Request for Proposal (RFP) For Water Softening System Including Installation

Size: px
Start display at page:

Download "Request for Proposal (RFP) For Water Softening System Including Installation"

Transcription

1 Request for Proposal (RFP) For Water Softening System Including Installation Posting Date: February 25, 2013 Response Deadline: March 12, :00 p.m. Central Standard Time (CST) To: Erik Aleson, Assistant Park s Administrator Marinette County Park s Department 1926 Hall Avenue Marinette WI 54143

2 Table of Contents I. BACKGROUND... 3 II. TENTATIVE PROJECT TIMELINE... 3 III. RFP DUE DATE... 3 IV. RFP QUESTIONS... 3 V. RFP SUBMISSION REQUIREMENTS... 4 VI. PROPOSAL FORMAT... 4 VII. SCOPE OF SERVICES... 5 VIII. PROJECT CONDITIONS... 5 IX. APPLICABLE PUBLICATIONS:... 5 X. SPECIFICATIONS... 6 SOFTENING SYSTEM... 6 EXTERNAL SOFTENER PIPING... 8 BRINE PIPING... 9 VALVES... 9 PRESSURE GAGES... 9 BACKFLOW PREVENTER... 9 BRINE REUSE/RECYCLE SYSTEM... 9 XI. MANUFACTURER S LITERATURE AND DATA... 9 XII. LIQUIDATED DAMAGES... 9 XIII. CONTRACT TERMS XIV. REFERENCES XV. FINANCIAL VERIFICATION XVI. OTHER WORKERS COMPENSATION INSURANCE: AUTO LIABILITY INSURANCE: GENERAL LIABILITY INSURANCE: ADDITIONAL INSURED SUBCONTRACTOR WAVIER OF SUBROGATION CANCELLATION NOTICE PROOF OF INSURANCE XVII. PROJECT CHANGES XVIII. ATTACHMENTS Page 2

3 I. BACKGROUND Marinette County Park s Department is requesting proposals for a water softening system complete with piping services, electrical services, controls, accessories and auxiliary equipment to be installed in the Morgan County Park shower building at Timm s Lake Road, Niagara WI Not withstanding any other provisions of the RFP, Marinette County reserves the right to reject any or all proposals, to waive any irregularity or informality in a proposal, and to accept or reject any item or a combination of items when doing so would be to the advantage of Marinette County or its taxpayers. It is further within the right of Marinette County to reject proposals that do not contain all elements and information requested in this document. Marinette County shall not be liable for any losses incurred by the contractor making the proposal throughout this process. The cost of preparing a response to this RFP is not reimbursable in part or in whole to the contractor. Any proposal received will become the property of Marinette County and a matter of public record. Any proprietary material or information should be marked and submitted as a supplement to the proposal to allow the County to protect the information as warranted. II. III. TENTATIVE PROJECT TIMELINE RFP posted by 4:30 p.m. February 25, 2013 RFP questions due by 10:00 a.m. March 4, 2013 RFP questions answered by 4:30 p.m. March 7, 2013 RFP responses due from potential vendors by 3:00 p.m. March 12, 2013 RFP DUE DATE Proposals shall be submitted to the Assistant Park s Administrator by no later than 3:00 p.m. central time on Tuesday, March 12, Proposals shall be clearly labeled Water Softening System Response and submitted to the location/address listed below. Delivery Address for Hand Delivery, USPS, UPS, DHL, Fed X: Erik Aleson Marinette County Park s Department Water Softening System Response 1926 Hall Avenue Marinette WI Each proposal must be received by the due date and time set for this RFP. A proposal received after the established deadline will not be considered. IV. RFP QUESTIONS All questions related to this RFP must be submitted not later than 10:00 a.m. CST, March 4, 2013, via e mail to ealeson@marinettecounty.com. Clearly mark the e mail Questions for Water Softening System. Phone call or faxed questions will not be accepted. Page 3

4 Answers to questions will be posted in the form of an addendum to the RFP and placed on the Marinette County website on March 7, 2013, not later than 4:30 p.m. CST. It is the responsibility of all interested vendors to access the website for this information. Calls for assistance with the website may be made to (715) V. RFP SUBMISSION REQUIREMENTS The proposal shall be sealed and labeled with the following information: Water Softening System Name of Vendor Address Contact Person Telephone and Facsimile Number E mail Address One original response and one copy are required to be submitted. The proposal must include the following: Design Parameters Attachment A Tabulation Sheet Attachment B Reference Sheet Attachment C Statement of Understanding Attachment D Addendum Sheet, if applicable Attachment E Manufacturer s Literature and Data Complete detailed layout, setting, arrangement, and installation drawings including electrical/pneumatic controls. Drawings shall also show all parts of the apparatus including relative positions, dimensions, sizes and general arrangement of connecting piping. Completed System Readiness Checklist provided and completed by the contractor, signed by a qualified technician and dated on the date of completion. Upon award of the contract, the selected vendor will be required to submit a federal W 9 Form and payment address to Marinette County. Vendors previously established with the county may have this requirement waived. The proposal shall be prepared with a straightforward, concise delineation of the vendor s capabilities to satisfy the requirements of this RFP. A vendor may withdraw or modify its proposal prior to the proposal due date. Any changes or withdrawals must be made in writing prior to the proposal due date. VI. PROPOSAL FORMAT Proposals shall be typewritten on standard 8½ x 11 paper. Larger paper is permissible for charts, spreadsheets, or similar documents. Page 4

5 Proposals should be prepared in a simple, cost effective format providing a straightforward concise description of the vendor s capabilities to satisfy the requirements of the RFP. The use of elaborate materials and the inclusion of additional information that has no direct bearing on the project are not desired. Emphasis should be concentrated on accuracy, completeness, and clarity of content. All parts, pages, figures, and tables should be numbered and clearly labeled. VII. VIII. IX. SCOPE OF SERVICES Marinette County Park s Department is requesting proposals for a sodium cycle, cation exchange, pressure type, water softening system complete with piping services, electrical services, controls, accessories and auxiliary equipment. This system must be installed in the Morgan County Park shower building at Timm s Lake Road, Niagara WI no later than April 30, PROJECT CONDITIONS Influent Water Analysis: Hardness: Iron: Total Dissolved Solids: Tannins:.5 Color: 28 ppm 7 ppm 374 ppm Clear PH: 7.4 Confirm the analysis with current samples and tests. APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. Federal Specifications (Fed. Spec.) A A 694D...Sodium Chloride, Technical American Society of Mechanical Engineers (ASME) B Cast Iron Pipe Flanges and Flanged Fittings B Malleable Iron Threaded Fittings Classes 150 and 300 B Pressure Gages and Gage Attachments Boiler and Pressure Vessel Code, Section VIII, Pressure Vessels, 2007 ASTM International (ASTM) A53/A53M 07...Pipe, Steel, Black and Hot Dipped, Zinc Coated Welded and Seamless D ae2...Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Piping and Fittings. Page 5

6 American Water Works Association (AWWA) B Hypochlorites B Liquid Chlorine C Disinfecting Water Mains National Electrical Manufacturers Association (NEMA) ICS (R Industrial Control and Systems: Enclosures Department of Health and Human Services, Food and Drug Administration (FDA) CFR 21, Chapter 1, Part , Ion Exchange Resins CFR 21, Chapter 1, Part , Resinous and Polymeric Coatings X. SPECIFICATIONS SOFTENING SYSTEM Vertical, down flow, pressure type with automatic controls to operate on sodium cycle. Automatic alternating duplex units. Designed for 690 kpa, 100 psi working pressure. All materials exposed to water shall be considered as generally safe by the Food and Drug Administration (FDA). PERFORMANCE REQUIREMENTS 1. Continuous flow of zero hardness soft water using the ASTM soap test method with influent water conditions and flows, with only one of the duplex units in service. Influent water conditions can be found under Section VIII. Project Conditions. Water Conditions should be listed on Attachment A, Design Parameters. 2. Exchanger material shall not wash out of apparatus during any softening run regardless of rate of flow. 3. Turbidity and color of treated water shall not increase above that of raw water. 4. Dirty or turbid water shall not occur during any softening run, regardless of changes in demand rate. 5. Strainer system, gravel bed, and exchange material shall not become fouled, either by turbidity in the raw water, or by dirt, rust or scale from pipe to the extent to render backwash ineffective. 6. Regeneration shall be accomplished within a period of 75 minutes and occur not more than once per day. Regeneration period shall be that part of cycle of operation from the time unit has delivered its softening capacity until it is ready to be delivering soft water again, including all backwashing, brining and brine washout, complete. Amount of salt necessary to completely recondition unit after a capacity run shall not exceed 240 kg per cubic meter (15 pounds per cubic foot) of existing material. SOFTENER TANKS There are two softener options. The specifications for each option are listed below. Steel Option Butt welded industrial grade steel. Test hydrostatically at 1.5 times the design pressure and provide certification. // Conform to ASME Boiler and Pressure Vessel Code, Section Page 6

7 VIII. Provide stamp on tank and written certification. // Sidewall height shall be adequate to allow 50 percent of the mineral bed depth for expansion. Tanks shall have openings for mineral filling and removal. Provide steel supports to hold tanks in operating position above floor //and designed to resist seismic loading requirements for Zone 4, UBC Importance Factor 1.0//. Exterior shall be degreased, cleaned, and coated with manufacturer s standard prime and finish coatings. Interior shall have near white sandblast and lined with phenolic epoxy, mm (8 10 mils) thick. Interior coating shall be chemically inert, non toxic, odorless and meet the requirements of CFR 21, Chapter 1, Fiberglass Reinforced Plastic (FRP) Option Polyester reinforced by a continuous roving glass filament overwrap. Hydrostatically test at design pressure and provide certification. Support on a molded structural base. Tanks shall have flanged openings for mineral filling and removal. Provide vacuum breaker. DISTRIBUTION SYSTEM Soft water collector and backwash water distributor shall be non clogging, single point and hub radial laterals, designed to not cause channeling in the bed, PVC, Schedule 80. The distributor system shall be fully covered by one layer of quartz under bedding with no debris or fines. EXCHANGE MATERIAL Exchange materials shall be solid virgin high capacity styrene base resinous material. Material shall be stable over the entire ph range with good resistance to bead fracture from attrition or osmotic shock. Particle size mesh and contain no agglomerates, shells, plates or other shapes that might interfere with the functioning of the softener. Exchange capacity as CaCO3 shall be considered to be 840 grains per cubic meter (23.8 grains per cubic foot) at 240 kg per cubic meter (15 pounds per cubic foot) salt dosage. Resin shall not require dosing or addition of any chemical, mixture, or solution to the water requiring treatment, or the water used for backwashing, other than NaCl for regeneration. Resin shall be FDA compliant under CFR 21, Chapter 1, BRINE MEASURING TANK WITH COVER Tank and cover shall be rotationally molded high density polyethylene. Tank sized to provide a minimum of four regenerations per load of salt at a full salting. Tank shall include elevated salt plate and a chamber to house the brine valve assembly. BRINE SYSTEM CONTROLS Automatic valve shall open to admit brine to softener and close to prevent air admission to the softener. During refill, the valve shall regulate flow of soft water to the brine tank. Provide float operated safety valve to prevent brine tank overfill. SYSTEM CONTROLS 1. The controller shall be completely automatic and shall sequence all steps of regeneration and return the softener to a service or stand by mode and alternate the duplex units. Selectable time or flow meter initiated regeneration. The initiating Page 7

8 time or volume set points shall automatically reset upon initiation of the regeneration sequence. Controller shall permit manual initiation of regeneration. 2. Computer based field programmable controller with selectable flow meter based and time clock based operating cycles. The controller will utilize alphanumeric, selfprompting programming for simple start up. EEPROM memory shall store program data eliminating need for battery back up on configuration input after power loss. Controller shall be self diagnostic and capable of emitting an audible error signal and displaying error specific messages. Controller shall have lockout function to prevent unauthorized access to the program data. Controller shall have a sealed keypad with capability of all programming functions. Fluorescent alphanumeric display on face of controller is desired. Enclose controls in NEMA ICS 6; Type 4X enclosure mounted approximately 1.5 meters (5 feet) above the floor. 3. Operating conditions shall be continuously monitored and display shall show time of day, volume remaining before next regeneration, number of regenerations in last 14 days, number of days since last regeneration, instantaneous flow rate, resettable totalized flow since the last regeneration, time of next regeneration, and identify the cycle that is in progress. 4. Flow shall be regulated to prevent resin loss, operate between 200 and 690 kpa (30 and 100 psi) supply pressure, and prevent noise and hydraulic shock. Control shall permit only one unit to regenerate at a time. 5. Flow meter shall have turndown range of 60/1, minimum accuracy of +/ 1% of maximum range, repeatability of +/ 0.5% of full range. Install with manufacturer s recommended straight pipe before and after the meter. 6. Main operating valve shall be a fully automatic multiport diaphragm type or valve nest constructed of cast iron or corrosion resistant alloy material with hard coat anodization and final coat of flouroplate polymer. Coating shall resist 1000 hour/5% salt spray test without sign of corrosion. Valves shall be slow opening and closing, free of water hammer; diaphragm assembly shall be fully guided. All valve parts accessible for service. The main operating valve shall include a valve mounted automatic self adjusting brine injector to draw brine and control rinse at a constant rate regardless of water pressure in the range of 200 to 690 kpa (30 to 100 psi). Valve shall have soft water sampling cock and indicator to show system status. SAMPLING COCKS Provide for hard and soft water. SODIUM CHLORIDE Fed. Spec. A A 694D. Provide sufficient quantity for ten regenerations. EXTERNAL SOFTENER PIPING 1. Pipe: ASTM A53, galvanized, Schedule Fittings: Malleable iron, ASME B16.3, or coated cast iron, ASME B16.1, class 125. Page 8

9 3. Flanges: ASME B16.1, Class Threaded Joints: Shall be made with ends reamed out. Apply bituminous base lubricant or fluorocarbon resin tape to male threads only. BRINE PIPING Polyvinyl chloride (PVC), ASTM D2665, Schedule 80 with solvent welded joints. VALVES Ball: Carbon steel body, stainless steel trim, reinforced Teflon seat and seal, full port, threaded ends. PRESSURE GAGES ASME B40.100, Grade A, 1% accuracy, 110 mm (4 1/2 inches) diameter, all metal case, bottom connected. White dials, black hands, graduated from 0 to 700 kpa (0 to 100 psi) and identity labeled. Provide gages with gage cocks at softener hard water inlet and soft water outlet to show pressure drop thru softener. BACKFLOW PREVENTER Provide on suction side of water softener serving boilers. Parts shall be made of corrosion resistant materials and shall be of heavy duty construction, 850 kpa (125 psi) class minimum. Units shall operate automatically on line pressure without any manual control or assistance. Failure of any part vital to prevention of backflow shall be indicated by a continuous discharge for relief valve opening. Moving parts shall be easily removed and replaced without disconnecting backflow preventer, shall operate on "reduced pressure" principle and incorporate a zone where pressure is always less than supply pressure. Pressure differentials shall be maintained by two spring load vertical check valves and one spring load, diaphragm actuated, differential pressure relief valve. BRINE REUSE/RECYCLE SYSTEM Automatic valving supplied to enable recovery of 25% of brine. XI. XII. MANUFACTURER S LITERATURE AND DATA The following must be submitted with the proposal. 1. Softener tank construction, coatings and linings 2. Tank distribution system design 3. Main operating valve 4. Control system and flow meter 5. Exchange resin 6. Brine system 7. Accessories including pressure gages and test kit 8. Performance data including normal and maximum flow and pressure drop along with certification that required performance will be achieved 9. Piping 10. Warranty LIQUIDATED DAMAGES Water softener system shall be delivered and installation complete, as determined by Marinette County Parks Department, no later than April 30, In the event Page 9

10 installation is not complete by April 30, 2013, vendor shall be liable for and shall pay to Marinette County the sum of $ for each calendar day of delay for the water softener system not completely installed until the equipment is delivered and installation complete and accepted by Marinette County. Any modification to this Penalty shall be mutually agreed to by the parties in writing. XIII. XIV. XV. XVI. CONTRACT TERMS The vendor may provide a contract to be approved by Marinette County Corporation Counsel. If the vendor does not provide a contract, the vendor shall be required to sign a contract similar to Attachment F. REFERENCES Each prospective vendor shall provide at least three references and not more than five in which one is required to be in the public sector. References should be based on projects of similar size and scope using the provided Reference Sheet, Attachment C. FINANCIAL VERIFICATION Vendor s financial solvency may be verified through financial background checks via Dun & Bradstreet or other means prior to contract award. Marinette County reserves the right to reject Proposals based on information obtained through these background checks. OTHER All work shall conform to all applicable industry standards, federal, state and local laws, codes and ordinances. No vendor will be provided with financial and/or competitive vendor information on this Proposal until after the award of contract has been made. At that time, all Proposals will be available for review in accordance with the Wisconsin Open Records Law. Marinette County shall not be held liable for any claims arising from disclosure required under the Wisconsin Open Records Law. Marinette County and its departments are exempt from payment of all federal, state and local taxes on its purchases except Wisconsin excise taxes. Any contract between vendor and Marinette County shall be subject to the laws of the State of Wisconsin. In connection with the performance of work under such contract, the vendor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability, sexual orientation, or national origin. By responding to this Proposal, prospective vendors acknowledge and accept the attachments, including insurance requirements and service template contract sample attached. Page 10

11 WORKERS COMPENSATION INSURANCE: Vendor shall provide statutory workers compensation insurance coverage for its employees who will not be considered employees of Marinette County in any way. AUTO LIABILITY INSURANCE: Vendor shall provide a minimum of $300,000 per occurrence to cover bodily injury and property damage arising out of ownership, maintenance, or use of any motor vehicle, including non owned and hired. GENERAL LIABILITY INSURANCE: Vendor shall provide a minimum limit of $1,000,000 per occurrence broad form coverage. ADDITIONAL INSURED The vendor agrees that all liability coverage policies shall name Marinette County as additional insured with respects to liability arising out of activities performed by or on behalf of the vendor/contractor; products and completed operations of vendor/contractor; premises owned, occupied or used by vendor; or automobiles owned, leased, hired or borrowed by vendor. The coverage shall contain no special limitations on the scope of protection to the County. SUBCONTRACTOR Subcontractors of the vendor are subject to the same requirements as is vendor. WAVIER OF SUBROGATION Insurers shall waive all subrogation rights against Marinette County on all policies required under this section. CANCELLATION NOTICE Marinette County will be given a 30 day notice in advance of cancellation, non renewal, or material change in coverage. PROOF OF INSURANCE Valid Certificates of Insurance shall be issued to Marinette County prior to the execution of the contract. XVII. PROJECT CHANGES Marinette County reserves the right to make changes to the project. Any changes in the scope of services shall be mutually agreed upon in writing by the Vendor and the County. Page 11

12 XVIII. ATTACHMENTS Design Parameters, Attachment A Tabulation Sheet, Attachment B Reference Sheet, Attachment C Statement of Understanding, Attachment D Addendum Sheet, Attachment E Sample Contract, Attachment F Page 12

13 ATTACHMENT A Water Softening System Design Parameters Vendor Name: Normal System Flow and Pressure Drop: L/s@100 kpa ( gpm@15 psi) Maximum System Flow and Pressure Drop: L/s@100 kpa ( gpm@25 psi) Backwash/Rinse Flow: L/s ( gpm) Backwash Volume: liters nominal ( gallons nominal) Daily Water Usage: liters per day ( gallons per day) Volume of soft water between regenerations: liters ( gallons) min. Daily Hours of Water Demand: Operating Temperature Range: 4 50 degrees C ( degrees F) Operating Pressure Range (System): kpa ( psig) Electrical Requirements: Dedicated 120 v, 60 Hz, 1 phase receptacle Page 13

14 ATTACHMENT B Water Softening System Tabulation Sheet Steel Option Water Softening System Complete with Installation $ Completion Date Fiberglass Reinforced Plastic Option Water Softening System Complete with Installation $ Completion Date I have full authority to make such statements and to submit this proposal as the duly recognized representative of the Proposer. Signature of Duly Authorized Individual Date Printed Name: Title: Business Name: Address: Phone Number: Page 14

15 ATTACHMENT C Reference Data Sheet (Use of this form is required when submitting proposal) Provide a list of at least 3 and not greater than 5 customer references with at least one public sector customer. Agency: Address: Telephone: Contact Person: Agency: Address: Telephone: Contact Person: Agency: Address: Telephone: Contact Person: Agency: Address: Telephone: Contact Person: Agency: Address: Telephone: Contact Person: Page 15

16 Vendor name Vendor s address City State Zip code Contact person s name & position ATTACHMENT D Water Softening System Statement of Understanding of Proposal Vendor s Phone number Vendor s Fax Number We have read the County s Request for Proposals (RFP) for Water Softening System Including Installation and fully understand its intent. We certify that we have adequate personnel, equipment, and license to perform said services. We understand our ability and fitness to perform shall be judged solely by Marinette County. In addition, we certify that: (a) Our proposal is not made in the interest or on behalf of any person not named therein; (b) We have not directly or indirectly induced or solicited any person to submit a false or misleading proposal or to refrain from proposing; (c) We have not in any manner sought by collusion to secure an advantage over any other vendor; (d) We have thoroughly examined the RFP requirements, and our proposed fees cover all costs for service/equipment we have proposed; (e) We acknowledge and accept all the terms and conditions included in the RFP; and (f) I have full authority to make such statements and to submit this proposal as the duly recognized representative of the Proposer. Signature of Duly Authorized Individual Date Page 16

17 ATTACHMENT E Water Softening System Addendum Sheet (If Addendums exist for this project, please sign, date, and submit with Proposal.) The undersigned acknowledges receipt of the following addenda: Addendum #1 Addendum #2 Addendum #3 Addendum #4 Addendum #5 The undersigned agrees with the following statement: Initials Initials Initials Initials Initials I have examined and carefully prepared the response to proposal from the plans and specifications and have checked the same in detail before submitting to Marinette County. Name Signature Date All vendors are responsible to check for addenda, posted on the county website at for this project prior to the due date. No notification will be sent if addenda are posted unless there is an addendum within three (3) business days of RFP due date. All vendors receiving initial notification of project will be notified by Marinette County of all addenda issued within three (3) business days prior to due date. If a RFP has already been submitted, vendor is required to acknowledge receipt of addendum via fax or e mail prior to due date. A new RFP response must be submitted by vendor if addendum affects costs. Vendors that do not have internet access are responsible to contact Marinette County at to ensure receipt of addenda issued. RFPs that do not acknowledge addendums may be rejected. All RFPs submitted shall be sealed. Envelopes are to be clearly marked with required information. Sealed RFPs that are opened by mistake due to inadequate markings on the outside may be rejected and returned to the vendor. Page 17

18 ATTACHMENT F MARINETTE COUNTY SAMPLE AGREEMENT THIS AGREEMENT is made by and between Marinette County, a municipality, hereinafter referred to as COUNTY, and, hereinafter referred to as VENDOR, for the purpose of. The parties agree as follows: 1. Contact Persons and Contract Administrators: COUNTY s agent and contact person is: Whose principal business address is: Name Department Address Marinette WI VENDOR agent and contact person is: Name: Title: Company: Address: City, State: Telephone: 2. VENDOR agrees the following services, as set forth in the response to the Request for Proposal (RFP) dated will be provided to Marinette County. 3. VENDOR agrees to present manufacturer s literature regarding materials & warranty. 4. Start/Completion dates to be determined. 5. COUNTY agrees to the following: Payment Terms COUNTY will pay the VENDOR within 30 days of receipt of an invoice. 6. Both parties agree that the relationship between the parties shall be that of an independent VENDOR and shall not be construed to be an Employer Employee relationship; specifically the parties agree that: VENDOR will be responsible to pay all Federal, State and social security taxes on any income received under this Agreement. COUNTY will pay no fringe benefits or other compensation to VENDOR. Page 18

19 7. VENDOR will provide and maintain certificates of insurance with minimum limits as follows: General liability, each occurrence $1,000,000 Auto liability, each occurrence $ 300,000 Workers Compensation Statutory Requirements Certificates of insurance indicating COUNTY as additional insured must be presented to COUNTY s agent with a signed copy of this agreement prior to commencing work. Additionally, all policies shall contain endorsements by respective insurance companies waiving all rights of subrogation, if any, against COUNTY and shall further provide that policies are not cancelable except upon thirty days written notice to COUNTY. 8. VENDOR hereby agrees to release, indemnify, defend and hold harmless Marinette County, its officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by vendor, its officers, officials, employees, agent or assigns. Marinette County does not waive, and specifically reserves, its right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes. 9. This contract may be amended in writing by mutual agreement of both parties at any time. 10. This agreement shall be governed by the laws of the State of Wisconsin. 11. COUNTY may terminate this agreement in the event VENDOR breaches any of the terms of the agreement or for unsatisfactory performance by VENDOR. Termination shall be immediate upon written notification by the COUNTY. VENDOR Date Kathy Brandt, County Clerk Date Page 19

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018 REQUEST FOR PROPOSALS RFP#18-023-25 PROPANE FUEL FOR THE 2018-2019 HEATING SEASON POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2017 11:00 A.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR

More information

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 REQUEST FOR PROPOSAL (RFP) #18-049-53 LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018 RESPONSE DEADLINE: JANUARY 16, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: KIRSTEN BURMEISTER,

More information

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 REQUEST FOR PROPOSAL (RFP) #15-060-34 FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 RESPONSE DEADLINE: DECEMBER 18, 2015 10:00 A.M. CENTRAL STANDARD TIME

More information

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services CTH BB from University Dr. to Pond Road CTH C from CTH F to East Co. Line CTH V from Palmer Road to Amberg Posting Date: May

More information

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

REQUEST 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 information

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Request 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 information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

Request for Proposal (RFP) For

Request for Proposal (RFP) For Request for Proposal (RFP) For Conference Room Audio/Video/Data Cable Installations Posting Date: January 14, 2014 Response Deadline: February 19, 2014 3:00 p.m. Central Standard Time (CST) To: Robin Elsner

More information

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 REQUEST FOR QUOTE (RFQ) #18-030-25 - FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 RESPONSE DEADLINE: AUGUST 6, 2018 4:30 P.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE

More information

Request 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 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 information

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

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015 Request for Proposal (RFP) For Printing Services RFP #15-001-44 Posting Date: March 18, 2015 Response Deadline: April 15, 2015 2:00 p.m. Central Standard Time (CST) To: Kristi Yates, Accountant Marinette

More information

Beecher Lake Dam Modification

Beecher Lake Dam Modification Request for Proposal (RFP) For Beecher Lake Dam Modification Posting Date: July 17, 2015 Response Deadline: August 14, 2015 4:00 p.m. Central Standard Time (CST) To: Joseph Siudzinski Beecher Lake Dam

More information

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 REQUEST FOR PROPOSAL (RFP) #18-046-34 DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018 RESPONSE DEADLINE: JANUARY 7, 2019 3:00 P.M. CENTRAL STANDARD TIME (CST) TO: MARTIN KEYPORT,

More information

Request for Proposal (RFP) For Jail Security System Control Upgrade

Request for Proposal (RFP) For Jail Security System Control Upgrade Request for Proposal (RFP) For Jail Security System Control Upgrade Posting Date: June 10, 2013 Response Deadline: June 26, 2013 4:00 p.m. Central Daylight Time (CDT) To: Robert Majewski Marinette County

More information

REQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018

REQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018 REQUEST FOR PROPOSAL RFP#18-018-30 2018 CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018 RESPONSE DEADLINE: MARCH 2, 2018 11:00 A.M. CENTRAL STANDARD

More information

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016 REQUEST FOR PROPOSAL (RFP) #16-015-30 2016 ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016 RESPONSE DEADLINE: MARCH 14, 2016 2:00 P.M. CENTRAL STANDARD

More information

Request for Proposal (RFP) For Routine Vehicle Maintenance

Request for Proposal (RFP) For Routine Vehicle Maintenance Request for Proposal (RFP) For Routine Vehicle Maintenance Posting Date: July 18, 2012 Response Deadline: August 1, 2012 10:00 a.m. Central Standard Time (CST) To: John Machnik Marinette County Facilities

More information

Request for Proposal (RFP) For Plat book Printing

Request for Proposal (RFP) For Plat book Printing Request for Proposal (RFP) For Plat book Printing Posting Date: May 23, 2012 Response Deadline: June 8, 2012 4:00 p.m. Central Standard Time (CST) To: John Lefebvre Marinette County Land Information Director

More information

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

Request for Proposal (RFP) For: New Telescopic Handler Posting Date: December 10, 2014

Request for Proposal (RFP) For: New Telescopic Handler Posting Date: December 10, 2014 Request for Proposal (RFP) For: New Telescopic Handler Posting Date: December 10, 2014 Response Deadline: January 5, 2015 2:00 p.m. Central Daylight Time (CDT) To: Pete Villas, Administrator Marinette

More information

Request for Proposal (RFP) For HHS Conference Room Remodel Posting Date: December 3, 2014

Request for Proposal (RFP) For HHS Conference Room Remodel Posting Date: December 3, 2014 Request for Proposal (RFP) For HHS Conference Room Remodel Posting Date: December 3, 2014 Response Deadline: January 5, 2015 11:00 a.m. Central Standard Time (CST) To: James Swanson, Facilities Director

More information

REQUEST FOR PROPOSAL (RFP) # MARINETTE COUNTY JAIL INMATE FOOD SERVICE POSTING DATE: MAY 2, 2018

REQUEST FOR PROPOSAL (RFP) # MARINETTE COUNTY JAIL INMATE FOOD SERVICE POSTING DATE: MAY 2, 2018 REQUEST FOR PROPOSAL (RFP) #18-021-52 MARINETTE COUNTY JAIL INMATE FOOD SERVICE POSTING DATE: MAY 2, 2018 RESPONSE DEADLINE: MAY 30, 2018 11:00 A.M.CENTRAL STANDARD TIME (CST) TO: ROBERT MAJEWSKI MARINETTE

More information

REQUEST FOR PROPOSAL (RFP) FOR BANKING SERVICES POSTING DATE: SEPTEMBER 24, 2014

REQUEST FOR PROPOSAL (RFP) FOR BANKING SERVICES POSTING DATE: SEPTEMBER 24, 2014 REQUEST FOR PROPOSAL (RFP) FOR BANKING SERVICES POSTING DATE: SEPTEMBER 24, 2014 RESPONSE DEADLINE: NOVEMBER 5, 2014 2:00 P.M.CENTRAL STANDARD TIME (CST) TO: BEV NOFFKE, TREASURER MARINETTE COUNTY TREASURER

More information

REQUEST FOR QUOTE (RFQ) # FOR: ONE (1) NEW 4X4 TRACTOR POSTING DATE: JANUARY 10, 2018

REQUEST FOR QUOTE (RFQ) # FOR: ONE (1) NEW 4X4 TRACTOR POSTING DATE: JANUARY 10, 2018 REQUEST FOR QUOTE (RFQ) #18-008-30 FOR: ONE (1) NEW 4X4 TRACTOR POSTING DATE: JANUARY 10, 2018 RESPONSE DEADLINE: FEBRUARY 14, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST) TO: DAVE FRISQUE MARINETTE COUNTY

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

ALL TERRAIN SLOPE MOWER

ALL TERRAIN SLOPE MOWER Cecil County Government Purchasing Department Bid #13-14 ALL TERRAIN SLOPE MOWER CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS For Real Estate Brokerage Services for the Global Center for Health Innovation FIRSTMERIT CONVENTION

More information

TOWN 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 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 information

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

PROPOSAL 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 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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST 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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM 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 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

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL 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 information

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR BID POLE BUILDING CONSTRUCTION IONIA COUNTY BUILDINGS AND GROUNDS 100 Library Street, Ionia, Michigan 48846 Joe Cusack, Physical Plant Director Office: 616-527-5345 REQUEST FOR BID POLE BUILDING CONSTRUCTION The County of Ionia is accepting

More information

HCG PURCHASING CO-OP INVITATION TO BID

HCG PURCHASING CO-OP INVITATION TO BID HCG PURCHASING CO-OP INVITATION TO BID #1186 HOT MIX ASPHALT #1187 HOT MIX ASPHALT EXCAVATION BY COLD PLANER (MILLING) #1188 LINE PAINTING Sealed bids for Hot Mix Asphalt, Hot Mix Asphalt Excavation by

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Barry County Sheriff s Department/Jail Facility and Commission on Aging Facility Consulting Services Barry County 220 W. State St. Hastings, Michigan 49058 Prepared By: Michael

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

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS Project No.: PW PW2018-02 Budget Item: 104-594-36-60-01 Project Name: Cemetery Irrigation Installation (RFP) Table of Contents Invitation to Bid Bidders

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The 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 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

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

PROPOSAL 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 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 information

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

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the 2013 purchase of waterborne traffic marking paint For the City of Galesburg, IL

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

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

Request for Proposal

Request for Proposal Request for Proposal *************************************************************************** PROJECT NO: - 001 PROJECT NAME: Act 32 Qualified Performance Contract ISSUE DATE: 5/25/2016 DUE DATE: 6/6/2016

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085 I. Purpose This Request for Proposal ( RFP ) is to

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

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL 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 information

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

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

REQUEST 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. 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 information

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

Proposal packets are available online at   or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA REQUEST FOR PROPOSALS HVAC IMPROVEMENT PROJECT Sealed Proposals for the removal and replacement of the existing HVAC system at the Snohomish Health District to be completed by July 22, 2019 must be mailed

More information

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

INVITATION TO BID The Lodge Indoor Pool Deck Chairs INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,

More information

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM Request for Proposals For Consultation/Facilitation Services for Developing Deer Management Plan Due Date: Monday, September 22, 2014, 2:00 PM 1 OBJECTIVE The City of Ann Arbor is soliciting proposals

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

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

Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster

Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster The Town of Wytheville is soliciting bids for swimming pool contractors for the replastering of the main pool, water park

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

More information

SECTION 2 - STANDARD TERMS & CONDITIONS

SECTION 2 - STANDARD TERMS & CONDITIONS SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file

More information

REQUEST FOR PROPOSAL - CANCELED FOR BANKING SERVICES. Request for Proposal #FY180041

REQUEST FOR PROPOSAL - CANCELED FOR BANKING SERVICES. Request for Proposal #FY180041 REQUEST FOR PROPOSAL - CANCELED FOR BANKING SERVICES Request for Proposal #FY180041 April 30, 2018 Collierville Schools is requesting pricing from qualified proposers to provide Banking Services. General

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23 BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 Request for Bid Ventilation System for Plant Operation #B12-23 Time and Date to be Returned: 11:00 AM on March 27,

More information

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont 1. INVITATION TO BID 1.1 The Town of Rockingham, VT is seeking sealed bids on a 2018 stationary compactor,

More information

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT BID DOCUMENTS FOR 2016-2017 ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 16, 2016 NOTICE TO BIDDERS 2016-2017 ACCU-TAB SL CAL HYPO

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

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

More information

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m. REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 2018 @ 12:00 p.m. DATE THAT SEALED BID PROPOSALS WILL BE PUBLICLY OPENED: June

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM Sealed bids will be received at the office of the Shiawassee County Road Commission at 701 W. Corunna Avenue, Corunna, Michigan

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID 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 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

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, 2018 2:00PM PROPOSER S CERTIFICATION We offer to furnish Lewis-Palmer School District the materials, supplies,

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign 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 information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

BHP Project IFB #

BHP Project IFB # BOULDER HOUSING PARTNERS INVITATION FOR BIDS Capital Improvement Program BHP Arapahoe East Apartments Exterior Envelope Renovation including Siding Replacement, Window and Trim Replacement, Stair Tower

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL 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 information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

Invitation to Bid BULK MOTOR OIL

Invitation to Bid BULK MOTOR OIL Invitation to Bid 20151020 BULK MOTOR OIL 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 20151020

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 I. SUMMARY Montrose County is seeking proposals from qualified firms for Marketing

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION 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 information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information