REQUEST FOR PROPOSALS CITY OF MARSHALL CRACK TREATMENT
|
|
- Meghan Austin
- 5 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS CITY OF MARSHALL CRACK TREATMENT The City of Marshall is requesting proposals for treating cracks in Hot Mix Asphalt within the City of Marshall. RFP due date/ Public Opening: Proposals are due by 1pm on July 9, 2018 City Hall- Council Chambers 323 W. Michigan Ave. Marshall, MI Scope of Work: The work consists of the treatment of cracks on designated streets within the City of Marshall in accordance with the 2012 MDOT Standard Specification for Construction, Section 502, Modified as attached and all other applicable sections and pertinent addendums. Contractor shall use materials listed in Table through in accordance with the MDOT Standard Specification and Section 804. Payment for Crack Treatment will be accordance with Section 502, Modified, attached. Work will be completed on the following streets, Major Streets will require Traffic Control: Major Streets (Requires Traffic Control Measures): Verona/Mansion St. from Plum St. to N. Kalamazoo Ave. Hanover St. from S. Kalamazoo Ave. to Grand St. Spruce St. from S. Kalamazoo Ave. to Eagle St. Hughes St. from S. Kalamazoo Ave. to S. Marshall Ave. N. Madison St. from E. Michigan Ave. to Prospect St. Local Streets: N. Division St. from Mansion St. to Forest St. Forest St. from N. Division St. to N. Madison St. Forest St. from N. Marshall Ave. to N. Gordon St. N. Gordon St. from Forest St. to dead-end N. Gordon St. from Prospect to Mansion St. High St. from Forest St. to Mansion St. Ferguson Rd. from Forest St. to Mann Rd. Allen Rd. from Forest St. to O Keefe Rd. Project Schedule: Award of Contract July 16, 2018 Construction/Completion Date: Fall 2018, weather depending 323 W. Michigan Ave. Marshall, MI p f cityofmarshall.com Instructions to proposers: Proposals must be typewritten or clearly printed in ink and signed by a dulyauthorized representative of the firm submitting the proposal. Proposals must be submitted in sealed envelopes, clearly marked on the outside, Crack Treatment. Proposals will be received by the City Clerk, City Hall, 323 W Michigan Ave, Marshall, Michigan 49068, 1:00 P.M. local time, July 9, All proposals will be date stamped and time marked. Proposals may not be faxed or ed.
2 The City of Marshall reserves the right to take other action before a contract is signed or a purchase order is approved; even after City Council accepts or approves the proposal. Proposals submitted in response to this invitation shall become the property of the City of Marshall and be a matter of public record and available for review. Communications regarding this proposal may be directed to Kristin Bauer, City Engineer; Director of Public Services, at Conditions applicable to proposal: Applicable Laws: The Ordinances and Charter of the City of Marshall and laws of the State of Michigan concerning competitive bidding, contracts and purchases will be employed. The City of Marshall does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in employment or the provisions of service. The proposal does not commit the City of Marshall to award a contract, to pay any costs incurred in the preparation of a response to this request, or to procure or contract for services. The City reserves the right, at its sole discretion, to terminate, suspend or amend this Agreement at any time upon seven (7) calendar day s written notice. The City is exempt from the payment of any federal excise or any Michigan sales tax (State of Michigan Sales Tax Exemption number: ). The price must be net, exclusive of taxes. Indemnification: The Contractor shall indemnify and hold harmless the City of Marshall, its council members, city manager, directors, employees and agents from and against all liabilities, claims, demands, causes of action of every kind and descriptions, damages, Losses and Litigation Expenses, including but not limited to attorney s fees though appeals, arising out of or resulting from the performance of work in this contract, providing that any such claim, demand, cause of action, damage, Loss or expense (1) is attributable to bodily injury, disease or death, or to injury to or destruction of property including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, anyone directly or indirectly employed by the Contractor, or anyone for whose acts for any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. This indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the contractor under workers or workmen s compensation acts, disability benefit acts or other employee benefit acts. Insurance: The Contractor shall, at its own expense, provide for the payment of Worker s Compensation benefits to its employees employed on or in connection with the work covered by this RFP, in accordance with applicable laws. The Contractor shall, at its own expense, carry and maintain Comprehensive General Public Liability Insurance with minimum limits of Bodily Injury of $500,000 per person, $1,000,000 per accident, $250,000 per occurrence of property damage. Blanket contractor and completed operations coverage shall be included with the same minimums. The Contractor shall, at its own expense, carry and maintain Comprehensive Auto Liability with the same limits as for General Public Liability. Liability coverage shall name City of Marshall as an additional insured.
3 The Contractor shall likewise require its subcontractors, if any, to provide for such benefits and carry and maintain such insurance at no expense to the City. Before commencement on the project contemplated herein, and at any time thereafter upon written request by the City, the Contractor shall furnish the City with a copy of certificates of insurance as evidence that policies providing the required coverage s and limits of insurance are in full force and effect. All insurance coverage furnished under this Contract, with the exception of Worker's Compensation and Employer s Liability, shall include the City, and employees as additional insured with respect to the activities of the Contractor and its subcontractors. Any certificate or certificates presented as evidence of insurance shall specify the date when such benefits and insurance expire. The Contractor agrees that said benefits and insurance shall be provided and maintained until after the entire work under the Contract has been performed and accepted. The Contractor shall provide the City at least thirty (30) days advance written notice prior to cancellation, termination, or material alteration of said policies of insurance. Changes and addenda to proposal documents: Information of change or addendum i s s u e d in relation to this document will be on file and available in the Office of the Purchasing Agent. In addition, to the extent possible, copies will be ed to each vendor registered as having received a set of documents. It shall be the proposer's responsibility to make inquiry as to the changes or addenda issued. All such changes or addenda shall become part of the contract and all proposers shall be bound by such addenda. Proposal results: All proposals submitted in response to this invitation shall become the property of the City of Marshall and be a matter of public record available for review. A proposal tabulation will be available for review after the proposal opening. Anti-Collusion: Any evidence of agreement or collusion among bidders and/or prospective bidders acting to illegally restrain freedom of competition by agreement to bid fixed prices, or otherwise, will render their offers void. PROPOSAL: The undersigned, having familiarized (himself/herself) with the Request for Proposal, the bidder shall examine the scope of work to be completed and shall completely familiarize (himself/herself) with existing conditions to be encountered, the difficulties and limitations involved in completing the project and all other factors affecting the work proposed with this project. The Contractor shall provide all necessary labor, transportation, meals, etc. to perform all the work and furnish all necessary material to complete plans outlined in the proposal. In submitting this proposal, it is understood and agreed by the undersigned that the right is reserved by the City to reject any or all proposals. It is further understood and agreed by the same undersigned that any qualifying statements, or conditions made to the above proposal, as originally published, as well as any interlineations, erasures, omissions, or entered wording obscure as to its meaning, may cause the bid to be declared irregular and may be cause for rejection of the bid.
4 Certification Regarding Debarment, Suspension and Other Responsibility Matters Primary Covered Transaction I. The prospective primary participant certifies to the best of its knowledge and belief, that it and all its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or committee; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification and (d) Have not within a three-year period preceding this application/proposal had one or more public transaction (Federal, State or local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any the statements in this certification, such prospective participant shall attach an explanation to this proposal. SIGNATURE OF PROPOSER TITLE NAME OF COMPANY ADDRESS CITY STATE. ZIP CODE. TELEPHONE FAX. . DATE Major Street Street Limits Centerline Meas. Verona/Mansion St. Plum St. to N. Kalamazoo 1,950 Ft Bid Amount Hanover St. S. Kalamazoo to Grand 388 Ft Spruce St. S. Kalamazoo to Eagle St. 800 Ft Hughes St. S. Kalamazoo to Marshall 2,670 Ft N. Madison St. Michigan Ave. to Prospect 830 Ft
5 Major Street Traffic Control 1 Lump Sum MAJOR STREET GRAND TOTAL: Local Street Street Limits Centerline Meas. N. Division St. Mansion St. to Forest St. 1,900 Ft Bid Amount Forest St. Division St. to Madison St. 290 Ft Forest St. Marshall Ave. to Gordon St 655 Ft N. Gordon St. Forest St. to Dead-end 1,100 Ft N. Gordon St. Mansion St. to Prospect St 410 Ft High St. Mansion St. to Forest St. 1,900 Ft Ferguson St. Forest St. to Mann Rd. 950 Ft Allen Rd. Forest St. to O Keefe Rd. 240 Ft LOCAL STREET GRAND TOTAL: NOTE: Due to budgetary restrictions streets may be removed from or added to this bid. City of Marshall Section 502, Modified. HMA CRACK TREATMENT Description. This work consists of treating cracks in Hot Mix Asphalt (HMA) surfaces using either a saw or rout and seal process or an overband process Materials. Provide materials in accordance with the following: Asphalt Binder Polyester Fibers A. Overband. Provide overband material as specified in subsection B.1 or subsection B Overband (Alternate 1). Provide a field-blended liquid mixture with the
6 following characteristics and proportions: a. Performance graded asphalt binder PG south of M-46 and PG north of M-46; b. Asphalt rubber product selected from the Qualified Product List, 5 percent by weight; and c. Polyester fibers, 5 percent by weight. If using field mixed material, add the polyester fibers to the polymer modified asphalt cement and mix in the kettle. Do not allow field mix material to exceed 400 F. 2. Overband (Alternate 2). Provide an asphalt rubber product selected from the Qualified Product List. Do not allow prepackaged material to exceed 400 F Construction. A. Equipment. Provide equipment, in accordance with section 107 and this subsection, capable of meeting the requirements of this subsection. 1. Compressed Air System. Provide and use a compressed air system that produces a continuous, high-volume, high-pressure stream of clean, dry air to prepare cracks. Equip the air compressor with a moisture separator to remove oil and water from the air supply. Provide a compressor capable of producing at least 100 psi at a continuous air flow of 150 cfm. 2. Melter Applicator. Provide a Melter applicator consisting of a boiler kettle equipped with pressure pump, hose, and applicator wand. Equip the unit with the following: a. Shutoff control on the applicator hose; b. Mechanical full-sweep agitator in the kettle to provide continuous blending; c. Thermometers to monitor the material temperature and the heating oil temperature; and d. Thermostatic controls that allow the operator to regulate material temperature up to 425 F. 3. Application Wand. Apply the material using either a wand followed by a V-shaped or U-shaped squeegee or a round application head with a concave underside. B. Pre-Production Meeting. Before beginning work, conduct an onsite pre-production meeting with the Engineer to discuss the following: 1. Contractor s detailed work schedule, 2. Traffic control plan, 3. Required project documentation, 4. Inspection of the condition of equipment, 5. The Contractor s Quality Control (QC) Plan, and 6. The Contractor s designated Authorized Representative. C. Crack Preparation. Clean and dry cracks using compressed air and other tools to remove loose dirt, vegetation, and deleterious material. Clean cracks no more than 10 minutes before filling.
7 D. Crack Treatment Methods. Overband. The Contractor may treat non-working cracks with material placed in an overband configuration. Non-working cracks are defined as cracks that experience relatively little horizontal or vertical movement, less than 1/8 inch, as a result of temperature change or traffic loading. Apply overband material to clean, dry cracks. Apply overband 4 inches wide and from 1/8 inch to 3 /16 inch thick. The Contractor may increase the maximum application width to 6 inches for coverage of multiple cracks, with Engineer s prior written approval. Place temporary pavement markings before opening the road to traffic if overband material obliterates existing pavement markings. Apply overband as follows unless otherwise required: Stand Alone Overband Crack Fill. If no other surface treatment is required on the pavement, fill visible cracks in the road less than 1¼ inch wide. E. Weather Limitations. Place material at air temperatures from 45 F to 85 F. Do not place material if moisture is present in the crack. F. Cure Time and Repair. Allow the material to cool before opening the road to traffic. Apply de-tackifying solution, if required, to protect the uncured crack treatment material from tracking. Do not use blotting materials, including sand, aggregate, sawdust, or paper. Repair treated pavement areas, damaged by traffic at no additional cost to the Department. G. Quality Control (QC). Provide and follow a QC plan for production and construction processes. Provide the Engineer a copy of the QC plan for review and approval, prior to the pre-production meeting. Maintain QC measures until the Engineer accepts the work. Comply with the approved QC plan throughout the project and allow the Engineer access to work in progress for assurance review and testing. If the Engineer identifies a condition causing unsatisfactory crack treatment, immediately stop production and correct the work at no additional cost to the Department. Ensure the QC plan addresses at least the following: 1. A detailed description explaining how field crews will determine working and non-working cracks. Separately detail projects with multiple pavement sections. 2. The sealant material and equipment used to heat, handle, and apply sealant material in accordance with the manufacturer s specifications. Provide the material manufacturer s specifications to the Engineer upon request. 3. Procedures for crack cleaning. 4. Controls implemented to ensure flying dust and debris is not directed toward adjacent traveled lanes, pedestrians, parked vehicles, or buildings. 5. An action plan for adjusting crack sealing operations to address actual environmental conditions if adverse environmental conditions occur. 6. Proposed procedure for monitoring the work to ensure acceptance requirements are met.
8 H. Acceptance. Upon completion of work, schedule an inspection with the Engineer. The Engineer will note deficiencies, including areas exhibiting adhesion failure, cohesion failure, missed cracks, or other factors the Engineer determines unacceptable. Correct work the Engineer identifies as unacceptable. Notify the Engineer upon completion of required corrective work Measurement and Payment. Pay Item Pay Unit Overband Crack Fill, Roadbed...Roadbed Foot Overband Crack Fill. The Engineer will measure Overband Crack Fill, Roadbed along the roadway centerline. This measurement includes traffic lanes, paved shoulders, and auxiliary lanes The unit prices for Overband Crack Fill, of the type required, include the cost of preparing and filling cracks using the overband method, providing the required documentation, corrective work, and temporary traffic markings.
If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:
ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf
More informationNotice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.
KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at
More informationRequest for Proposals (RFP)
Town of Londonderry, NH Planning and Engineering Professional Review Services Request for Proposals (RFP) The Town of Londonderry, New Hampshire (Town), through the office of the Town Manager, and with
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)
More informationTRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES
TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY
More informationThe City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.
Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.
More informationREQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039
REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100
More informationCONSTRUCTION AGREEMENT
CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called
More informationREQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS
REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS The City of Levelland is seeking proposals to install two playgrounds in the Levelland Park System. Sealed proposals clearly marked on the outside
More information[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the
ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf
More informationCITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES
CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.
More informationSECTION IV CONTRACT BID NUMBER
SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST
More informationINVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed
INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time
More informationBlack Hawk County Engineer
Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the
More informationREQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING
NHTI-2013-59 REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING NHTI-CONCORD S COMMUNITY COLLEGE PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI-Concord
More informationPRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST
More informationCity of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,
City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline
More informationREQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09
REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 Illinois Valley Community College District No. 513 (the College) is accepting sealed
More informationREQUEST FOR BIDS MINOR REPAIRS
REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482
More informationAGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]
APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,
More informationPROPOSAL FOR STREET SWEEPING SERVICES
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY
More informationRequest for Qualifications Number 1470 General Construction Services
RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District
More informationHousing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION
Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS HANDICAP RENOVATION Kenneth Henson / Cherokee County Solicitation # 2015-001- 051 Bid Due Date: April 16th, 2015 at 10:00 A.M.
More informationTCL&P Facilities HVAC Improvements (specifications attached)
Date: April 3, 2018 Bidder: (TCL&P) will receive sealed bids in the office of TCL&P, 1131 Hastings Street, Traverse City, Michigan, 49686, until April 13, 2018 at 12:00 PM for the following project: TCL&P
More informationDESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions
DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled
More informationPROPOSAL 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 informationAGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]
APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter
More informationPRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso
More informationREQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study
REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study Due date: May 12, 2017 Time: 4:00 pm Receipt Location: 230 Government Center Drive Wilmington, NC 28403 Procurement Contact Person: Name:
More informationINVITATION TO BID EOE
INVITATION TO BID The 22 nd Judicial Circuit is currently soliciting bid proposals for asphalt repair, parking lot sealing and striping for the Family Courts Juvenile Division at 920 N. Vandeventer Ave
More informationBOONE COUNTY, ILLINOIS
BOONE COUNTY, ILLINOIS Bid Requirements for RCI-16-06 (Bid Number) Material(s) or Services: 1. Seal Coating at the Logan Avenue Campus Parking Lot. 2. Crack Filling at the Logan Avenue Campus Parking Lot.
More informationHousing Authority of the Cherokee Nation REQUEST FOR BIDS
Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-060 Auction Services Bid Due Date: Thursday May 7th, 2015 at 10:00 A.M. Housing Authority of the Cherokee
More informationOPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS
SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES
More informationPROPOSAL FOR 2017 MINERAL WELL BRINE
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS
More informationREQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.
REQUEST FOR BIDS Installation of 6 Chain Link Fence & Gates Bids Due: December 12th, 2016 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing
More informationCity of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga
City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September
More informationREQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County
REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing
More informationCherokee Nation
Cherokee Nation www.cherokee.org REQUEST FOR BIDS Heath Services- RFB Panduit Cable Bid Due Date: March 11, 2016 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST
More informationChampaign Park District: Request for Bids for Playground Surfacing Mulch
May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be
More informationCity 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 informationREQUEST FOR BIDS RENOVATION
REQUEST FOR BIDS RENOVATION NATASHA KIRK UNIT ADAIR COUNTY Bids Due: November 7th, 2017 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918) 456-5482 Housing
More informationApplication for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY
Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization Eligibility may be granted to non-profit, tax-exempt educational and health organizations such as medical institutions,
More informationREQUEST FOR BIDS MINOR REPAIRS
REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-10-17-3755 ROGERS COUNTY Bids Due: November 7, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482
More informationInvitation To Bid B15/9886
Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before:
More informationADVERTISEMENT 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 informationINVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots
February 27, 2017 RFP-1617-414 INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots The Danville Public Schools Maintenance Department is requesting sealed bids for sealing, striping and painting
More informationPROPOSAL REQUEST. Sumner County Emergency Medical Service
PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County
More informationNOTICE TO BIDDERS H.M.A. PAVING
ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County
More informationCity of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building
City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest
More informationREQUEST FOR BIDS MODERNIZATION
REQUEST FOR BIDS MODERNIZATION 3 MODERNIZATION UNITS LOCATED IN SEQUOYAH COUNTY Bids Due: January 15th, 2019 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918)
More informationThe City of Moore Moore, Oklahoma
The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite
More informationINVITATION TO BID CHARTER TOWNSHIP OF WEST BLOOMFIELD Fire Department Parking Lot Crack Fill, Seal Coating, and Pavement Restriping
INVITATION TO BID CHARTER TOWNSHIP OF WEST BLOOMFIELD Fire Department Parking Lot Crack Fill, Seal Coating, and Pavement Restriping BID NUMBER: 090914 DEADLINE: Tuesday, September 9, 2014 @ 2pm The Charter
More informationTOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S
TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos
More informationPROPOSAL 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 informationREQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401
REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION
More informationCOWLEY 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 informationSpecifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County
Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County It is the intent of these specifications to solicit a unit price bid per square foot for the furnishing
More informationREQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME
REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME SOLICITATION #A10-03-17-3483 TULSA COUNTY Bid Due Date: May 17, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah,
More informationconstruction plans must be approved for construction by the City PBZ department.
City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00
More informationRFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES
RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April
More informationPROPOSAL FOR 2019 MINERAL WELL BRINE
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS
More informationMEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).
MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement
More informationPROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE
PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner
More informationInvitation 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 informationCHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS
CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,
More information*Reverse Auction: Wednesday, June 7, 2018
Lauderdale County Board of Supervisors 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax Bidders Information Packet TERM BIDS FOR PERIOD JULY 1, 2018 THROUGH
More informationInvitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant
Invitation to Bid Radcliff Wastewater Treatment Plant (WWTP) Road Paving For Radcliff Wastewater Treatment Plant Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160
More informationPROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office
PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:
More informationPROPOSAL FOR LIQUID CALCIUM CHLORIDE
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR LIQUID CALCIUM CHLORIDE BID OPENING: Tuesday, April 19, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS
More informationPROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018
NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,
More informationContractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018
oetc.org 14145 SW Galbreath Drive Sherwood, Oregon 97140 (503) 625-0501 (800) 650-8250 Fax: (503) 625-0504 OETC Volume Price Agreement: #15-02R-Schoology This Agreement is made and entered into by the
More informationINVITATION TO BID OFFICE RENOVATION AT FILLMORE STREET
Fiscal Services Department Purchasing Phone 616-738-4855 12220 Fillmore Street - Room 331 - West Olive, Michigan 49460 Fax 616-738-4897 E-mail: purchasing.rfp@miottawa.org To: All Bidders INVITATION TO
More informationCOUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as
More informationREQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )
REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified
More informationCOUNTY OF COLE JEFFERSON CITY, MISSOURI
COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION
More informationREQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker
REQUEST FOR PROPOSAL FOR Spokane Tribal Benefits Broker PROPOSAL Number: RFP17-023 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA 99040 KEY
More informationHabitat for Humanity of Greater Memphis RULES OF ALL PROJECTS
Habitat for Humanity of Greater Memphis RULES OF ALL PROJECTS All trade-contractors, suppliers & their company employees must read and adhere to all of these rules or be subject to a back charge for each
More informationMacomb County Department of Roads
Macomb County Department of Roads Request for Qualifications for ENGINEERING SERVICES: TRAFFIC SIGNAL OPERATIONS SERVICES The Macomb County Department of Roads (MCDR) is soliciting Qualification Statements
More information**BID NO: 3819 Service Contract - Electrical. UN-Priced Solicitation Due: On or before, Wednesday, May 23, 2018 at 4:30 p.m.
Lauderdale County Board of Supervisors 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax Information Packet TERM BIDS FOR PERIOD JULY 1, 2018 THROUGH JUNE
More informationGaylord Community Schools Request for Proposal May Core Switch Response Due Date: Thursday, May 26 th, :00 PM
Gaylord Community Schools Request for Proposal May 2016 - Core Switch Response Due Date: Thursday, May 26 th, 2016 1:00 PM Gaylord Community Schools (District) is soliciting proposals/bids for technology
More informationCity of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services
City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions
More informationBID 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 informationADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)
ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB
More informationInvitation to Bid IN-CAR CAMERA S
Invitation to Bid 121515 IN-CAR CAMERA S Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 121515
More informationREQUEST FOR PROPOSAL #18-27 RETIREMENT 457 PLAN PROVIDER
Fiscal Services Department Purchasing Phone 616-738-4855 12220 Fillmore Street - Room 331 - West Olive, Michigan 49460 Fax 616-738-48?? E-mail: purchasing.rfp@miottawa.org REQUEST FOR PROPOSAL #18-27 RETIREMENT
More informationInvitation To Bid. for
PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:
More informationInvitation 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 informationDAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID
DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA 52803 REQUEST FOR BID BID NUMBER 706 The Davenport Community School District ( District ) invites written sealed bids for South Ticket
More informationRequest for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014
Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014 Response Deadline: August 5, 2014 3:00 p.m.central Standard Time
More informationREQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018
REQUEST FOR PROPOSAL (RFP) #18-013-25 TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018 RESPONSE DEADLINE: FEBRUARY 7, 2018 11:00 A.M.CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE
More informationBID DOCUMENTS FOR. WTP VFD Replacement Bid
BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals
More informationRequest for Proposal (RFP) For 2014 Liquid Asphalt Materials
Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Posting Date: March 13, 2014 Response Deadline: March 27, 2014 3:00 p.m.central Standard Time (CST) To: Raymond G Palonen, Highway Commissioner
More informationAPPLICATION FOR RENEWAL VENDOR PREQUALIFICATION
THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:
More informationCITY 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 informationPROPOSAL REQUEST BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools
PROPOSAL REQUEST 20170606-BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff
More informationIf you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)
City of Forest Park Request for Proposals for the Forest Park Urban Redevelopment Agency (URA) Installation Ft. Gillem Forest Park, Georgia 30297 Mandatory Pre-Proposal Conference September 29, 2015 at
More informationPROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL
CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in
More informationCITY OF SENECA INVITATION FOR BIDS IFB : DEMOLITION SERVICES RESIDENTIAL STRUCTURE
CITY OF SENECA INVITATION FOR BIDS IFB 2017-002: DEMOLITION SERVICES RESIDENTIAL STRUCTURE LIGHT & WATER ENGINEERING v: (864) 882-8457 f: (864) 885-0357 The City of Seneca will receive sealed bids at the
More information