CITY OF GAINESVILLE INVITATION TO BID
|
|
- Oswald Dennis
- 5 years ago
- Views:
Transcription
1 CITY OF GAINESVILLE INVITATION TO BID BID No Police Uniforms & Uniform Equipment Bid Release: August 23, 2018 Bid Questions Deadline: Bid Due Date: September 7, 10:00 a.m. September 13, 3:00 p.m. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office P.O. Box Henry Ward Way, Room 103 Gainesville, GA Gainesville, GA 30501
2 City of Gainesville Invitation to Bid OVERVIEW BID No Police Uniforms & Uniform Equipment The City desires to purchase Police Uniforms and Uniform Equipment. BID CORRESPONDENT Upon Release of this Bid, all vendor communications concerning this acquisition must be directed to the Administrative Services Department correspondent listed below: Kevin Hutcheson City of Gainesville PO Box 2496, Gainesville, GA Phone: FAX: Unauthorized contact regarding the Bid with other Gainesville City employees may result in disqualification. Any oral communications will be considered unofficial and non-binding on the City of Gainesville. Vendor should rely only on written statements issued by the Bid correspondent. BID QUESTIONS All questions must be submitted in writing to the Bid correspondent named above. Questions must be received by 10:00 a.m., September 7, A list of questions and answers will be provided to all know Bidders and by request. Requests may be made to the Bid correspondent named above. BID RESPONSE DATE AND LOCATION The Administrative Services department must receive the vendors Bid in a sealed envelope, in its entirety, not later than 3:00 p.m., Eastern Standard Time in Gainesville, Georgia on September 13, Bids arriving after the deadline will be returned unopened to their senders. All Bids and accompanying documentation will become the property of the City of Gainesville and may not be returned. One (1) original and (1) copy of this Bid must be submitted to allow for evaluation. Bids must be clearly marked on the outside of the package:
3 Police Uniforms & Uniform Equipment Bid #18040 Vendors assume the risk of the method of dispatch chosen. The City of Gainesville assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual Bid receipt. Late Bids will not be accepted nor will additional time be granted to any vendor. Bids may not be delivered by facsimile transmission or other telecommunication or solely by electronic means. Bid Schedule: Bid Release: August 23, 2018 Bid Questions Deadline: Bid Due Date: Anticipated Award Date: September 7, 2018, 10:00 a.m. September 13, 3:00 p.m. EST TBD (subject to final Bid review) WAIVER OF TECHNICALITIES All items must meet or exceed specifications as stated by the City of Gainesville. The City of Gainesville reserves the right to waive any technicalities and to reject or accept any Bid in its entirety or to accept any portion thereof if it is determined that either method results in lower costs, better service, final satisfaction or is otherwise determined to be in the best interest of the City of Gainesville. Award may be made by item number or in total. Determination of best response to Bid will be the sole judgment of the City of Gainesville. Bids shall remain valid for ninety days for the date of Bid opening. BID REJECTION The City of Gainesville reserves the right to reject any or all Bids at any time without penalty. Any vendor, who acts as a supplier to another vendor submitting a bid and also submits a bid of their own, will be viewed as participating in Collusive behavior. This behavior displays a pattern or practice of unethical or immoral business practices. Any vendor associated with this practice may be banned from doing business with the City of Gainesville for up to three years. MODIFICATION OF BIDS Any clerical mistake that is patently obvious on the face of the Bid may, subject to the limitations described below, be corrected upon written request and verification submitted by the Bidders. A nonmaterial omission in a Bid may be corrected if the Administrative Service Department determines that correction to be in the City s best interest. Omissions affecting or relating to any of the following shall be deemed material and shall not be corrected after Bid opening: (1) Price Information; and (2) Any required Insurance
4 WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the Bid opening. After Bids have been publicly opened, withdrawal of a Bid shall be based upon the following: The Bidders shall give notice in writing of his claim of right to withdraw his Bid due to an error within two business days after the conclusion of the Bid opening procedure. Bids may be withdrawn from consideration if the price is substantially lower than the other Bids due solely to a mistake therein, provided the Bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the Bid, which unintentional arithmetical error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the Bid sought to be withdrawn. The Bidder s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his Bid. If a Bid is withdrawn under the authority of this provision, the lowest remaining responsive Bid shall be deemed to be the low Bid. BIDDERS RESPONSIBILITY When determining whether a Bidder is responsible, or when evaluating a Bid, the following factors may be considered, any one of which will suffice to determine whether a Bidders is responsible or the Bid is the most advantageous to the City: The ability, capacity and skill of the Bidders to perform the contract or provide the equipment and/or service required. The character, integrity, reputation, judgment, experience and efficiency of the Bidders. Whether the Bidders can perform the contract within the time specified. The quality of performance of previous public and private contracts or services, including, but not limited to, the Bidder s failure to perform satisfactorily or complete any written contract. The City s termination for default of a previous contract with a Bidder, within the past three years, shall be deemed to be such a failure. The previous and existing compliance by the Bidders with laws relating to the contract or service. Evidence of collusion with any other Bidders, in which case colluding Bidders will be restricted from submitting further Bids on the subject project or future Bids, for a period not less than three years. The Bidders has been convicted of a crime of moral turpitude or any felony, excepting convictions that have been pardoned, expunged or annulled, whether in this state, in any other state, by the United States, or in a foreign country, province or municipality. Bidders shall affirmatively disclose to the City all such convictions, especially of management personnel or the Bidders as an entity, prior to notice of award or execution of a contract, whichever comes first. Failure to make such affirmative disclosure shall be grounds, in the City s sole option and discretion, for termination for default subsequent to award or execution of the contract. If the Bidders will be unable, financially or otherwise, to perform the work.
5 At the time of the Bid opening, the Bidder is not authorized to do business in the Georgia, or otherwise lacks a necessary license, registration or permit. Any other reason deemed proper by the City. NON-ENDORSEMENT As a result of the selection of a vendor to supply products and/or services to the City of Gainesville, the City of Gainesville is neither endorsing nor suggesting that the vendor s product is the best or only solution. The vendor agrees to make no reference to the City of Gainesville in any literature, promotional material, brochures, sales presentation or the like without the express written consent of the City of Gainesville. PROPRIETARY BID MATERIAL Any information contained in the Bid that is proprietary will be neither accepted nor honored. All information contained in this Bid is subject to public disclosure. RESPONSE PROPERTY OF THE CITY OF GAINESVILLE All material submitted in response to this request become the property of the City of Gainesville. Selection or rejection of a response does not affect his right. NO OBLIGATION TO BUY The City of Gainesville reserves the right to refrain from contracting with or purchasing from any vendor. The release of this Bid does not compel the City of Gainesville to purchase. COST OF PREPARING BIDS The City of Gainesville is not liable for any cost incurred by vendors in the preparation and presentation of Bids and demonstrations submitted in response to this Bid. NUMBER OF BID COPIES REQUIRED Vendors are to submit (1) original Bid and (1) copy. ADDENDA Bidders are responsible to check the City of Gainesville s website for the issuance of any addenda prior to submitting a Bid. The address is BID AWARD AND EXECUTION The City will select the Bid that, in its sole discretion, is the most responsive and responsible Bid to the City. The City reserves the right to make any award without further discussion of the Bid submitted; there may be no best and final offer procedure. Therefore, the Bid should be initially submitted on the most favorable terms the vendor can offer. The specification may be altered by the City of Gainesville based on the vendor s Bid and an increase or reduction of services with the manufacturer may be negotiated before Bid award and execution. Should the owner require additional time to award the Contract, the time may be extended by the mutual agreement between the Owner and the successful Bidder. If an award of Contract has not been made
6 within ninety days from the Bid date or within the extension mutually agreed upon, the Bidder may withdraw the Bid without further liability on the part of either party. LOCAL VENDOR PREFERENCE Local Vendor means a bidder or offeror which operates and maintains a brick and mortar business, i.e. a physical business address, within the city limits of the City of Gainesville, has a current business license, has paid in full all real and personal taxes owed the City, is considered a vendor in good standing with the City and can obtain an active vendor status. A local vendor may receive an opportunity to match for purchases, bids, Bid or contracts over $20,000 and less than $150,000. The local vendor may be given an opportunity to match the lowest price Bid, if the quotation or bid of the local vendor is within 3% of the lowest price Bid by a non-local vendor. In the event a local vendor matches the lowest price Bid, including all other terms, quality, services and conditions, then the local vendor shall be awarded the contract. In the event the price Bid of more than one local vendor is within 3% of the lowest overall price Bid of a non-local vendor, the local vendor with the lowest Bid will be given the first opportunity to match the lowest overall price Bid. If this local vendor declines to match the price Bid, then the local vendor with the next lowest bid within 3% will be given the opportunity to match the lowest Bid. This process will continue with all local vendors having Bid within 3% of the lowest overall bid by a non-local vendor. Policy to be stated. This policy shall be so stated in all applicable solicitations. Exemptions. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia (O.C.G.A or 32-4). BID REQUIREMENTS/EVALUATION CRITERIA The City will evaluate all written submittals. It is incumbent upon the Bidders to demonstrate within their Bids how each requirement will be satisfied. All Bids must meet the specification as outlined in this Bid. The City reserves the right to investigate the qualifications and experience of the Bidders, or to obtain new Bids. Bids not sufficiently detailed or in an unacceptable form may be rejected by the City. Dates and documentation included in the Bid become public information upon opening the Bids. Interested firms must follow the process outlined in the following pages in submitting their Bid. The following criteria, not listed in order of importance, will be used to evaluate Bids. Terms, condition and pricing of purchase or lease agreement. Cost of amenities available for the product(s).
7 VENDOR CLASSIFICATION CHECK APPROPIATE BOX Lease or Loan Equipment to others Onsite Repair of Equipment or Property (Light) Renovation, Maintenance, Repair of Buildings, Tree Pruning and Property Beautification Janitorial Sevices Lease/Use of Facilities or Grounds/Prop by others Licensed Professional Services (legal, accounting, A/E, medical) Consultant Services Capital New Construction Projects - Buildings, Roads, Large Tree Cutting, Water Lines, Water Treatment - SEE RISK Type of Insurance A Commercial General Liability Each Occurrence 1 - See Below 1- See Below 1-See Below 1-See Below 1-See Below General Liability $1,000,000 $1,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, Personal & Advertising Injury $1,000,000 $1,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, Medical Expense Any One Person $5,000 $5,000 $5,000 $ 5, $ 5, $ 5, $ 5, Damage to Rented Premises $50,000 $50,000 $50,000 $ 50, $ 50, $ 50, $ 50, General Aggregate $2,000,000 $2,000,000 $2,000,000 $ 2,000, $ 2,000, $ 2,000, $ 2,000, Products - Complete / Operations Aggregate $1,000,000 $1,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, B Auto Liability - Incl BI and PD 2- See Below 2-See Below 2-See Below 2-See Below 2-See below 2 -See Below 2- See Below - Combined Single Limit per Accident - Any Auto $1,000,000 $1,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, or - All Owned $1,000,000 $1,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, All Hired $1,000,000 $1,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, All Non-Hired $1,000,000 $1,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, May increase depending upon scope of work. See Risk Manager with any questions. C Excess / Umbrella Liability 3-See Below 3-See Below 3-See Below 3-See Below 3-See Below 3-See Below Each Occurrence $1,000,000 $5,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, Aggregate $1,000,000 $5,000,000 $2,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, D E Workers Compensation and Employers Liability Each Employee $1,000,000 $1,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, Each Accident $1,000,000 $1,000,000 $1,000,000 $ 1,000, $ 1,000, $ 1,000, $ 1,000, Disability Benefits Each Employee Statutory Statutory Statutory Statutory Statutory Statutory Statutory F Other - Professional Liability - or errors and Omissions or Malpractice -
8 Per Claim - Damage to others' property in your care - custody and control $ 1,000, $ 1,000, Opt Owners and Contractors Protection - Each Occurrence - Aggregate - All Other Insurance As Required by Law - All Lines Except Gainesville City to be named as Additional All Lines Except WC WC and Insured, Primary / Non-contibutory and waiver of subrogation on these coverage's All Lines Except WC All Lines Except WC All Lines Except WC All Lines Except WC All Lines Except WC and Professional Liability Professional Liability 1 The Per occurrence and Aggregate limits for specified should apply on a per location or per project basis - If you have questions or you are unsure please see Risk Manager 2 Automobile Liability Coverage is required IF an automobile is used in the execution of their contract. A vendor using a third party for shipment or transport does not require Automobile Liability Insurance 3 Umbrella should follow form
9 Bidder Requirements Bidder must provide evidence, satisfactory to the City, of the following insurance requirements: o Owner requires the Contractor to have and maintain the following insurance coverage and indemnification provisions with the City of Gainesville named as an additional insured hereunder. o The Contractor agrees to provide and maintain insurance coverage until the contract is completed and to furnish certificates from its insurance carriers showing that it carries insurance in the following minimum limits: (See insurance matrix or contact risk management to determine requirements) o Proof of Insurance The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates, and date of expiration of policies. Such certificates shall also contain substantially the following statement: The insurance covered by this certificate will not be cancelled or materially altered, except after thirty (30) days written notice has been received by the Owner. Product Requirements The following specifications are the specific items desired. Number of Products to be purchased: It is the City s intent to purchase the below listed uniforms and uniform equipment items on an as needed bases beginning July 1, 2018 with the option to continue until June 30, BRAND/SKU Description Size FLYING CROSS or equivalent Men s/women s Navy cargo shorts Size plus UD3900 TROUSERS NAVY POLYESTER MEN'S 4 POCKET Size UD3933 SLACKS NAVY POLYESTER WOMEN'S 4 POCKET Size W7886Z MEN'S SHIRTS L/S NAVY POLYESTER ZIPPER W/PATCHES SEWN ON THE SLEEVES Up to Size 24 87R7886Z MEN'S SHIRTS S/S NAVY POLYESTER ZIPPER W/PATCHES SEWN ON THE SLEEVES plus 127R7886Z LADIES SHIRTS L/S NAVY POLY ZIPPER W/PATCHES SEWN ON THE SLEEVES Size plus 177R7886Z LADIES SHIRTS S/S NAVY POLY ZIPPER W/PATCHES SEWN ON THE SLEEVES Size BLAUER 8370 POLYESTER ARMORSKIN OUTER VEST DARY NAVY BLAUER 8371 LS MEN'S POLYESTER ARMORSKIN BASE SHIRT Size S- 5XL Size S- 5XL
10 BLAUER 8372 SS MEN'S POLYESTER ARMORSKIN BASE SHIRT BLAUER 8371W WOMEN'S LS POLYESTER ARMORSKIN BASE SHIRT BLAUER 8372W WOMEN'S SS POLYESTER ARMORSKIN BASE SHIRT Size S- 5XL Size S-3XL Size S-3XL BRAID 1"SLATE GREY POLY/RAYON SEWN ON PANTS BRAID 1 GOLD POLY/RAYON SEWN ON PANTS UD39900 TROUSERS NAVY 6 POCKET POLYESTER Size OLYMPIC brand NY blue Coolmax stretch shorts, zipper closing pockets, regular belt loops, 8" inseam. MAX575/10/3/ZIP Un-lined Small - 6X Large Lined, Small - 6X EXTL11/22 NY Blue lightweight extreme stretch pants. Un-lined Small - 6X Large Lined, Small - 6X CMP126/22, Transfer POLICE-4, EPAULETS-Add, NY Blue short sleeve polo, POLICE-4" reflective transfer on back, matching epaulets both shoulders, sewn on nametag-style 1-DK Navy/Silver/Black. NOTE: **ALL CAPS-1st initial & last name** Large - 6X 6023AC Waterproof Barrier jacket Royal/Police navy with: name keeper vertical, reflective piping at midchest, patches sewn on, shield keeper vertical, reflective tape cape, Large 6X large OTHER CLOTHING 4S-APD01NV CAP NAVY ROUND 4STAR-NV CAP NAVY ROUND Vizguard S308V 31" reversible duty raincoat or equivalent Vizguard S305V reversible duty rain pants or equivalent Mock Turtle Neck 100% cotton, black in color, no seam neck construction w/spandex, shrinkage control system, Machine washable, with GPD embroidered on the neck (letter size 1/2" silver or gold. S - 4XL S - 4XL Small - 3Xlarge Covert khaki pants Size in-1 jacket w/zip out liner Small - 4X TacLite Pro pants Size TDUSHIRT BLACK S/S P SHIRT L/S TDU-RIP BK PANT TACLITE TDU BLACK L Size S - 4XLarge Size S - 4XLarge Size Xsmall - 6XLarge 5.11 Tactical shirts s/s XS-3XL ANSI (VEA-551-) reflective vest M - 6X HWC brand SUSPNYL1 Duty suspenders HATCH brand - RFK300 frisk gloves Small thru X-Large Strong Leather Company Badge Case ID Badge holder for wallet Badge holder for belt
11 Universal badge and ID holder 811NO-019 Recessed clip-on badge holder GOULD & GOODRICH B821-3 RH Magazine pouch w/handcuff case B821-3LH LH Magazine pouch w/handcuff case B841-4 RH Magazine pouch w/handcuff case B841-4 LH Magazine pouch w/handcuff case B831-3 Magazine pouch for CID B820 Clip handcuff case MC248 Holster MC248-B Holster straps STD Holster straps SDTH Holster straps STD-B Holster straps SDTH-B Holster straps Tie down straps w/cuff case CBK Case magazine CQC carbon 41SH01BK Shoulder harness Blackinton B1009 (Uniform) Rho-glo Karat clad B957 (CID) Rho-glo Karat clad B625 (Hat Badge) Rho-glo Karat clad B1042 (Campaign) Rho-glo Karat clad B1009 VHB (badge black letters) for Traffic Enforcement G.P.D. collar brass 5/16" cut letters. (Pair) Name tag w/ National Accreditation seal (letter size 5/16") Gun Metal Gold Silver Gold Silver Stinger Strion LED rechargeable flashlight Stinger Strion LED battery stick Stinger Strion LED black nylon holder SL-20XP LED rechargeable flashlight SL-20XP LED battery stick SL-20SP LED lamp module Flashlights
12 88703 Super TAC LED tactical flashlight Super TAC LED lithium batteries 12 pack Duty Belt Equipment Double cuff case w/flap Open top single cuff case w/belt loop Single cuff case w/flap Small pepper spray case " molded belt keeper (4-pk) Double mag pouch Glove pouch Ultra duty belt Small Ultra duty belt Medium Ultra duty belt Large Ultra duty belt X-Large Ultra duty belt 2X-Large Ultra duty belt 3X-Large Ultra duty belt 4X-Large Inner duty belt w/velcro Large Inner duty belt w/velcro X Large Inner duty belt w/velcro 2X Large Inner duty belt w/ Velcro 3X Large Inner duty belt w/ Velcro 4X Large Baton holder 21/26" " ASP baton black chrome shaft " ASP side break scabbards plain black GPW-1 Whistle gold NPW-1 Whistle silver GSC-1 Whistle chain w/shoulder strap hook gold NSC-1 Whistle chain w/shoulder strap hook silver Hinged handcuff (nickel) Chain handcuff (nickel) Other Equipment Holsters Safariland ALS duty holster - Right Hand Safariland ALS duty holster - Left Hand Safariland ALS duty holster w/itim3 light TLR-1 - Right Hand Safariland ALS duty holster w/itim3 light TLR-1 - Left Hand Safariland ALS paddle holster - Right Hand Safariland ALS paddle holster - Left Hand 6520 Taser X26 holster
13 Eiseman-Ludmar Co. Police Soft Epaulettes Layout A/Perma Gold/Black/Two Star Layout A/Perma Gold/Black/One Star Layout A/Perma Gold/Black/Captain Bar Y/8320 Layout A/Perma Gold/Black/Lieutenant Bar Y/8754 Layout A/Perma Gold/Black/Sgt Y/8122 Layout A/Perma Gold/Black/Staff Sgt Y/9171 Layout A/Perma Gold/Black/Sgt 1st class Y/C761 Layout A/PermaSilver/Black/Private Y/A847 Layout A/PermaSilver/Black/Private 1st class Y/C762 Responsibilities of the Bidder The Bidder, at its sole expense shall: Deliver, install, test and adjust product. If the City selects this option, provide routine maintenance and service included replacing all parts of Equipment which are faulty and/or worn out. Repair or replace inoperable items within 48 hours of notification by the City. Comply with all laws, ordinances, regulations, requirements and rules with respect to the maintenance of the (product). **The City of Gainesville is an equal opportunity owner/employer and will not discriminate against any vendor because of race, creed, color, religion, sex, national origin, or ADA disability status. *** The City of Gainesville will comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 2000d 42 USC 2000d 4 (hereinafter referred to as the Act), and all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the Regulations), and other pertinent directives, to the end that in accordance with the Act, Regulations, and other pertinent directives, no person in the United States shall, on the grounds of race, color, sex, or national origin be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Recipient receives federal financial assistance from the Department of Transportation, including the Federal Highway Administration, and HEREBY GIVES ASSURANCE THAT it will promptly take any measures necessary to effectuate this agreement.
14 City of Gainesville Bid No Police Uniform and Uniform Equipment Bid Certification Bidders must return the following certification with their Bids. With my signature, I certify that I am authorized to commit my firm to the Bid and that they information herein is valid for 90 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Bid upon the City s request. Bidders Signature Date Name (printed) Title Unofficial Witness Signature Date Name (printed) Title Company Address Phone for placing orders: Fax Address for placing orders: Notary Public Commission Expires:
15 City of Gainesville INVITATION TO BID Bid No. (Enter Bid Number) (Police Uniforms & Uniform Equipment) Bid Certification This form must be completed and signed for bid to be considered. With my signature, I certify that I am authorized to commit my firm to the Bid and that the information herein is valid for 90 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Bid upon the City s request. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office P.O. Box Henry Ward Way, Room 103 Gainesville, GA Gainesville, GA Bid Response: BRAND/SKU Description Size Cost Per Notes: FLYING CROSS or equivalent Men s/women s Navy cargo shorts Size Above sizes odd/even Size Above sizes even only Size 52 plus even only UD3900 TROUSERS NAVY POLYESTER MEN'S 4 POCKET Size Above sizes odd/even Size Above sizes even only Size 52 plus even only Size 2 18 UD3933 SLACKS NAVY POLYESTER WOMEN'S 4 POCKET Size Size W7886Z MEN'S SHIRTS L/S NAVY POLYESTER ZIPPER W/PATCHES SEWN ON THE SLEEVES Up to Size
16 Size 19 plus R7886Z MEN'S SHIRTS S/S NAVY POLYESTER ZIPPER W/PATCHES SEWN ON THE SLEEVES Size Size 52 plus Size R7886Z LADIES SHIRTS L/S NAVY POLY ZIPPER W/PATCHES SEWN ON THE SLEEVES Size 52 plus Size R7886Z LADIES SHIRTS S/S NAVY POLY ZIPPER W/PATCHES SEWN ON THE SLEEVES Size Size 52 plus BLAUER 8370 POLYESTER ARMORSKIN OUTER VEST DARY NAVY BLAUER 8371 LS MEN'S POLYESTER ARMORSKIN BASE SHIRT BLAUER 8372 SS MEN'S POLYESTER ARMORSKIN BASE SHIRT BLAUER 8371W WOMEN'S LS POLYESTER ARMORSKIN BASE SHIRT BLAUER 8372W WOMEN'S SS POLYESTER ARMORSKIN BASE SHIRT BRAID 1"SLATE GREY POLY/RAYON SEWN ON PANTS Size S- XL 2XL-5XL Size S- XL 2XL-5XL Size S- XL 2XL-5XL Size S-3XL Size S-3XL BRAID 1 GOLD POLY/RAYON SEWN ON PANTS Size Above sizes odd/even UD39900 TROUSERS NAVY 6 POCKET POLYESTER Size Above sizes even only Size 52plus even only OLYMPIC brand
17 NY blue Coolmax stretch shorts, zipper closing pockets, regular belt loops, 8" inseam. MAX575/10/3/ZIP Un-lined Small - 3X Un-lined 4X - 5X Un-lined 6X Large Lined, Small - 3X Lined 4X - 5X Lined 6X Un-lined Small - 3X Un-lined 4X - 5X EXTL11/22 NY Blue lightweight extreme stretch pants. Un-lined 6X Large Un-lined 6X Large Lined, Small - 3X Lined 4X - 5X Lined 6X CMP126/22, Transfer POLICE-4, EPAULETS-Add, NY Blue short sleeve polo, POLICE-4" reflective transfer on back, matching epaulets both shoulders, sewn on nametag-style 1-DK Navy/Silver/Black. NOTE: **ALL CAPS-1st initial & last name** Large - 3X 4X - 5X 6X Large Xlarge 2X Large 6023AC Waterproof Barrier jacket Royal/Police navy with: name keeper vertical, reflective piping at mid-chest, patches sewn on, shield keeper vertical, reflective tape cape, 2X Large 3X Large 4X Large 5X Large 6X Large 4S-APD01NV CAP NAVY ROUND 4STAR-NV CAP NAVY ROUND OTHER CLOTHING Vizguard S308V 31" reversible duty raincoat or equivalent Vizguard S305V reversible duty rain pants or equivalent S - 4XL S - 4XL Small - Xlarge Mock Turtle Neck 100% cotton, black in color, no seam neck construction w/spandex, shrinkage control system, Machine washable, with GPD embroidered on the neck (letter size 1/2" silver or gold. S/M L/XL 2XLarge 2X/3XL 3XLarge Covert khaki pants in-1 jacket w/zip out liner TacLite Pro pants Size Size Small - 2XLarge Size 3X - 4X Size Size 46-54
18 TDUSHIRT BLACK S/S P SHIRT L/S TDU-RIP BK PANT TACLITE TDU BLACK L Size S - 2XLarge Size 3Xlarge - 4XLarge Size S - 2XLarge Size 3XLarge - 4XLarge Size Xsmall - 2XLarge Size 3XLarge - 4XLarge 3XL-6XL XS-2X 5.11 Tactical shirts s/s Size M - Xlarge Size 2Xlarge 3XL M - XLarge ANSI (VEA-551-) reflective vest M - 2X 2X - 4XLarge 4x - 6X HWC brand SUSPNYL1 Duty suspenders HATCH brand - RFK300 frisk gloves Small thru X- Large Strong Leather Company Badge Case ID Badge holder for wallet Badge holder for belt Universal badge and ID holder 811NO-019 Recessed clip-on badge holder GOULD & GOODRICH B821-3 RH Magazine pouch w/handcuff case B821-3LH LH Magazine pouch w/handcuff case B841-4 RH Magazine pouch w/handcuff case B841-4 LH Magazine pouch w/handcuff case B831-3 Magazine pouch for CID B820 Clip handcuff case MC248 Holster MC248-B Holster straps STD Holster straps SDTH Holster straps STD-B Holster straps SDTH-B Holster straps Tie down straps w/cuff case CBK Case magazine CQC carbon
19 41SH01BK Shoulder harness Blackinton B1009 (Uniform) B957 (CID) B625 (Hat Badge) B1042 (Campaign) B1009 VHB (badge black letters) for Traffic Enforcement G.P.D. collar brass 5/16" cut letters. (Pair) Name tag w/ National Accreditation seal (letter size 5/16") Flashlights Stinger Strion LED rechargeable flashlight Rho-glo Karat clad Rho-glo Karat clad Rho-glo Karat clad Rho-glo Karat Clad Gun Metal Gold Silver Gold Silver Stinger Strion LED battery stick Stinger Strion LED black nylon holder SL-20XP LED rechargeable flashlight SL-20XP LED battery stick SL-20SP LED lamp module Super TAC LED tactical flashlight Super TAC LED lithium batteries 12 pack Duty Belt Equipment Double cuff case w/flap Open top single cuff case w/belt loop Single cuff case w/flap Small pepper spray case " molded belt keeper (4-pk) Double mag pouch Glove pouch Ultra duty belt Small Ultra duty belt Medium Ultra duty belt Large Ultra duty belt X-Large Ultra duty belt 2X-Large Ultra duty belt 3X-Large Ultra duty belt 4X-Large Inner duty belt w/velcro Large Inner duty belt w/velcro X Large Inner duty belt w/velcro 2X Large
20 87943 Inner duty belt w/ Velcro 3X Large Inner duty belt w/ Velcro 4X Large Baton holder 21/26" Other Equipment " ASP baton black chrome shaft " ASP side break scabbards plain black GPW-1 Whistle gold NPW-1 Whistle silver GSC-1 Whistle chain w/shoulder strap hook gold NSC-1 Whistle chain w/shoulder strap hook silver Hinged handcuff (nickel) Chain handcuff (nickel) Holsters Safariland ALS duty holster - Right Hand Safariland ALS duty holster - Left Hand Safariland ALS duty holster w/itim3 light TLR-1 - Right Hand Safariland ALS duty holster w/itim3 light TLR-1 - Left Hand Safariland ALS paddle holster - Right Hand Safariland ALS paddle holster - Left Hand 6520 Taser X26 holster Eiseman-Ludmar Co. Police Soft Epaulettes Layout A/Perma Gold/Black/Two Star Layout A/Perma Gold/Black/One Star Layout A/Perma Gold/Black/Captain Bar Y/8320 Layout A/Perma Gold/Black/Lieutenant Bar Y/8754 Layout A/Perma Gold/Black/Sgt Y/8122 Layout A/Perma Gold/Black/Staff Sgt Y/9171 Layout A/Perma Gold/Black/Sgt 1st class Y/C761 Layout A/PermaSilver/Black/Private Y/A847 Layout A/PermaSilver/Black/Private 1st class Y/C762
21 Having read and responded to all attached specifications, the undersigned offers the above quoted prices, terms and conditions. Signed, sealed, and delivered In the presence of: Unofficial Witness (Name of Company) By: (Person authorized to sign binding contract) Title: Notary Public Commission Expires: Attest: (Officer of Company if Corporation) Title:
CITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. (12007) Self-Contained Breathing Apparatus (SCBA) (Per Attached Specifications) Bid Release: (July 13, 2011) Bid Questions Deadline: (July 22, 2011 at 10:00
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. 12057 FY 2012 Full Depth Reclamation Project Bid Release: May 23, 2012 Contract Document Available Date: May 23, 2012 Mandatory Pre-Bid: June 19, 2012 Bid
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. (15035) (Alta Vista Grave Digging and Final Disposition) Bid Release: (01/26/15) Bid Questions Deadline: Bid Due Date: (02/03/15 @ 10:00 am) (02/09/15 @ 2:00
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. 17045 Nutanix IT Network Upgrade 2017 Bid Release: May 25, 2017 Bid Questions Deadline: June 1, 2017 Bid Due Date: June 8, 2017 Postal Return Address: Courier
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. 19009 One (1) New Tracked Hydraulic Excavator Bid Release: 10/10/18 Bid Questions Deadline: 10/17/18 Bid Due Date: 10/25/18 Postal Return Address: Courier
More informationCITY OF GAINESVILLE REQUEST FOR PROPOSAL
CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. 15058 Three Hundred (300) Stretch Yoke Meter Boxes (Per Attached Specifications) Bid Release: June 5, 2015 Bid Questions Deadline: June 11, 2015 Bid Due Date:
More informationCITY OF GAINESVILLE REQUEST FOR PROPOSAL
CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12063 PAVEMENT MARKING ANNUAL ON-CALL CONTRACT Proposal Release: May 31, 2012 Proposal Questions Deadline: June 8, 2012 Proposal Due Date: June 14, 2012
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. 16027 Four (4) New 20 Ton Utility Tag Trailers (Per Attached Specifications) Bid Release: December 4, 2015 Bid Questions Deadline: December 10, 2015 Bid Due
More informationCITY OF GAINESVILLE REQUEST FOR PROPOSAL
CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. 15012 Equipment for Police Vehicles Bid Release: (July 28, 2014) Bid Questions Deadline: Bid Due Date: (August 5, 2014 @ 10:00 am (August 11, 2014 @ 2:00pm)
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. 12023 2011 or 2012 Chevrolet Caprice Police Patrol Vehicle (PPV) (Rebid) Bid Release: (September 22, 2011) Bid Questions Deadline: Bid Due Date: (September
More informationCITY OF GAINESVILLE INVITATION TO BID
CITY OF GAINESVILLE INVITATION TO BID BID No. 19013 ANNUAL CHEMICAL BID Bid Release: 12/14/18 Bid Due Date: 01/10/19 Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville
More informationCITY OF GAINESVILLE INVITATION TO BID
INVITATION TO BID BID No. 18011 FY2017 Street Resurfacing Project Bid Release: Mandatory Pre-Bid Date: Bid Questions Deadline: Bid Due Date: April 16, 2018 May 1, 2018 May 4, 2018 May 16, 2018 Postal Return
More informationTOWN OF FARMINGTON, CT INVITATION TO BID BID # 267 POLICE EQUIPMENT
TOWN OF FARMINGTON, CT INVITATION TO BID BID # 267 POLICE EQUIPMENT Sealed bids for Police Equipment will be accepted by the Town of Farmington at the Town Finance Office, Farmington Town Hall, One Monteith
More informationInvitation to Bid - Police Uniforms Page No. 1
Page No. 1 Page No. 2 POLICE UNIFORM BID REQUIREMENTS 1. Bid Requirements Bids not conforming with the following requirements may be rejected. (a) (b) (c) (d) (e) Bids must be made on the blank bid form
More informationBID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY
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 informationRequest for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY
Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: DUE: December
More informationCITY OF GAINESVILLE REQUEST FOR PROPOSAL
CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 18029 City of Gainesville Emergency Backup Generator Replacement Proposal Release: April 26, 2018 Proposal Questions Deadline: May 3, 2018 Proposal Due
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations
More informationTOWN OF FARMINGTON, CT INVITATION TO BID BID # 268 POLICE UNIFORMS
INVITATION TO BID The Farmington Police Department is seeking a vendor to supply new and/or replacement uniforms. Sealed bids for Police Uniforms will be accepted by the Town of Farmington at the Town
More informationNOTICE TO BIDDERS CUSTODIAL SUPPLIES
Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO
More informationEL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT
EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed
More informationRequest for Quote Date: March 29, 2018
Request for Quote Date: March 29, 2018 FROM: City of Gainesville Attn: Theresa L. Dyer, Housing Coordinator Department: Community Development Telephone: 770-538-4944 P.O. Box 2496 Fax: 770-297-7826 Gainesville,
More informationInvitation For Bid. Uniforms IFB U
Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed
More informationCITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)
CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of Turn Out Gear for the Galesburg Fire Department Instructions to Bidders 1.
More informationINVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:
INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October
More informationRequest for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:
Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The
More informationTHE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street
THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:
More informationINVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler
INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,
More informationCity of New Rochelle New York
Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSAL,
More informationBids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.
Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu
More informationAdministered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08
Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December
More informationTOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES
TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.
More informationRequest for Bid #1667 (RFB) CONCRETE SERVICES
Request for Bid #1667 (RFB) CONCRETE SERVICES CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: April 6th, 2018 DUE: April 25th,
More informationREQUEST 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 informationChampaign Park District: Request for Bids for Playground Surfacing Mulch
May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be
More informationCounty of Gillespie. Bid Package for GRAVEL. Bid No November 2018
County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie
More informationProposal No:
City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures
More informationInvitation to Bid UNIFORMS RE-BID
Invitation to Bid 20150616 UNIFORMS RE-BID 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 20150616
More informationTOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid
TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal
More informationconstruction plans must be approved for construction by the City PBZ department.
City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00
More informationCity of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)
City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community
More informationBID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040
INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one
More informationCITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)
CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) 2018 2020 Well No. 13 Final Ad Ready Design, Permitting, Bid Support and Construction Administration Services March 2018
More informationGALESBURG 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 informationONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY
ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY I. INTRODUCTION The Onondaga County Water Authority ( OCWA ) was created as a public benefit corporation, pursuant to Public Authorities Law Article 5,
More informationBID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )
BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,
More informationNEW 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 informationINVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library
INVITATION FOR BID Furnish: Outdoor Sign for Bowen Branch Library Company: IFB No. IFB-CL-1904 Date of Issue: July 13, 2018 Bid Due Date: August 1,2018 at 2:00p.m. IFB-CL-1904 The Detroit Public Library
More informationWarner Robins Housing Authority
REQUEST FOR PROPOSAL HVAC SERVICES 2019 The Warner Robins & Houston County Housing Authorities (WRHA) are currently soliciting bids for HVAC Services for a one (1) year period with the option for two one
More informationCounty of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018
County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624
More informationJEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS
JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,
More informationCITY 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 removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement
More informationGENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES
Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described
More informationHOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES
REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and
More informationINDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.
SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on
More informationINFORMATION FOR BID. Tee Shirts (School Nutrition)
BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time
More informationCITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.
PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified
More informationLEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS
LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS The Town of Smyrna will accept quotations on barricades and cones for the Fire Department. Bidders shall submit sealed quotations in the format specified in
More informationCITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit
CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will
More informationCHAMPAIGN 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 informationInvitation to Bid BOE. Diesel Exhaust Fluid
Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN
More informationTOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL
TOWN OF ROCKLAND BROWN COUNTY, WISCONSIN Request for Proposal SNOW & ICE REMOVAL Issued February 23, 2015 DEADLINE 12:30 PM Monday, March 16, 2015 CONTACT: DENNIS CASHMAN CHAIRMAN 1712 BOB-BEA-JAN ROAD
More informationGUILFORD COUNTY SCHOOLS Invitation for Bids
GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236
More informationCounty of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018
County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)
More informationCOUNTY OF ROCKLAND DEPARTMENT OF GENERAL SERVICES VENDOR GUIDE TO INSURANCE REQUIREMENTS
As indicated in the County s Bid and RFP Documents, the County of Rockland requires insurance coverage from its vendors. Insurance requirements vary in accordance with the type and complexity of the goods
More informationMONDAY, SEPTEMBER 20, 3:00 PM
BID NUMBER UNIVERSITY MAILING DATE FAC84-10 TUESDAY, SEPTEMBER 7, 2010 BID TITLE UNIFORMS FOR FACILITIES DEPARTMENT BIDS WILL BE OPENED AT and may not be withdrawn within 45 days after such date and time.
More informationOKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES
OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,
More informationLEATHER STX LOOK FINISHES MODEL DESCRIPTION MSRP MSRP
SAFARILAND DUTY GEAR Price List Effective January 1, 2018 002 Cup Challenge $ - $ 79.00 2 Hi-Ride Level I Retention $ 146.50 $ - 014 Open Class Competition Holster $ - $ 200.00 014 ELS Adaptor ELS Adaptor
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for: Bulletproof Vests, will be received until 2:00 p.m. Wednesday, May 14, 2014 in the, New Castle County Government Center,, (Telephone: 302-395-5250). Minority and Women-owned Business
More informationPRICE SHEET E. Mission Blvd. Ontario, CA TOLL FREE: Fax: A
PRICE SHEET 3120 E. Mission Blvd. Ontario, CA 91761 909.923.7300 TOLL FREE: 800.347.1200 Fax: 800.366.1669 090214A 002 Cup Challenge $ - $ 79.00 2 Hi-Ride Level I Retention $ 146.50 $ - 014 Open Class
More informationInvitation to Bid BOE. Uniform Purchase
Invitation to Bid 20180410-03-BOE Uniform Purchase Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066
More informationIn every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:
The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation
More informationREQUEST FOR FORMAL BID
REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE
More informationWarner Robins Housing Authority
REQUEST FOR PROPOSAL ELECTRICIAN SERVICES 2019 The Warner Robins Housing Authority (WRHA) is currently soliciting bids for Electrician Services for a one (1) year period with the option for two one (1)
More informationRock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS
PUR484 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS February 03, 2014 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide
More informationREQUEST 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 informationLONE TREE SCHOOL BELL SYSTEM
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree
More informationPROPOSAL FOR LIQUID CALCIUM CHLORIDE
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR LIQUID CALCIUM CHLORIDE BID OPENING: Tuesday, April 19, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS
More informationCITY OF TITUSVILLE, FLORIDA
CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number
More informationLONE TREE SCHOOL FLOORING REPLACEMENT
WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree
More informationKANSAS CITY KANSAS PUBLIC SCHOOLS USD 500. BID TITLE: BASEBALL UNIFORMS ALL SECONDARY SCHOOLS BID Number:
KANSAS CITY KANSAS PUBLIC SCHOOLS USD 500 BID TITLE: BASEBALL UNIFORMS ALL SECONDARY SCHOOLS BID Number: 16-057 Date Issued: 12-13-16 Bid Due Date: 1-3- 17 2:00 P.M. Pre-Bid Conference: NONE Submit To:
More informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationRequest 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 informationFIRSTMERIT 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 informationORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET
ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT 06477 (203) 891-8020 SPECIFICATION COVER SHEET The Orange Board of Education reserves the right to reject any and all bids, or separate parts
More informationHABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA
HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA 30523 706-839-0200 www.habershamga.com REQUEST FOR PROPOSALS Habersham County Office of County Commissioners
More informationRequest for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library
PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm
More informationRequest for Proposal Financial Advisory Services 2013 RFP NO.: 7211
Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The
More informationPROPOSAL FOR 2019 MINERAL WELL BRINE
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS
More informationTOWN OF LINCOLN GENERAL SPECIFICATIONS
TOWN OF LINCOLN GENERAL SPECIFICATIONS 1. RECEIPT AND OPENING OF PROPOSALS Sealed bids (proposals) will be accepted in the office of the Finance Director, Town Hall, Lincoln, Rhode Island, until the time
More informationRequest for Proposal # Postage Meter Lease & Maintenance Service
Request for Proposal # 2018-025 Postage Meter Lease & Maintenance Service Due Date: October 19, 2017 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500
More informationCity of Albany, New York Traffic Engineering
City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The
More informationDAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL
DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement
More informationPROPOSAL FOR STREET SWEEPING SERVICES
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY
More informationREQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES
REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES The Capital Region Airport Authority (CRAA) hereby requests from persons, firms, or corporations, who meet the qualifications hereinafter set forth, proposals
More informationREQUEST 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 informationPROPOSAL FOR 2017 MINERAL WELL BRINE
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS
More information