Advertisement for Bids 2024 Cured In Place Pipe (CIPP) Installation

From: Hardin County Water District(County)

Basic Details

started - 23 Jan, 2024 (3 months ago)

Start Date

23 Jan, 2024 (3 months ago)
due - 03 May, 2024 (in 5 days)

Due Date

03 May, 2024 (in 5 days)
Bid Notification

Type

Bid Notification

Identifier

N/A
Hardin County Water District

Customer / Agency

Hardin County Water District
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Invitation to Bid 2024 Cured In Place Pipe (CIPP) Installation Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222 www.HCWD.com February, 2024 INVITATION TO BID 2024 Cured In Place Pipe (CIPP) Installation Hardin County Water District No. 1 (District) issues this Invitation to Bid from qualified firms for Cured In Place Pipe (CIPP) Installation for sewer mains at the Hardin County Water District No. 1. Bids will be accepted until 2:00 pm (EST) on March 1, 2024 at the James S. Bruce Service Center, 1400 Rogersville Road, Radcliff, Kentucky 40160. Attendance to Pre-Bid meeting is recommended by any firms considering submitting a Bid. The meeting will be held at the James S. Bruce Service Center, 1400 Rogersville Road, Radcliff, Kentucky 40160 on February 16, 2024 at 2:00 p.m. (EST). Complete bid documents may be downloaded from the website
href="http://www.HCWD.com" target="_blank">www.HCWD.com under "Bid Information" after February 5, 2024. The District invites any qualified firm to submit a bid and does not discriminate on the basis of race, creed, color, sex or national origin. Page 1 of 10 INVITATION TO BID Cured In Place Pipe (CIPP) Installation Hardin County Water District No. 1 1. Background; Hardin County Water District No. 1 ("HCWD1") owns and operates the Fort Knox and Radcliff Wastewater Utilities. There are several main sewer lines identified as candidates for Cured-In-Place Pipe (CIPP) rehabilitation to correct deficiencies as noted by HCWD1. 2. Scope of Work - Services Requested: a) Submit bid for the installation of CIPP within sewer mains of 8-inch, 10-inch 12-inch, 15-inch and 18-inch diameters on a per foot basis, to include materials, labor, mobilization, equipment and expert knowledge required to ensure installation meets all manufacturer's specification and warranty requirements. i. Mobilization to the site of all equipment, personnel, or materials required for the project. ii. Preparatory cleaning of all piping requiring rehabilitation. iii. Rehabilitation of main using CIPP. iv. Reinstatement and grout sealing of service lateral connections to the rehabilitated piping. v. Post-work CCTV inspection of the piping. vi. Restoration of pavement, landscaping and affected areas related to work. vii. Any required by-pass pumping b) Sanitary Sewer Pre-Cleaning i. Contractor shall thoroughly clean all piping prior to installation of CIPP. Cleaning shall be performed using high-velocity sewer cleaning equipment. Equipment shall have a minimum capacity of 60 gallons per minute at a working pressure of 1,200 pounds per square inch. c) Backflow Prevention i. Backflow prevention approved by the HCWD1 shall be used for all connections to the potable water system. All water used shall be recorded and submitted to HCWD1 on a monthly basis. d) Traffic Control i. Traffic control shall be the responsibility of the contractor and shall be coordinated with HCWD1. e) Bypass Pumping i. The successful contractor shall be responsible for bypass pumping during the installation to ensure continuous operation of the sanitary sewer system as required, per section 4d. iii. through iv. f) Main Lines i. A complete list of the main lines that are candidates for CIPP and their exact location will be provided upon award of the project. The project will complete as many lines as possible, based on availability of funds. g) Total project scope is dependent on available funds and will be no greater than $450,000. Page 2 of 10 3. References and Standards: a) All work shall comply with the following standards as if fully set forth herein: b) ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduit by the Inversion and Curing of a Resin Impregnated Pipe. c) ASTM F1743 Standard Practice for Rehabilitation of Existing Pipelines and Conduit by the Pulled-in-Place Installation of Cured-In-Place Thermosetting Resin Pipe (CIPP). d) ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. e) ASTM D543 Standard Practice for Evaluating the Resistance of Plastics and Chemical Agents. f) ASTM D3567 Standard Practice for Determining Dimensions of "Fiberglass" (Glass-Fiber- Reinforced Thermosetting Resin) Pipe and Fittings. g) ASTM D5813 Standard Specification for Cured-in-Place Thermosetting Resin Sewer Pipe. h) ASTM D883 Standard Terminology Relating to Plastics. i) ASTM D1600 Standard Terminology for Abbreviated Terms Relating to Plastics. j) ASTM D638 Standard Test Method for Tensile Properties of Plastics. 4. Bid Format and Submittal Requirements: a) All bids shall include all required elements. Bids shall be submitted to HCWD1 no later than 2:00 pm (EST) on March 1, 2024. Late bids may be rejected without consideration at the sole discretion of HCWD1. b) Required bid information and documents to include; i. Staff Experience and Expertise: Shall include persons who will be assigned to the project, their education or work experience and what tasks or parts of the work they will contribute. Shall include specific list of projects which are similar to those described in this RFP. ii. Firm’s Experience Installing CIPP: Shall describe previous experience, and other relevant experience the firm has with similar efforts. Must include references of at least three similar installations completed in last three years, and include name of client, contact person, study cost and contact information. 1. Contractor/Superintendent experience requirements: The Contracting firm and the project superintendent shall have minimum field experience for CIPP installation of three (3) successfully completed projects totaling a minimum of 2,000 lineal feet of main line using the cured- in-place pipe technology for the proposed work. 2. Licensed Installer documentation: The Contractor shall be certified, authorized, or licensed by the manufacturer or licensor of the CIPP installation method the Bidder will employ for the project. The Bidder shall provide proof of license or deliberation documentation to the District to substantiate the above. iii. General plan and Sequence of Work: Shall describe in five pages or less how the firm plans to carry out and accomplish all works tasks listed under Section 2, Scope of Work - Services Requested. iv. Shall also include a description of the sequence of work, estimated time and milestone dates for completion of each, with specific dates between each major scope task included in this RFP. v. Proposed Fees: Must include a per foot fee for each pipe size as listed on the bid sheet. Page 3 of 10 vi. Timeline - Required Schedule: Firms submitting shall consider in their development of the bid, the fee and resources required, completing all tasks in accordance with the following anticipated fixed dates and shall also submit their own planned dates for completion of key milestones listed; c) Responding firm's bid shall address each of the following in their required General Plan and Schedule of Work Section; i. Mobilization to the site of all equipment, personnel, or materials required for the project. ii. Preparatory cleaning of all piping requiring rehabilitation. iii. Rehabilitation of main using CIPP. iv. Reinstatement and grout sealing of service lateral connections to the rehabilitated piping. v. Post-work CCTV inspection of the piping. vi. Restoration of pavement, landscaping and affected areas related to work. vii. The above listed key milestone dates do not preclude the Bidder from adding more milestones or key tasks and assigning dates to match their submitted General Plan and Schedule with their bid) viii. Signed bid certification (Attachment A). Shall be signed and dated by a person who has authority to bind the firm to the bid. d) The Contactor shall submit copies of the following to the District as part of their bid: i. All materials provided shall be fully in accordance with the requirements of the reference specifications listed. ii. Affidavit of Compliance: The Bidder shall submit a certified affidavit of compliance for cured-in-place piping proposed, confirming the materials fully conform to the requirements specified herein. iii. Bypass Pumping Plan: The Bidder shall submit a general bypass-pumping plan for review by the District. The plan shall include proposed methods and equipment for sewage control during the installation. The plan shall include methods to control main pipeline flow, type of piping to be used for bypass, and the method of flow control. The plan shall include methods for employing standby equipment when required during an emergency, including the use of a second pumping unit on standby or two alternating pumps. The Bypass Pumping Plan shall be in accordance and comply with District Standard Operating Procedure "Manhole Plugging", dated August 1, 2011 (attached). Manhole plugging procedures shall be adhered to per "Manhole Plugging Checklist" as adopted by the District August 1, 2011 (attached). The Bypass Pumping Plan shall include provisions to notify the District not less than two weeks in advance of any outages of service caused by the Bidder's activities. iv. The successful bidder shall be responsible for bypass pumping during the installation and Quality Assurance Testing period to ensure continuous operation of the sanitary sewer system, to ensure wastewater flow at all times. All Bypass Pumping costs are to be included in their entirety as part of the submitted bid. v. Cured-In-Place Process: The Bidder shall provide a detailed description of the cured-in-place installation process, including the wet-out process, manhole preparation, existing pipe preparation and manufacturer's liner installation procedure. This description shall include tube and resin manufacturer's wet-out recommendations including the roller gap, material feed speed and vacuum requirements for the specified liner size and thickness. If wet-out is to occur off-site, provide certification by the person-in-charge that the entire wet-out process including handling and delivery to the site followed by the defined procedures. Page 4 of 10 e) Materials: i. CIPP Liner Physical Properties: The cured resin/fabric tube CIPP system shall conform to the minimum structural standards defined in ASTM F1216 and ASTM F1743. f) Design Parameters: i. The liner shall have sufficient wall thickness to withstand all anticipated internal and external pressures and loads which may be imposed after installation. The design of the CIPP shall include considerations for ring bending, deflection, combined loading, buckling and ovality. ii. The required structural CIPP wall thickness shall be based, as a minimum, on the physical properties above or greater values if substantiated by an independent laboratory and in accordance with the design equations of Appendix XI of ASTM F1216, and the above design parameters. g) Connection to Manholes: The CIPP shall be grout sealed at the manhole opening as necessary to produce a watertight seal with no annular gaps. h) Reinstatement and Grout Sealing of Service Laterals: i. After installation of the CIPP, in-service laterals connected to rehabilitated lines shall be reinstated and grout sealed as necessary to produce a watertight seal with no annular gaps. ii. The District's Contractor will determine the locations of existing active sewer service lines. The Bidder shall reestablish active sewer service lines without excavation, utilizing a remotely controlled cutting device, monitored by CCTV. The Bidder shall certify a minimum of two complete functional cutters plus key spare components are on the job site prior to each installation, or are in the immediate area of the jobsite and may be quickly obtained. iii. No additional payments shall be made for excavations for the purpose of reopening connections, and the Bidder shall be responsible for all costs and liability associated with such excavation and restoration work. i) Post-Construction Television Inspection: i. The Bidder shall perform a post-construction television inspection upon completion of each CIPP installation. The purpose of the video inspection is to confirm integrity of reinstated service laterals and to evaluate the CIPP. ii. The camera shall have the capability to provide a detailed 360-degree scan of sidewalls and have the ability to inspect the connection of service laterals to the main. iii. The number designation of the sanitary sewer line, date of video, and distance from the manhole referenced shall be displayed on the video presentation. iv. Photographs may be requested by the District to record observed conditions as part of the inspection. v. A permanent recording (with audio) shall be provided on CD/DVD or on a solid-state drive (SSD). vi. A written location record shall be provided showing the exact location of each service lateral in relation to adjacent manholes. Page 5 of 10 5. Recommended Pre-Bid Meeting: A recommended pre-bid meeting will be held February 16, 2024 at 2:00 p.m. (EST). at the James S. Bruce Service Center, 1400 Rogersville Road, Radcliff, Kentucky 40160. Depending on the number of questions presented at this meeting, HCWD1 may issue an addendum with clarifications or additional information to those attending this meeting 6. Questions and Resources: Questions regarding bid content, or other technical requirements shall be directed to; Daniel Clifford Engineering Manager, HCWD1 email: dclifford@hcwd.com Also, all questions and answers will be distributed to all Bidders attending the pre-bid meeting and will be posted on HCWD1's website. 7. Documents included by Attachment: Liability Insurance Requirements Manhole Plugging Checklist Page 6 of 10 Attachment A BID CERTIFICATION & SUBMITTAL FORM By signing below, the undersigned does hereby agree and certify the following terms, understanding and commitments; 1. That the Bidder, including officers, partners or principals, have thoroughly read and understand all sections of the Invitation to Bid and that any exceptions or variances requested have been submitted with their bid, all questions have been asked and answered and that the fee(s) submitted with the bid assume providing coverage for all risk requirements listed in the Invitation To Bid. 2. That all information and answers are correct for all parties to the best of their knowledge, and that should any information be found to be materially incorrect or false, the District may terminate any contract or agreement with the parties. 3. By submitting a Bid, the Bidder agrees to release the District from any liability resulting from the District's disclosure of such materials and the information contained in them. 4. By submitting a bid, the Bidder also agrees to defend any legal or administrative action seeking release of materials the Bidder believes to be trade secret information and will indemnify and hold harmless the District, its agents and employees from any judgments or damages awarded against any of them in favor of any party requesting the materials, including any costs connected to that defense. If a request is made under Kentucky Statutes for release of any materials submitted by a Bidder that the Bidder deems to be trade secret information, the District will notify the Bidder of such a request, but the District will have no obligation to commence or defend any action to prevent the disclosure of any materials, including materials the Bidder believes to be trade secret information or otherwise confidential. 5. That no member of the Bidder’s company, its employees, principals or partners have not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a District employee or Commissioner in connection with this Bid. 6. That the undersigned have the authority and approval to submit this Bid and bind their corporation or organization to the terms required in the Invitation To Bid and if selected for further consideration will in good faith negotiate with the District to provide additional pricing or cost information, and to enter into an agreement for completion of this project. Firm Certification: Signature Printed Name & Title Name of Corporation / Company Witness Signature Date of Bid: Page 7 of 10 Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY. 40160 SEALED BID FORM 2024 Cured In Place Pipe (CIPP) Installation INSTRUCTIONS: Fill in the bid amount for each item. Bids must be placed in a SEALED ENVELOPE and turned in to Mr. Daniel Clifford at the James S. Bruce Service Center, 1400 Rogersville Road, Radcliff, Kentucky 40160 NO LATER THAN 2:00 pm (EST) on March 1, 2024 and clearly marked “2024 Cured in Place Pipe (CIPP) Installation BID”. The District’s Board of Commissioners will make final determination of bid accepted and reserves the right to reject any or all bids, and to waive any formalities. Name of Bidder: ____________________________________________________ Signature: ____________________________________________________ ____________________________________________________ (Print name) Address: ____________________________________________________ Phone Number: ____________________________________________________ (By signing above, bidder acknowledges that he/she has read and has agreed to all bid terms.) Any inquiries should be addressed to: Mr. Daniel Clifford 1400 Rogersville Road Radcliff, KY 40160 Phone: (270)351-3222 DClifford@hcwd.com ITEM UNITS (FEET) COST PER FOOT 1. 8-inch CIPP LF $ 2. 10-inch CIPP LF $ 3. 12-inch CIPP LF $ 4. 15-inch CIPP LF $ 5. 18-inch CIPP LF $ Page 8 of 10 SIZE CERTIFICATION The Federal Acquisition Regulation, Part 19, requires Hardin County Water District No. 1 (“the District”) to make reports on the value of subcontracts (this includes purchase orders) that are issued to the various companies providing services and supplies to the District in support of government contracts. For the most part the business size is a self-certifying issue that places the responsibility of the size/status declaration on the company that is making the certification. The SBA must certify companies claiming to be operating in a Historically Underutilized Business Zone (HUBZone). Please complete the below self-certification and return it to the District with your bid documents. Company Name: ____________________________________________________________________ Address: ____________________________________________________________________________ City, State and Zip Code: _________________________________________________________________ Phone Number: ________________________________________________________________________ Fax Number: ________________________________________________________________________ Email Address: ________________________________________________________________________ Business Size: _______ Small Business _______ Small Disadvantaged Business _______ HUBZone Small Business _______ Woman Owned Small Business _______ Veteran Owned Small Business _______ Service Disabled Veteran Owned Small Business _______ Large Business _______ Other: Specify _______________________ (Check all that apply) Company primary North America Industry Classification System (NAICS) code: ______________ Number of Employees: _____________ You may wish to review the definitions for the above categories in the Federal Acquisition Regulation, Part 19.7 or Part 52, Paragraph 52.219-8. If you have difficulty ascertaining your size, status, primary NAICS code you may call the Small Business Administration at 1-800-U-ASK-SBA or refer to SBA’s website at www.sba.gov. For additional information or assistance with certifications please visit https://www.apexaccelerators.us/#/ Under 15 U.S.C. 645(d), any person who misrepresents its size status shall (1) be punished by a fine, imprisonment, or both; (2) be subject to administrative remedies; and (3) be ineligible for participation in programs conducted under the authority of the Small Business Act. _________________________________________________________ __________________________ Signature and Title Date The self-certification is good for a one-year period. It is your responsibility to notify us of any size or ownership status changes during this period. After one year, recertification is required. Revision 06/2023 Page 9 of 10 51A383 (4-23) Commonwealth of Kentucky DEPARTMENT OF REVENUE CERTIFICATE OF EXEMPTION FOR BUILDING MATERIALS, FIXTURES AND SUPPLIES PURCHASED BY A CONSTRUCTION CONTRACTOR FOR A SEWER OR WATER PROJECT WITH A GOVERNMENTAL AGENCY In accordance with KRS 139.480(34), this certificate may be executed only for those purchases (on or after 01/01/2023) of building materials, fixtures and supplies that will be permanently incorporated into a structure or improvement to real property, or will be completely consumed, in fulfilling a construction contract with a governmental agency for the purpose of furnishing water or sewer services to the general public. The building materials, fixtures and supplies purchased must also be exempt from the sales and use tax if purchased directly by the governmental agency. This certificate must be executed jointly by the governmental agency and the construction contractor who is under contract with the governmental agency and purchases the property to fulfill the terms of the construction contract. THE UNDERSIGNED HEREBY CERTIFIES THAT THE PROPERTY TO BE PURCHASED FROM: _____________________________________________________________________________ _______________________ Vendor Name and Address will be permanently incorporated into a structure or improvement to real property, or will be completely consumed, in fulfilling a construction contract with a governmental agency for the purpose of furnishing water or sewer services to the general public. Type and description of property to be purchased:  Building Materials: _________________________________________________________________________________________________________  Fixtures: _________________________________________________________________________________________________________  Supplies: _________________________________________________________________________________________________________ Project Period of Construction Contract: Start Date ________________________ End Date _________________________ This jointly executed certificate of exemption, shall be valid only for purchases made for the project period of the construction contract indicated on the certificate at the time of purchase. A construction contractor shall jointly execute a new certificate with a government agency for additional purchases of building materials, fixtures and supplies required for the same project after the initial expiration date or for additional projects. I, the purchaser, understand that if the property described above is used in a nonexempt manner, I am liable for the payment of sales tax as provided in KRS 139.270, as if I were the retailer making a retail sale of the property at the time of such use and the cost to me shall be deemed the gross receipts from such retail sale. I will immediately remit to the Department of Revenue Frankfort, Kentucky 40620 the required tax measured by the purchase price of the property. I also understand that the department shall hold the purchaser liable for the remittance of the tax and may apply any penalties as provided in KRS 139.990. Under penalties of perjury, I swear or affirm that the information on this certificate is true and correct as to every material matter. ________________________________________________________ ________________________________________________________ Governmental Agency Exemp�on Number Governmental Agency Authorized Signature Date ________________________________________________________ ________________________________________________________ Construc�on Contractor Name (Print) FEIN Construc�on Contractor Authorized Signature Date ________________________________________________________ ________________________________________________________ Sub-Contractor Name (Print) FEIN Sub-Contractor Authorized Signature Date Check List for Bid Submittal Requirements Staff Experience and List of Similar Projects Important—Certificate not valid unless completed in full. Page 10 of 10 Firm's Experience Installing CIPP Licensed Installer Documentation. Bid Form. Bid Certification & Submittal Form. Warranty Policy - list Warranty and/or Warranty Options available. Small Business Size Certification. i. INSURANCE REQUIREMENTS: Policies described in this section shall be for the mutual and joint benefit and protection of the CONTRACTOR and the DISTRICT. All required. ii. Limits of Commercial General Liability shall be, at minimum, as follows: (1) Each Occurrence $2,000,000 (2) Damage to Rented Premises (Ea occurrence) $100,000 (3) Medical Expense (any one person) $5,000 (4) Personal and Adv Injury $2,000,000 (5) General Aggregate $2,000,000 (6) Products – Comp/OP Agg $2,000,000 iii. Limits of Automobile Liability (for Any Auto), shall be, at a minimum, as follows: (1) Combined Single Limit (Ea accident) $1,000,000 (2) Underinsured motorist $100,000 (3) Uninsured motorist combined $100,000 iv. Worker's Compensation and Employee Liability (1) Worker’s Compensation based on statutory limits (2) E.L. each accident $1,000,000 (3) E.L. disease – each employee $1,000,000 (4) E.L. disease – policy limit $1,000,000 v. Additional Insured Endorsement. Contractor shall provide an additional insured endorsement, listing the OWNER on form CG 20 26 07 04. 1) include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 2) include contractual liability insurance covering Contractor’s indemnity obligations under Paragraphs 6.11 and 6.20; 3) contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 4) remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 5) include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. Manhole Plugging Checklist Project: Contractor: Name of Contractor Rep: (Please Print) Plug Installed - Date: Time: Reason for Plugging Manhole: HCWD1 Rep Onsite: (Please Print) Inspector: (Please Print) Manhole #/Location: Estimated Amount of Time Manhole to be Plugged: Plug Removed - Date: Time: HCWD1 Rep: Signature Inspector: Signature Contractor Rep: Signature By signing above I do hereby attest that ALL equipment, to include, but not limited to, a manhole plug(s), was removed from the manhole listed above, at the date and time noted above and normal, unimpeded flows have been restored. Standard Operating Procedures - Hardin County Water District No. 1 Subject: Manhole Plugging Effective Date: August 1, 2011 Resp. Person: District Staff Onsite/Contractor I. Critical Task Reminder A. When a manhole is plugged, for any reason, the procedure for ensuring the plug is removed and manhole is restored to service. II. Purpose A. To ensure wastewater does not backup into customers dwellings or other structures. III. Trigger A. Reasons for plugging a manhole 1. Isolate part or all of a manhole and/or section of main sewer line for the purpose of testing the manhole for quality assurance purposes. 2. Isolate part or all of a manhole and/or section of main sewer line for the purpose of smoke testing a particular area. 3. Isolate part or all of a manhole and/or section of main sewer line for the purpose of performing maintenance or repairing any part of the manhole. IV. Plugging the Manhole A. BEFORE plugging ANY manhole in the District’s sewer system(s), District personnel shall be notified and MUST be on the job site. 1. The Contractor shall, at a minimum, document in writing, on a form provided by the District: a. Name of District employee notified b. Date of notification c. Time of notification d. Location of manhole to be plugged e. Estimated time manhole will be plugged f. Signature of District employee employee AFTER the plug is removed g. Time plugging began h. Time plugging ended i. Reason for plugging the manhole j. Onsite Contractor representative signature and printed name 2. The manhole that is plugged SHALL be marked with the provided barrier.

1400 Rogersville Road Radcliff, KY 40160Location

Address: 1400 Rogersville Road Radcliff, KY 40160

Country : United StatesState : Kentucky

You may also like

2024 Surface Treatment Program

Due: 09 May, 2024 (in 12 days)Agency: Township of Woolwich

Advertisement for Bids 2024 Cured In Place Pipe (CIPP) Installation

Due: 03 May, 2024 (in 5 days)Agency: Hardin County Water District

ADVERTISEMENT PLACEMENT SERVICES - NEWSPAPER

Due: 31 Jan, 2025 (in 9 months)Agency: Missouri Office of Administration

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.