appliance and Scrap Metal Recycling Services NOT AN ORDER Page 4 BID CLAUSES - TERMS AND CONDITIONS INSURANCE: Each bidder must provide a Certificate of Insurance with their bid documents which details their current levels of coverage. FOLLOWING AWARD OF CONTRACT: For City projects where the scope of work will be less than $200,000.00, it is required that the awarded contractor provide a Certificate of Insurance meeting or exceeding the following levels of insurance: (1) adequate workers compensation (statutory); (2) commercial general liability in an amount not less than $250,000 for any person for any number of claims arising out of a single occurrence and not less than $500,000 for all claims arising out of a single occurrence; and (3) property damage insurance in an amount not less than $500,000; and naming CITY OF OMAHA as an additional insured, except for Workers Compensation policies/certificates, for the term of the agreement. Certificates of Insurance are required before service begins. INDEPENDENT VENDOR: Both parties understand and agree that (vendor) is an independent vendor under the provisions of this Agreement and not employed by or otherwise affiliated with Douglas County (COUNTY) or the City of Omaha (CITY). Employees of vendor (if any) are not employees of COUNTY/CITY. Each Party shall pay all wages, salaries and other amounts due its employees and shall be responsible for all reports, obligations, and payments pertaining to social security taxation, income tax withholding, workers compensation, unemployment compensation, group insurance coverage, collective bargaining agreements or any other such similar matters. Both parties understand and agree that vendor is solely responsible for acquiring and maintaining, for the term of this Agreement, adequate general and special liability insurance, including but not limited to workers compensation insurance, sufficient to protect vendor s ability to complete performance under this Agreement. Neither Party shall have any authority to bind the other by or with any contract or agreement, nor to impose any liability upon the other. All acts and contracts of each shall be in its own name and not in the name of the other. SIGN ALL COPIES Firm By Title CONTINUATION SHEET

5 DOUGLAS COUNTY REQUEST FOR QUOTATION ON: CITY OF OMAHA - Spring Clean-Up Appliance and Scrap Metal Recycling Services NOT AN ORDER Page 5 BID CLAUSES - TERMS AND CONDITIONS Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev. Stat , the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee, or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions, or privileges of employment because of the race, color, religion, sex, disability, or national origin of the employee or applicant. New Employee Work Eligibility Status (Neb. Rev. Stat ) The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor s lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE) Program. The Contractor understands and agrees that lawful presence in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat SIGN ALL COPIES Firm By Title CONTINUATION SHEET

6 Responsible Contractor Compliance Form RC Regulation: A. Article IV, Division I of Chapter 10 of the Omaha Municipal Code thereon require: 1. That all contractors who submit a bid to City of Omaha shall designate a representative who on behalf of the Contractor, shall fill out completely a Responsible Contractor Compliance Form (RC-1). An incomplete or unsigned RC-1 form will make your bid null and void. 2. Filing this Report (please initial in the boxes below): Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully authorized to perform employment in the United States and that the Contractor and all subcontractors shall use E-Verify to determine work eligibility. Contractor agrees that Contractor will not knowingly violate Nebraska s Misclassification of Employee law (Neb. Rev. Stat. Section et seq.). Contractor agrees that Contractor will not knowingly violate Nebraska s Fair Labor Standards Law (Neb. Rev. Stat. Section et seq.). Contractor has not been convicted of any tax violations (local, State and Federal) within the last three years from the date this bid is submitted. Contractor has not, upon final determination by the Occupational Safety and Health Administration, been convicted of a criminal, repeat, or willful violation of the Occupational Safety and Health Act (OSHA) or been convicted of 3 (three) separate serious OSHA violations within the past three (3) years. Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project comply with the provisions of the Responsible Contractor Compliance Form RC-1. Signature Date By signing, I verify on behalf of the Contractor that the information above is true and correct. Filing false information carries a penalty of up to a $500 fine or six months in jail. In addition, the contractor and subcontractors can be subject to immediate disqualification and prohibited from any future City of Omaha contract for a period of 10 years.

7 EMPLOYEE CLASSIFICATION ACT: Each contractor who performs construction or delivery service pursuant to this contract shall submit with their bid submission an affidavit attesting that (1) each individual performing services for such contractor is properly classified under the Nebraska Employee Classification Act, 2010 LB 563 ("the Act"); (2) such contractor has completed a Federal I-9 Immigration form and has such form on file for each employee performing services; (3) such contractor has complied with Neb. Rev. Stat. Section (Federal Immigration Verification System--E- Verify); (4) such contractor has no reasonable basis to believe that any individual performing services for such contractor is an undocumented worker; and (5) as of the time of the contract, such contractor is not barred from contracting with the state or any political subdivision pursuant to the Act. The contractor shall follow the provisions of the Act. A violation of the Act by a contractor is grounds for rescission of the contract by City of Omaha/Douglas County. CONTRACTOR shall follow the provisions of the Employee Classification Act (Act). A violation of the Act will be a material breach and, in addition to any other remedies, be grounds for immediate contract rescission. If CONTRACTOR is performing construction or providing delivery service, CONTRACTOR shall submit an affidavit that complies with the Act. CONTRACTOR will also ensure that all subcontractors performing services for Contractor will also complete affidavits that comply with the Act. Contractor shall submit the affidavit(s) with their bid submission. The affidavit must be provided before work or services are undertaken. Following award, if CONTRACTOR changes or adds additional subcontractors, CONTRACTOR shall ensure that the subcontractor provides an Employee Classification Act affidavit to Douglas County Purchasing Department before that subcontractor begins work or services. Subcontractor affidavits should be mailed to: Douglas County Purchasing Agent, 1819 Farnam St. Rm 902, Omaha NE FAIR LABOR STANDARDS: CONTRACTOR agrees to maintain FAIR LABOR STANDARDS as defined in Neb. Rev Stat CONTRACTOR has filed with Douglas County (City/County Purchasing) a statement that it is complying with and will continue to comply with, fair labor standards as provided in Neb. Rev. Stat & In addition, CONTRACTOR assures County that it will continue to comply with statutory fair labor standards throughout its performance under this contract.

8 AFFIDAVIT FOR EMPLOYEE CLASSIFICATION ACT & FAIR LABOR STANDARDS I,, being first duly sworn under oath, state and depose as follows: 1. I am competent to testify to, and have personal knowledge of, the matters stated in this affidavit. 2. I am (a contractor) or (the authorized agent of the contractor) for Company, (hereinafter Contractor ). I attest to the following: (a) each individual performing services for Contractor is properly classified under the Nebraska Employee Classification Act, ( the Act ), (b) Contractor has completed a federal I- 9 immigration form and has such form on file for each employee performing services, (c) Contractor has complied with Neb. Rev. Stat (use of federal immigration verification system), (d) Contractor has no reasonable basis to believe that any individual performing services for Contractor is an undocumented worker, (e) as of the time of the contract, Contractor is not barred from contracting with the state or any political subdivision pursuant to the Act, and (f) Contractor is complying with and will continue to comply with, fair labor standards as provided in Neb.Rev.Stat & , as applicable and as amended hereinafter. Contractor will also ensure that all subcontractors execute affidavits in compliance with the Act. FURTHER AFFIANT SAYETH NAUGHT. Affiant (Contractor) SUBSCRIBED AND SWORN TO before me this day of, 20. Notary Public

9 SPECIFICATIONS FOR PROVIDING APPLIANCE AND METALS RECYCLING SERVICES FOR SPRING CLEAN-UP 2018 I. Purpose and Scope Beginning in the Spring of 2018, the City of Omaha again will be funding compactor trucks and a limited number of roll-off containers to participating Neighborhood Associations in conjunction with Omaha s Spring Clean-up Program. The 2018 Program will be very similar to that of Depending upon the availability and costs of contractor equipment, the Public Works Department will be coordinating the effort with the following goals: Thirteen to nineteen (13-19) sites per Saturday over six (6) weeks Begin collection events at 9:00 AM Group Collection sites regionally for each of the collection days General rubbish will be collected in compactor trucks and disposed of at the Douglas County landfill Roll-off containers for appliances and scrap metal at one site for each collection day The City of Omaha is also releasing separate bid documents related to SPRING CLEAN- UP 2018, to request bids for the hauling of rubbish and tires from the cleanup sites. It is the intent of this contract that the successful bidder, hereinafter "Contractor, shall provide all labor, services and equipment necessary to lawfully accept, process and recycle the appliances and scrap metal generated in conjunction with the 2018 Program. The term appliances shall mean clothes washers and dryers, water heaters, heat pumps, air conditioners, dehumidifiers, refrigerators, freezers, trash compactors, dishwashers, conventional ovens, ranges, stoves and wood stoves. Per the bid proposal sheet, the City of Omaha will also consider proposals to include under this contract the transportation of appliances and scrap metal from the assigned cleanup sites to the Contractor s processing site. The contract will be awarded based on the lowest and best overall bid received on this and other contract proposals. The City of Omaha may award a contract for recycling only or for transporting and recycling. The City of Omaha reserves the right to reject all bids. II. Information to Bidders The City of Omaha has limited historical data from which to project the composition or quantities of appliances and scrap metal that will be generated from the 2018 Program. The tables on the following page are summaries from 2015, 2016 and However, the City of Omaha can make no minimum or maximum guarantees on the quantities or the composition of material that will be generated in The successful bidder for this Contract shall be required to properly handle, to the reasonable satisfaction of the City of Omaha, all appliances and scrap metal delivered on each cleanup day at the contracted bid prices. Non-appliance scrap metal will be commingled with appliances, and the City of Omaha will not pay any cost for this component. This contract shall provide the successful bidder with exclusive rights only to all appliances and scrap metal delivered to the City of Omaha s designated collection site. Other Neighborhood Associations may independently operate metal recycling locations. The successful bidder may enter into agreements with other such Neighborhood Associations but shall not state or imply that they have any exclusive rights or any City of Omaha Page 1 of 7

10 endorsement for recycling from sites other than those designated by the City of Omaha. Any such agreement with a Neighborhood Association shall in no way diminish the Contractor s dedication of personnel and equipment specified in this contract. The City of Omaha shall have no responsibility for coordinating or financing collections from sites other than those it designates. In the past, due to higher than expected prices from brokers purchasing scrap metals, bidders have offered a $0 (zero) dollar bid for these described services to the City of Omaha; both for hauling AND processing of scrap appliances and metals. The 2013 bid was awarded to a hauler/processor that offered the City of Omaha a portion of the revenue from the total tonnage collected each week. As described above, the City of Omaha makes no guarantee as to the quantity of material that may be generated at any given site. The bid proposal sheet below asks the bidder to offer payment to the City of Omaha for a portion of the revenue generated from the sale of materials Appliance and Scrap Metal Summary Date Site Freoncontaining Appliance Total Non-Freon Appliances Number of Hook trucks required Number of Roll-offs per truck required April 22, 2017 Lee Valley Neighborhood Lee Valley Pool Charles St. (1500 N) April 29, 2017 May 6, 2017 May 13, 2017 May 20, 2017 Spring Lake Neighborhood South High School parking lot - 23 rd & J St. (4500 S) Benson Gardens Neighborhood Hillside School 7500 Western Ave Pheasant Run Neighborhood Millard South HS west parking lot Q St. (5200 S) Conestoga Place Homeowners Conestoga Magnet Center 2115 Burdette St. (2200 N) CUO 2017 Totals Page 2 of 7

11 2016 Appliance and Scrap Metal Summary Date April 16, 2016 April 23, 2016 April 30, 2016 Site Spring Lake Neighborhood South High School parking lot - 23 rd & J St. (4500 S) Pheasant Run Neighborhood Millard South HS west parking lot Q St. (5200 S) Benson Gardens Neighborhood Hillside School 7500 Western Ave Lee Valley Neighborhood Lee Valley Pool - May 7, Charles St. (1500 N) May 14, 2016 May 21, 2016 Conestoga Place Homeowners Conestoga Magnet Center 2115 Burdette St. (2200 N) Paddock Road Community Paddock Road Elementary School 3535 Paddock Rd Freoncontaining Appliance Total Non-Freon Appliances Number of Hook trucks required Number of Roll-offs per truck required CUO 2016 Totals Page 3 of 7

12 2015 Appliance and Scrap Metal Summary Date April 11, 2015 April 18, 2015 April 25, 2015 May 2, 2015 May 9, 2015 May 16, 2015 Site Spring Lake Neighborhood South High School parking lot - 23 rd & J St. (4500 S) Conestoga Place Homeowners Conestoga Magnet Center 2115 Burdette St. (2200 N) Metcalf-Harrison Neighborhood Kelley s Hilltop Bowl parking lot Hamilton St. (1400 N) Lee Valley Neighborhood Lee Valley Pool Charles St. (1500 N) Pheasant Run Neighborhood Millard South HS west parking lot Q St. (5200 S) City Sponsored The Sewer Maintenance Facility 6880 Q St. (5200 S) Freoncontainin g Appliance Total Non-Freon Appliances Number of Hook trucks required Number of Roll-offs per truck required n/a n/a CUO 2015 Totals Page 4 of 7

13 III. Schedule and Term 1. The term of this contract shall be for a period of six (6) weeks, beginning on April 14, 2018, and ending on May 19, However, the City of Omaha reserves the sole option to cancel or suspend the contract at any time with 14 days advance notice to the Contractor. 2. The City will enroll Neighborhood Associations and will establish the collection areas for the following six (6) dates: April 14, 2018 April 21, 2018 April 28, 2018 May 5, 2018 May 12, 2018 May 19, Bids for appliance recycling shall be evaluated on the basis of the unit prices for lawfully receiving, processing, and recycling of appliances and scrap metal generated at the City of Omaha s designated collection sites. As an example, appliances containing a refrigerant may be bid at a higher price per appliance due to the cost of removing the refrigerant prior to recycling the metals and plastics of the appliance. In addition, non-refrigerated appliances may be bid at a lower price as there are no additional costs for disassembling and recycling the materials. 4. Bids for shared revenue shall be evaluated on the basis of dollars per ton offered by the bidder to the City of Omaha for total tonnage of each load received. The bidder will provide the City of Omaha with a copy of a dated and time stamped ticket from a certified scale for each load received. 5. The optional transportation bids shall be lump sum dollars for two (2) compactor trucks, two (2) drivers and up to five (5) containers with a minimum thirty cubic yard (30 cy) capacity per day as outlined on the attached bid proposal sheet. 6. Once the bids are opened, the City of Omaha will establish a schedule to accomplish the Program at a minimum cost to the City of Omaha. As many contracts as necessary to complete the work will be awarded. Each Contractor will be paid at their bid price, regardless of the price bid by other contractors. Bid prices will not be adjusted for inflation or fluctuation in fuel prices that may occur between the time of bid and the time of rendering services or materials under the contract. IV. Specific Requirements for Recycling 1. The Contractor shall receive materials from the cleanups at a lawfully zoned and permitted site within approximately thirty (30) minutes travel time from 72 nd and Dodge Street. The location of the receiving site must be identified on the BID PROPOSAL SHEET. 2. The Contractor shall be open for receiving material by 9:00 AM and remain open until at least 4:30 PM on each clean-up day. Page 5 of 7

14 3. Sufficient space shall be maintained throughout the day to allow safe, timely and lawful offloading of containers at the Contractor s site. 4. The Contractor shall handle and process all appliances and other materials received in a manner that complies with all applicable federal, state and local rules, regulations and requirements, including but not limited to EPA requirements for Freon removal. 5. The City of Omaha shall provide an inspector at the neighborhood cleanup site to help monitor materials placed in the container for recycling and to maintain a log of the number and type of appliances delivered in each load. 6. The Contractor shall be provided with the log of appliances loaded, and shall base his monthly invoice to the City of Omaha from these records. Should the Contractor dispute the City of Omaha s count, he may present documentation to the City of Omaha. The City of Omaha agrees to work in good faith to equitably resolve any such differences. 7. Contractor processing shall be done in a manner that maximizes recycling, and the Contractor shall lawfully dispose of all non-recyclable residue at no additional cost to the City of Omaha. 8. The successful bidder must have available a scale for the weighing of incoming materials, the City of Omaha may require that the Contractor to provide, at no additional cost to the City of Omaha, information on the weight of materials received. V. Specific Requirements for Transportation (bid optional) 1. The optional transportation bids shall be lump sum dollars for two (2) compactor trucks, two (2) drivers, and up to five (5) containers with a minimum thirty cubic yard (30 cy) capacity per day as outlined on the attached bid proposal sheet. 2. Collection sites will operate from 9:00 AM to 2:00 PM. The City of Omaha reserves the right to require the Contractor, at no additional cost to the City of Omaha, to continue collection until 3:00 PM. 3. The Contractor will be supplied with a location of the collection site for each clean-up date a minimum of two weeks in advance. The Contractor shall have at least one empty container off-loaded at the collection site by 8:45 AM and is required to have both scheduled trucks at the assigned collection sites by 9:00 AM. All containers shall arrive empty and in operable condition and must be removed from the sites by no later than 4:00 PM that same day. 4. The Contractor shall provide a point of contact for the City of Omaha that will remain available by phone throughout the clean-up day. The Contractor also shall maintain radio or cell phone communication with each of his trucks and cooperate with the City of Omaha site coordinator to move compactor trucks and/or change out containers throughout the day as directed by the City of Omaha. 5. The two (2) trucks and two (2) drivers servicing roll-off containers shall be dedicated solely to the designated Clean-up Omaha appliance site from 9:00 AM to 3:00 PM for the clean-up day. Filled containers shall be promptly emptied and returned to the assigned collection site, unless dismissed or otherwise directed by the City of Omaha s representative. 6. The Contractor s drivers shall review the City of Omaha inspector s appliance count prior to transporting each load and the driver and inspector shall attempt cooperatively to resolve any discrepancies. Page 6 of 7

15 7. The Contractor shall cooperate with the City of Omaha and its representatives to maximize program efficiency and to avoid disruption of operations at each collection site. 8. The Contractor shall provide equipment operators properly licensed under state law and all equipment shall be maintained and operated in accordance with all applicable laws and regulations. 9. All vehicles and equipment used in the performance of the contract shall be owned or leased by the Contractor and the Contractor shall indemnify and save harmless the City of Omaha, its officers, employees, agents and representatives from all claims, suits or actions of every kind and character made upon or brought against the said City of Omaha, its officers, employees, agents and representatives for or on account of any injuries or damages received or sustained by any party or parties by or from the acts of the said Contractor or its servants, agents, representatives, and subcontractors, in doing the work herein contracted for, or by or in consequence of any negligence in guarding the same or any improper material used in its performance, or by or on account of any act or omission of said Contractor or its servants, agents, representatives, and subcontractors, and also from all claims of damage for infringement of any patent in fulfilling this Contract. VI. Payment The Contractor shall submit monthly invoices to Omaha following any month in which work was performed. Invoices are to be submitted to the City of Omaha, Environmental Quality Division, 5600 S. 10 th Street, Omaha, NE Invoices need to specify services provided on each date. Copies of any requested scale tickets shall be included with the monthly invoice submittal. Should this be a revenue producing contract in favor of the City of Omaha, the City Omaha will invoice the Contractor monthly based on the scale tickets provided to the City of Omaha by the Contractor. VII. Evaluation of Bids All bids will be evaluated on the basis of the lowest and best bid price and other pertinent information. For the purpose of price comparison, the City of Omaha will assume a total of one hundred fifty (150) appliances per clean-up day, with a composition of fifty (50) Freon appliances, and one hundred (100) Non-Freon appliances. Again, no actual minimum or maximums are guaranteed. Non-appliance scrap metal will be commingled with appliances, and the City of Omaha will not pay any cost for this component. Page 7 of 7

DATE DELIVERY REPLY NOT LATER THAN REQUISITION NO. DEPARTMENT. OFFICIAL TITLE: DATE TERMS F.O.B. DATE SHIPMENT CAN BE MADE SHIPMENT VIA Delivered

DATE DELIVERY REPLY NOT LATER THAN REQUISITION NO. DEPARTMENT. OFFICIAL TITLE: DATE TERMS F.O.B. DATE SHIPMENT CAN BE MADE SHIPMENT VIA Delivered DOUGLAS COUNTY PURCHASING DEPT. 1819 FARNAM STREET 902 Omaha-Douglas Civic Center OMAHA, NE 68183-0902 FAX #402-444-5423 DATE DELIVERY REPLY NOT LATER THAN REQUISITION NO. DEPARTMENT REQUIRED: ASAP 11:00

More information

DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET BID ON: CITY OF OMAHA - De-Icing Material

DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET BID ON: CITY OF OMAHA - De-Icing Material DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET BID ON: CITY OF OMAHA - De-Icing Material HH RETURN BIDS TO: CITY CLERK Page 1 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF 5% LC-1

More information

DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET TOTAL BID:

DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET TOTAL BID: RETURN BIDS TO: Published: April 11, 2018 Page 1 CITY CLERK 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5% LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED

More information

DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: DOUGLAS COUNTY COURIER SERVICES

DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET ON: DOUGLAS COUNTY COURIER SERVICES RETURN BIDS TO: Published: June 13, 2018 & June 20, 2018 CITY CLERK Page 1 1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF LC-1 Omaha-Douglas Civic Center $3,000.00 Omaha, NE 68183

More information

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements Sealed bids will be received at Kearney City Hall, Kearney, Missouri, 100 East Washington, Kearney, MO 64060, on or before 2:00

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF Request for Bids Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF Bid Due Date: Thursday, August 11, 2016 Time: 2:00 P.M. ONONDAGA COUNTY RESOURCE RECOVERY

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

Note: Contracts for Services are public records which are generally subject to statutory public disclosure and public website posting requirements.

Note: Contracts for Services are public records which are generally subject to statutory public disclosure and public website posting requirements. Cost Center: For College Office Use Only: Note: Contracts for Services are public records which are generally subject to statutory public disclosure and public website posting requirements. CONTRACT FOR

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO ADVERTISEMENT FOR BIDS Water Plant Backup Generators City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, December

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER:

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER: REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER: 18-0094-5 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NO LATER

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

I. INTRODUCTION GENERAL INFORMATION

I. INTRODUCTION GENERAL INFORMATION FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL CONVENIENCE CENTER HAULING CONTRACT FOR THE FRANKLIN COUNTY SOLID WASTE DEPARTMENT I. INTRODUCTION The Franklin

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

More information

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services The City of Blue Springs, Missouri, Engineering Department, invites you to submit a proposal and statement of qualifications regarding Professional Engineering and Construction Services for the 2014 Sni-A-Bar

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Requisition and Proposal Project Name Annual Litter Removal Event Project# 10378 Task # 1 1 P age To: Prospective Bidders Date: January 12, 2017 Please procure the following

More information

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR THIS AGREEMENT made and entered into this day of, 20, by and between hereinafter called the "Contractor" And hereinafter

More information

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 CARPET AND COVE BASE FOR DISTRICT BUILDINGS RFP# 2019-PUR-002 PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-002 District Buildings

More information

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 RESTROOM PARTITIONS FOR JAMES BRIDGER MIDDLE SCHOOL RFP# PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP # Proposal and deliver to the following

More information

RECYCLING & DISPOSAL OF WHITE GOODS

RECYCLING & DISPOSAL OF WHITE GOODS REQUEST FOR PROPOSAL (RFP) RECYCLING & DISPOSAL OF WHITE GOODS Issued: August 13, 2018 Due: 10 a.m., September 3, 2018 I. INTRODUCTION Metro Waste Authority (MWA) is seeking proposals from experienced,

More information

Request for Proposal For Scrap Metal Removal

Request for Proposal For Scrap Metal Removal Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal For Scrap Metal Removal Proposal Due: On or before June 21, 2018

More information

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526 CITY OF DAPHNE P.O. BOX 400 1705 MAIN STREET DAPHNE, ALABAMA 36526 RECYCLED CRUSHED CONCRETE AGGREGATE BID DOCUMENT #2018-L RECYCLED ROCK MATERIAL SUBMIT TWO (2) COPIES OF BID SUBMITTAL (One Original &

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Requisition and Proposal Project Name Annual Litter Removal Event Project# 10628 Task # 1 1 P a g e To: Prospective Bidders Date: January 7, 2019 Please procure the following

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

WHITE GOODS RECYCLING AND DISPOSAL SERVICES REQUEST FOR PROPOSALS

WHITE GOODS RECYCLING AND DISPOSAL SERVICES REQUEST FOR PROPOSALS WHITE GOODS RECYCLING AND DISPOSAL SERVICES REQUEST FOR PROPOSALS LANDFILL OF NORTH IOWA SOLID WASTE PLANNING AREA COMPRISED OF CERRO GORDO AND FRANKLIN COUNTIES, COMMUNITIES OF FOREST CITY, GARNER, GRAFTON,

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 PROPOSALS MUST BE MAILED OR DELIVERD TO: City of Kearney, Attn: Lauren

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER:

REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER: REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER: 18-0093-5 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NO LATER THAN:

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

SNOW REMOVAL. River Valley Community College - Keene Academic Center

SNOW REMOVAL. River Valley Community College - Keene Academic Center RVC15-04 REQUEST FOR PROPOSAL FOR: SNOW REMOVAL River Valley Community College - Keene Academic Center PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for River Valley Community

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

NOTICE IS HEREBY GIVEN

NOTICE IS HEREBY GIVEN Ontario County Purchasing Department 20 Ontario Street Canandaigua New York 14424 www.ontario.ny.us Phone 585-396-4442 Fax 585-396-4250 NOTICE IS HEREBY GIVEN that the County of Ontario (the County ) will

More information

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

Rutherford County Board of Education

Rutherford County Board of Education Rutherford County Board of Education Marvin D. Odom, Director of Schools 2240 Southpark Drive Murfreesboro, TN 37128 (615) 893-5812 phone (615) 904-3766 Fax The Rutherford County Board of Education requests

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES October 30, 2014 Kansas City Public Library 14 West 10 th Street Kansas City, Missouri 64105 Proposals will be accepted until: 11:00

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT REQUEST FOR PROPOSALS RFP#03 4712p SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT ISSUE DATE: MAY 17, 2017 ISSUING DEPARTMENT: MACON COUNTY FINANCE DEPARTMENT 5 WEST MAIN

More information

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 GENERAL TERMS: Vendor is defined as any entity that is contractually obligated to perform work on behalf of

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.

More information

City of Rolling Hills INCORPORATED JANUARY 24, 1957

City of Rolling Hills INCORPORATED JANUARY 24, 1957 City of Rolling Hills INCORPORATED JANUARY 24, 1957 NO. 2 PORTUGUESE BEND ROAD ROLLING HILLS, CA 90274 (310) 377-1521 FAX (310) 377-7288 Permit requirements and application for collection and disposal

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 www.habershamga.com REQUEST FOR PROPOSALS Habersham County Office of County Commissioners

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706)

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706) Revised Jan. 2015 FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA 30161 (706) 291-5118 FAX (706) 290-6099 INVITATION TO BID Date Issued: May 5, 2016 Bid Number:

More information

Sayreville Housing for Seniors Corporation Gillette Manor

Sayreville Housing for Seniors Corporation Gillette Manor Sayreville Housing for Seniors Corporation Gillette Manor 650 Washington Road Sayreville, NJ 08872 732-316-0177 732-721-0062 fax Request for Proposals Door Access Control Upgrades at Gillette Manor Sayreville,

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP # CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a

More information

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID BID DOCUMENTS FOR 2018-2019 SAND, GRAVEL & LIMESTONE BID CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 June 11, 2018 NOTICE TO BIDDERS 2018-2019 SAND, GRAVEL & LIMESTONE BID FOR THE CITY OF

More information

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: Wood Chips University of Maine System at Farmington RFB # 07-16

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: Wood Chips University of Maine System at Farmington RFB # 07-16 REQUEST FOR BIDS Administered by: Competitive Energy Services, LLC FUELS: Wood Chips University of Maine System at Farmington RFB # 07-16 ISSUE DATE: 8/12/2015 BIDS MUST BE RECEIVED BY: 8/20/2015 (See

More information

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 www.habershamga.com REQUEST FOR PROPOSALS Habersham County Office of County Commissioners

More information

MUST SUBMIT THIS PAGE WITH PROPOSAL

MUST SUBMIT THIS PAGE WITH PROPOSAL REQUEST FOR BIDS FOR THE CITY OF KEARNEY CEMETERY PUMPING STATION SUBMITTAL DUE DATE: 2:00 p.m., on Tuesday, November 15, 2018 BIDS MUST BE MAILED OR DELIVERED TO: City of Kearney, Attn: Lauren Brandt,

More information

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax: HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 Fax: 706-839-0219 www.habershamga.com REQUEST FOR PROPOSALS Habersham County is soliciting

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following: INVITATION TO QUOTE The Regional District of Fraser Fort George invites written quotations for the following: Sanding Services ES-15-12 Closing Date: Tuesday, November 10, 2015 (10:00 a.m.) PART 1: GENERAL

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F:

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F: GENERAL CONDITIONS OF PURCHASE: 1. Non-Exclusive: This Purchase Order is non-exclusive. City does not guarantee any minimum purchase other than as provided herein 2. Inspection and Acceptance: Vendor shall

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER

CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER Palm Beach County Department of Environmental Resources Management 2300 North Jog Road, 4 th Floor West Palm Beach, FL 33411-2743 Phone: 561-233-2400 Fax: 561-233-2414 REV. 02/2011 CONSTRUCTION SOLICITATION/QUOTATION/

More information

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 www.habershamga.com REQUEST FOR PROPOSALS Habersham County Office of County Commissioners

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 Wilmington, NC 28403 Telephone: (910) 798-7187 Fax: (910) 798-7806 Lisa Wurtzbacher, CPA Chief Financial Officer Barbara D. McClure,

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information