PIERCE COUNTY INVITATION TO BID NUMBER FOR LED Light Retrofit

Size: px
Start display at page:

Download "PIERCE COUNTY INVITATION TO BID NUMBER FOR LED Light Retrofit"

Transcription

1 PIERCE COUNTY INVITATION TO BID NUMBER 1506 FOR LED Light Retrofit BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA AND WILL BE RECEIVED UNTIL 1:00 P.M., MAY 8, 2015 AT WHICH TIME THEY WILL BE PUBLICLY OPENED AND READ ALOUD IN THE COUNCIL CHAMBERS, 10TH FLOOR COUNTY-CITY BUILDING 930 TACOMA AVE S, TACOMA WA ******************** PURCHASING DEPARTMENT 615 SOUTH 9TH STREET SUITE 100 TACOMA WASHINGTON ACTING FOR: PIERCE COUNTY

2 PIERCE COUNTY INVITATION TO BID NUMBER 1506 TABLE OF CONTENTS BID DOCUMENTS INVITATION TO BID Pages 1-5 SPECIFICATIONS GENERAL CONDITIONS AND INSTRUCTIONS Page 1 of 5 through Page 5 of 5 CONTRACT COMPLIANCE REQUIREMENTS FOR SUPPLY OR SERVICES CONTRACTS - Pages 1-3 The following forms must be returned with the bid: Bid/Proposal Form including Certification of Non-Segregated Facilities and Non-Collusion & Debarment Affidavit (Must be notarized) Subcontractor's Participation Form (Page 2 of Contract Compliance) Personnel Workforce Data Form (Page 3 of Contract Compliance) 2

3 PIERCE COUNTY INVITATION TO BID NUMBER 1506 BID REQUIREMENTS To furnish Pierce County with replacement LED retrofit lighting kits, per the attached specifications. The quantities listed below are the initial order. Pierce County anticipates continuing retrofitting existing lights within the County. Pierce County reserves the right to order more or less based on actual need. Initial Order: Quantities listed below are required no later than 3 weeks after receipt of order. Item Model # Description QTY Unit Price Total Price # 1 DEG (107w) Replacement LED Retrofit Kit for HID 39 $ $ Applications 2 Surge Protection (SP) 39 $ $ 3 DEG (55w) Replacement LED Retrofit Kit for HID 4 $ $ Applications 4 Surge Protection (SP) 4 $ $ 5 LEA-DL9 DownL with Replacement LED Retrofit Kit for HID 41 $ $ Surround Diffuser (12w) Applications 6 Power Supply Devices(PS) 41 $ $ 7 LEA-DL9 DownL with Replacement LED Retrofit Kit for HID 16 $ $ Globe Diffuser (12w) Applications 8 Power Supply Devices(PS) 16 $ $ 9 Shipping 1 $ $ Items listed below are not part of the initial order. These items will be ordered on an as needed basis. Item Model # Description Unit Price Total Price # 10 DEG Replacement LED Retrofit Kit for HID Applications $ $ 11 DEG Replacement LED Retrofit Kit for HID Applications $ $ 12 DEG Replacement LED Retrofit Kit for HID Applications $ $ 13 DEG Replacement LED Retrofit Kit for HID Applications $ $ TOTAL $ There will be no additional charges allowed. The price listed above is to be all inclusive of expenses related to this bid. Additional orders will be placed based on the unit price listed above and will be placed on an as needed basis. No substitutes will be allowed for this bid. This bid is subject to the attached General Provisions. Bid security is not required for this project. Please delete paragraph 1.4 of the attached General Provisions. 3

4 PIERCE COUNTY INVITATION TO BID NUMBER 1506 This contract shall be renewable. Please see renewal terms in paragraph 2.2 of the attached General Provisions. All documents, reports, proposals, submittals, working papers, or other materials prepared by the contractor pursuant to this proposal shall be printed on recycled paper whenever practicable. Questions regarding the specifications should be directed to Mel Henley no later than 4:00 PM, April 29, 2015 at Please note: Any oral interpretation is not binding on the County, unless confirmed by Addendum. 4

5 PIERCE COUNTY INVITATION TO BID NUMBER 1506 BID TERMS Prompt Payment Discount: % / Days, Net 30 DELIVERY IS GUARANTEED WITHIN ORDER BUT NOT LATER THAN XXXX DAYS FOB PIERCE COUNTY WA CALENDAR DAYS OF RECEIPT OF Time is of the essence. If bidding other than as specified, or if "Bid Requirements" do not specify a brand name or model, indicate brand name and model number you are offering here: and attach descriptive literature with factory specifications. Pierce County reserves the right to reject any and all bids, to waive any informality in bids and to accept any item in the bid. All questions and blanks in this bid must be completed in full for valid bid response. Pierce County is required to pay State sales tax (or use tax if vendor does not collect sales tax), but is exempt from Federal excise tax. CERTIFICATION OF NONSEGREGATED FACILITIES The contractor certifies that no segregated facilities are maintained and will not be maintained during the execution of this contract at any of contractor's establishments. The contractor further certifies that none of the contractor's employees are permitted to perform their services at any location under the contractor's control during the life of this contract where segregated facilities are maintained. The contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom, or otherwise. The contractor agrees that identical certifications from proposed contractors will be obtained prior to the award of any subcontracts. Contractor will retain a copy of any subcontractor's certification and will send original to Contract Compliance Division. NON-COLLUSION & DEBARMENT AFFIDAVIT I, the undersigned, having carefully examined the Invitation to Bid, propose to furnish materials, equipment, supplies and/or services as set forth herein. Being first duly sworn, on my oath, I hereby certify that this proposal is genuine and not a sham or collusive proposal, or made in the interests or on behalf of any person not therein named; and I have not directly or indirectly induced or solicited any contractor or supplier on the above work to put in a sham proposal or any person or corporation to refrain from submitting a proposal; and that I have not in any manner sought by collusion to secure to myself an advantage over any other contractor(s) or person(s). I further certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of eligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three years; does not have a proposed debarment pending; and has not been indicted, convicted or had a civil judgement rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the last three years. FIRM NAME: 5

6 This page must be returned with the Bid PIERCE COUNTY INVITATION TO BID NUMBER 1506 Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate above to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. "A suspending or debarring official may grant an exception permitting a debarred, suspended, or excluded person to participate in a particular transaction upon a written determination by such official stating the reason(s) for deviating from the Presidential policy established by Executive Order " (49CFR Part 29 Section ). Vendor's Registered Name Date Signature of person authorized to enter contractual agreements Printed Name Title Address: UBI No. Phone (Area Code) FAX (Area Code) Subscribed and sworn before me this day of,20. Notary Public in and for the State of County of My commission expires: Complete the tax status information for one of the following business entity types. Individual or Corporate name must match exactly as registered with either Social Security Administration or Internal Revenue Service. SOLE PROPRIETOR: Business Owner s Name Business Owner s Social Security Number PARTNERSHIP: CORPORATION: DBA/Business or Trade Name (if applicable) Name of Partnership Name of Corporation Partnership s Employer Identification Number Corporation s Employer Identification Number PLEASE NOTE: Proposals shall be signed by the person or persons having authority to sign them. If a bidder is a corporation the proposal shall be signed on behalf of the corporation by such an authorized person. If a bidder is a copartnership, the proposal shall be signed by an authorized member of the copartnership. When the bidder is a joint venture, the proposal shall be signed by one or more individuals as authorized by the Joint Venture. Pierce County may require bidders to furnish duly authenticated copies of resolutions, or minutes or power-of-attorney from each person or entity to be bound, evidencing that authority. THIS PAGE MUST BE SIGNED, NOTARIZED, AND RETURNED WITH THE BID. 6

7 DEG Replacement LED Lamp for HID Applications Shown with Micro-Prism Curved Lens & Medium Base (r) & Mogul Base (l) PROUDLY MADE IN THE USA Utility & Design Patents Pending Direct Replacement for HID Bulbs Fully rotational 360 adjustment assists with Dark Sky cut-off requirements No modification required to conventional fully-enclosed luminaire fixtures For use in enclosed fixtures, even IP66 & IP67 Simply bypass conventional ballast - Remove/Recycle for additional ROI Retain current fixtures No need for costly replacements (UL1598C - LED Conversion) Small Compact direct replacement LED lamp for w HPS/MH bulbs **The Bonneville Power Administration (BPA) has reviewed and approved the mogul based LED s submitted by DEG and is currently accepting them and offering incentives through the non-residential lighting program. The LED HI-Lamp is a direct replacement LED Lamp for E39/E40 mogul base HID bulbs in most outdoor enclosed fixtures. It is recommended that an in-line surge protection device such as the TRP-FSP KA be installed for all outdoor applications. Outdoor and Commercial/Industrial/Institutional Applications: Parking Lot Parking Garages Walkways Warehouse Side Doors Canopy Lights Fueling Stations Wallpacks Park/Entry Lighting 4500K Color Temperature* - Best Combination of Brightness for Security and Spectral Content for Accurate Color Representation. 70 Lumens per Watt (CREE XLamp, XM-L2) CRI* (Depending on Light Level Output setting) UL/CSA/CE LM79, LM80, TM21 & FCC Spec based on Curved Micro-Prism Diffused Lens LDL & Bonneville Power Administration (BPA)** HI-Lamp # System Compare to Model # LED s Lumens Watts HID System Watts 1 DEG , up to 132w 1 Assumes 90% Efficiency for HID Ballast older ballasts will produce higher System Watts comparison Please visit our website for Technical Specifications (LM79/LM80/TM21) Call for IES files and test data. *For additional Color Temperatures, greater CRI please contact our sales and engineering team. DIFFERENTIAL ENERGY GLOBAL LTD Leader International Drive (360) Port Orchard, WA Proudly Offered By: rev.hl

8 5-5/16" mm 2-3/8" 60.33mm 2-11/16" 68.26mm HI-LAMP DEG oz. 0.21kg. Specifications MODEL DEG INPUT POWER (WATTS) 30 HID EQUIVALENT SYSTEM POWER (WATTS) UP TO 132 INPUT LINE VOLTAGE (VAC) INPUT FREQUENCY (Hz) BASE TYPE MEDIUM OR MOGUL LUMENS 2,139 LUMEN EFFICACY (LPW) 70 CCT 4500K CRI 75 CALCULATED LIFETIME (L70 70 C) 100,000+ POWER 120 VAC 0.98 NUMBER OF LED S 4 LED TYPE CREE XM-L2 WARRANTY 5 year Non-Prorated + 5 year Limited Note: When installing LED HI-Lamp to replace HID bulb, ballast must be removed and recycled when present. Eliminating the ballast saves additional costs related to maintenance, energy consumption and performance and may be required by code. PROPRIETARY NOTICE: THIS DOCUMENT CONTAINS DIFFERENTIAL ENERGY GLOBAL, LTD. PROPRIETARY INFORMATION. COPYRIGHT AND DESIGN RIGHTS ARISING FROM THIS DOCUMENT ARE THE EXCLUSIVE PROPERTY OF DEG, LTD. REPRODUCTION OF ALL OR PART OF THIS DOCUMENT, EITHER DIRECTLY OR INDIRECTLY, OR ITS DISCLOSURE TO ANY THIRD PARTY WITHOUT THE PRIOR WRITTEN CONSENT OF DEG, LTD. IS STRICTLY PROHIBITED. UTILITY AND DESIGN PATENTS PENDING. Isoillumination Plots, Mounting Height 20 Lamp available in E-26 E-27 medium base and E-39 E-40 mogul base (not shown). DEG has a very compact in-line LED Driver (40w power supply). CONFORMS TO: FCC/CISPR 22:2008 Class A. Conducted and Radiated Emissions Drawing Property of MAGTECH INDUSTRIES CORP. IECEE Photobiological Safety IEC 62560:2011 General Lighting MICRO-PRISM LENS AND OPTICS FOR DEG HI-LAMP CURVED rev.hl

9 DEG Replacement LED Lamp for HID Applications Shown with Type II & III Optics (L-R) PROUDLY MADE IN THE USA Utility & Design Patents Pending Direct Replacement for HID Bulbs - Triac-Dimmable Fully rotational 360 adjustment assists with Dark Sky cut-off requirements No modification required to conventional fully-enclosed luminaire fixtures For use in enclosed fixtures, even IP66 & IP67 (UL 1993 Self-Ballasted Lamp) Simply bypass conventional ballast - Remove/Recycle for additional ROI Retain current fixtures No need for costly replacements (UL 1598C - LED Conversion) Compatible with line voltages up to 277 VAC with no modification (50/60 Hz) Thermal Safety Feature/bypass circuitry ensures long operating life Thermal Safety Protection Fuse LED Module easily disconnects from Driver Module for easy repair/replacement **The Bonneville Power Administration (BPA) has reviewed and approved the mogul based LED s submitted by DEG and is currently accepting them and offering incentives through the non-residential lighting program. The LED HI-Lamp is a direct replacement LED Lamp for E39/E40 mogul base HID bulbs in most outdoor enclosed fixtures. This Lamp requires an in-line surge protection device such as the TRP-FSP KA for use with DEG s self-ballasted lamps. Outdoor and Commercial/Industrial/Institutional Applications: Parking Lot 1 Parking Garages 1 Walkways Warehouses Retail Box Stores Fueling Stations Wallpacks Residential and Street Lighting K Color Temperature* - Best Combination of Brightness for Security and Spectral Content for Accurate Color Representation. 1 TYPE II, III & V Optics or Micro-Prism Flat or Curved Lens Lumens per Watt (CREE XLamp, XM-L2) 76 CRI* (Depending on Light Level Output setting) Spec based on Type V Optic Lens UL/CSA/CE LM79, LM80, TM21 & FCC LDL, Bonneville Power Administration (BPA)** HI-Lamp # Selectable System Compare to Model # LED s Lumen Range Watt Range HID System Watts 1 DEG Range to max 4,585 max 58@120v Assumes 90% Efficiency for HID Ballast older ballasts will produce higher System Watts comparison Please visit our website for Technical Specifications (LM79/LM80/TM21, TEMPO, IES files and additional test data). *For additional Color Temperatures, greater CRI please contact our sales and engineering team. DIFFERENTIAL ENERGY GLOBAL LTD Leader International Drive (360) Port Orchard, WA Proudly Offered By: rev.hl

10 Specifications MODEL DEG INPUT POWER (WATTS) 58 HID EQUIVALENT SYSTEM POWER (WATTS) /4" mm INPUT LINE VOLTAGE (VAC) INPUT FREQUENCY (Hz) BASE TYPE MOGUL LUMENS 4,585 LUMEN EFFICACY (LPW) 78 CCT 4500K CRI /4" 45.25mm CALCULATED LIFETIME (L70 55 C) 183,000 POWER 120 VAC 0.93 NUMBER OF LED S 8 LED TYPE CREE XM-L2 WARRANTY 5 year Non-Prorated + 5 year Limited HI-LAMP DEG SHOWN WITHOUT LENS 1lb. 6.7oz. 0.64kg. 4-3/8" mm 3-1/8" 79.38mm Note: When installing LED HI-Lamp to replace HID bulb, ballast must be removed and recycled when present. Eliminating the ballast saves additional costs related to maintenance, energy consumption and performance and may be required by code. Isoillumination Plots, Mounting Height 20 PROPRIETARY NOTICE: THIS DOCUMENT CONTAINS DIFFERENTIAL ENERGY GLOBAL, LTD. PROPRIETARY INFORMATION. COPYRIGHT AND DESIGN RIGHTS ARISING FROM THIS DOCUMENT ARE THE EXCLUSIVE PROPERTY OF DEG, LTD. REPRODUCTION OF ALL OR PART OF THIS DOCUMENT, EITHER DIRECTLY OR INDIRECTLY, OR ITS DISCLOSURE TO ANY THIRD PARTY WITHOUT THE PRIOR WRITTEN CONSENT OF DEG, LTD. IS STRICTLY PROHIBITED. UTILITY AND DESIGN PATENTS PENDING. TYPE II TYPE III TYPE V MICRO-PRISM LENS FOR DEG HI LAMP CONFORMS TO: FCC/CISPR 22:2008 Class A. Conducted and Radiated Emissions MICRO-PRISM LENS AND OPTICS FOR DEG HI-LAMP IECEE Photobiological Safety IEC 62560:2011 General Lighting WING FLAT CURVED TYPE II TYPE III TYPE V rev.hl

11 DEG Replacement LED Lamp for HID Applications Shown with Type II, III & V Optics (L-R) PROUDLY MADE IN THE USA Utility & Design Patents Pending Direct Replacement for HID Bulbs - Triac-Dimmable Fully rotational 360 adjustment assists with Dark Sky cut-off requirements No modification required to conventional fully-enclosed luminaire fixtures For use in enclosed fixtures, even IP66 & IP67 (UL 1993 Self-Ballasted Lamp) Simply bypass conventional ballast - Remove/Recycle for additional ROI Retain current fixtures No need for costly replacements (UL 1598C - LED Conversion) Compatible with line voltages up to 277 VAC with no modification (50/60 Hz) Thermal Safety Feature/bypass circuitry ensures long operating life Thermal Safety Protection Fuse LED Module easily disconnects from Driver Module for easy repair/replacement **The Bonneville Power Administration (BPA) has reviewed and approved the mogul based LED s submitted by DEG and is currently accepting them and offering incentives through the non-residential lighting program. The LED HI-Lamp is a direct replacement LED Lamp for E39/E40 mogul base HID bulbs in most outdoor enclosed fixtures. This Lamp requires an in-line surge protection device such as the TRP-FSP KA for use with DEG s self-ballasted lamps. Outdoor and Commercial/Industrial/Institutional Applications: Parking Lot 1 Parking Garages 1 Walkways Warehouses Retail Box Stores Fueling Stations Wallpacks Residential and Street Lighting K Color Temperature* - Best Combination of Brightness for Security and Spectral Content for Accurate Color Representation. 1 TYPE II, III & V Optics (shown above) or Clear Lens Lumens per Watt (CREE XLamp, XM-L2) (Depending on Light Level Output setting) Spec based on Type V Optic Lens 75 CRI* UL/CSA/CE LM79, LM80, TM21 & FCC LDL, Bonneville Power Administration (BPA)** HI-Lamp # Selectable System Compare to Model # LED s Lumen Range Watt Range HID System Watts 2 DEG (250300) 15 Range to max 8,938 max 110.7@120v Assumes 90% Efficiency for HID Ballast older ballasts will produce higher System Watts comparison Please visit our website for Technical Specifications (LM79/LM80/TM21, TEMPO, IES files and additional test data). *For additional Color Temperatures, greater CRI please contact our sales and engineering team. DIFFERENTIAL ENERGY GLOBAL LTD Leader International Drive (360) Port Orchard, WA Proudly Offered By: rev.hl

12 HI-LAMP DEG (INTERTEK DEG ) 1lb. 14.1oz kg. 4-3/8" mm 3-3/4" 45.25mm Isoillumination Plots, Mounting Height /8" mm 3" 76.20mm Specifications MODEL INPUT POWER (WATTS) DEG HID EQUIVALENT SYSTEM POWER (WATTS) 450 INPUT LINE VOLTAGE (VAC) INPUT FREQUENCY (Hz) BASE TYPE MOGUL LUMENS 8,938 LUMEN EFFICACY (LPW) CCT 4500K CRI 75 CALCULATED LIFETIME (L70 85 C) 84,100 POWER 120 VAC NUMBER OF LED S 15 LED TYPE WARRANTY CREE XM-L2 5 year Non-Prorated + 5 year Limited Note: When installing LED HI-Lamp to replace HID bulb, ballast must be removed and recycled when present. Eliminating the ballast saves additional costs related to maintenance, energy consumption and performance and may be required by code. PROPRIETARY NOTICE: THIS DOCUMENT CONTAINS DIFFERENTIAL ENERGY GLOBAL, LTD. PROPRIETARY INFORMATION. COPYRIGHT AND DESIGN RIGHTS ARISING FROM THIS DOCUMENT ARE THE EXCLUSIVE PROPERTY OF DEG, LTD. REPRODUCTION OF ALL OR PART OF THIS DOCUMENT, EITHER DIRECTLY OR INDIRECTLY, OR ITS DISCLOSURE TO ANY THIRD PARTY WITHOUT THE PRIOR WRITTEN CONSENT OF DEG, LTD. IS STRICTLY PROHIBITED. UTILITY AND DESIGN PATENTS PENDING. TYPE II TYPE III TYPE V CONFORMS TO: FCC/CISPR 22:2008 Class A. Conducted and Radiated Emissions FLAT CLEAR LENS AND OPTICS FOR DEG HI-LAMPS (INTERTEK DEG ) IECEE Photobiological Safety IEC 62560:2011 General Lighting WING FLAT TYPE II TYPE III TYPE V rev.hl

13 LED Replacement Lamps for High/Low Bay HID Applications Shown with Micro-Prism lens Utility & Design Patents Pending Shown with Micro-Prism lens New In-line high-efficiency power supply with PFC replaces energy-wasting ballast Simply bypass conventional ballast - Remove/Recycle for additional ROI Direct Replacement for HID Bulbs and is 0-10 VDC dimmable (within Standard Dimming Protocols) Fits all conventional high-bay luminaire fixtures with no modification to fixture Retain current fixtures No need for costly replacements (UL 1598C - LED Conversion) Selectable Output Level on each LED Hi-Bay to customize lighting levels Compatible with line voltages up to 277 VAC with no modification (50/60 Hz) Active Thermal Management circuitry ensures long operating life Thermal Safety Protection Fuse It is recommended that an in-line surge protection device such as the TRP-FSP KA be installed. For exterior HI-Bay lamp installation surge protection is required. Indoor Commercial/Industrial/Institutional Applications: Warehouses Parking Garages Industrial Buildings Retail Box Stores Fueling Stations Gymnasiums Sports Complexes Large Auditoriums Correction Facilities Available in Standard 4500K - Best Combination of Brightness for Security and Spectral Content for Accurate Color Representation. Other Color Temps Available* Lumens per Watt (CREE XLamp, XM-L2) CRI* (Depending on Light Level Output setting) UL/CSA/CE LM79, LM80, TM21 LDL & Bonneville Power Administration (BPA)** HI-Bay # Selectable System Compare to Model # LED s Lumen Range Watts 1 HID Sys Watts 2 DEG Adjustable to 11,665 max w= 0 light up to 450 DEG Adjustable to 16,849 max w= 0 light up to 600 DEG Adjustable to 22,303 max w= 0 light up t o 1,000 1 In-line Power Supply is estimated at 90% Efficiency for LED HI-B ay Lamp System Watts 14w=0 light 2 Assumes 90% Efficiency for HID Ballast older ballasts will produce higher System Watts comparison Please visit our website for Technical Specifications (LM79/LM80/TM21, TEMPO, IES files and additional test data). *For additional Color Temperatures, greater CRI please contact our sales and engineering team. **The Bonneville Power Administration (BPA) has reviewed and approved the mogul based LED s submitted by DEG and is currently accepting them and offering incentives through the non-residential lighting program. The DEG is LDL listed. Proudly Offered By: The LED HI-Bay is a direct replacement LED Lamp for E39/E40 mogul base HID bulbs in most indoor low/high bay fixtures. 1, rev.hb

14 LED Driver Located Here 5-3/8" mm 7-1/4" mm HI-BAY DEG SHOWN WITHOUT LENS 2lb. 4.2oz. 1.03kg. Specifications MODEL DEG INPUT POWER (WATTS) 231 HID EQUIVALENT SYSTEM POWER (WATTS) 600 INPUT LINE VOLTAGE (VAC) INPUT FREQUENCY (Hz) BASE TYPE MOGUL LUMENS 16,849 LUMEN EFFICACY (LPW) 73 CCT 4500K CRI 75 CALCULATED LIFETIME (L70 85 C) 100,000+ POWER 120 VAC 0.99 NUMBER OF LED S 30 LED TYPE WARRANTY CREE XM-L2 5 year Non-Prorated + 5 year Limited Note: Light output can be dialed downward via a user-accessible screw-adjustment, with resulting power savings and increased efficiency. Specifications shown for maximum output level, except Input Power (Watts) which shows min/max levels. Isoillumination Plots, Mounting Height /8" /8" 8" 3-3/8" 95.25mm 8" 8" 2-3/16" 55.56mm SYSTEM WITH APPROVED POWER SUPPLY CONFORMS TO: FCC/CISPR 22:2008 Class A. Conducted and Radiated Emissions 30 LED HI-BAY MICRO-PRISM LENS 5-1/2" mm AC TO 48VDC POWER SUPPLY IECEE Photobiological Safety IEC 62560:2011 General Lighting Note: When installing LED HI-Bay to replace HID bulb, ballast must be removed and recycled when present and the DEG approved AC/DC power supply installed in its place. Eliminating 30 LENS the ballast saves additional costs related to maintenance, energy consumption and performance and may be required by code. PROPRIETARY NOTICE: THIS DOCUMENT CONTAINS DIFFERENTIAL ENERGY GLOBAL, LTD. PROPRIETARY INFORMATION. COPYRIGHT AND DESIGN RIGHTS ARISING FROM THIS DOCUMENT ARE THE EXCLUSIVE PROPERTY OF DEG, LTD. REPRODUCTION OF ALL OR PART OF THIS DOCUMENT, EITHER DIRECTLY OR INDIRECTLY, OR ITS DISCLOSURE TO ANY THIRD PARTY WITHOUT THE PRIOR WRITTEN CONSENT OF DEG, LTD. IS STRICTLY PROHIBITED. UTILITY AND DESIGN PATENTS PENDING. rev.hb

15 REPORT COMMERCENTRE DRIVE, LAKE FOREST, CA Project No. G Date: December 15, 2014 REPORT NO LAX-001 TEST OF ONE DOWNLIGHT BOLLARD RETROFIT MODEL NO. LEA-DL-9 LED MODEL NO. CREE XP-G2 DRIVER MODEL NO. MAG TECH M18-U RENDERED TO DIFFERENTIAL ENERGY GLOBAL LIMITED 1540 LEADER INTERNATIONAL DRIVE PORT ORCHARD, WA TEST: Electrical and Photometric tests as required to the IESNA test standard and In-Situ test. STATEMENT OF LIMITATION: AUTHORIZATION: STANDARDS USED: This report must not be used by the client to claim product certification, approval, or endorsement by A2LA, NIST, or any agency of the federal government. The testing performed was authorized by signed quote number The following American National Standards or Illuminating Engineering Society of North America Test Guides were used in part or totally to test each specimen: IESNA LM : Electrical and Photometric Measurements of Solid State Lighting Energy Star Manufacturer s Guide Version 2.1 (2010): Guide for Qualifying Solid State Lighting Luminaires DESCRIPTION OF SAMPLE: The client submitted one production sample of model number LEA-DL-9. The sample was received by Intertek on December 9, 2014, in undamaged condition and one sample was tested as received. The sample designation was LAN DATES OF TESTS: December 11, 2014 through December 12, This report is for the exclusive use of Intertek's Client and is provided pursuant to the agreement between Intertek and its Client. Intertek's responsibility and liability are limited to the terms and conditions of the agreement. Intertek assumes no liability to any party, other than to the Client in accordance with the agreement, for any loss, expense or damage occasioned by the use of this report. Only the Client is authorized to copy or distribute this report and then only in its entirety. Any use of the Intertek name or one of its marks for the sale or advertisement of the tested material, product or service must first be approved in writing by Intertek. The observations and test results in this report are relevant only to the sample tested. This report by itself does not imply that the material, product, or service is or has ever been under an Intertek certification program.

16 SUMMARY Model No.: Description: LEA-DL-9 Downlight Bollard Retrofit Criteria Total Lumen Output (Lumens) Total Power (W) Luminaire Efficacy (LPW) Sphere Result Goniometer Criteria Result Power Factor at Vac Power Factor at 277Vac Current ATHD % at Vac Current ATHD % at 277Vac Correlated Color Temperature (CCT - K) 4317 Color Rendering Index (CRI - Ra) 73.2 Color Rendering Index (CRI - R9) -5.1 DUV Chromaticity Coordinate (x) Chromaticity Coordinate (y) Chromaticity Coordinate (u') Chromaticity Coordinate (v') Maximum In-Situ Source Temperature Point ( C) 60.9 EQUIPMENT LIST Model Control Last Date Equipment Used Number Number Calibrated DC Power Supply LPS /24/14 LapSphere 3M Integrating Sphere CA LRT VBU LabSphere Spectrometer CDS VBU California Instruments Power Supply CSW VBU Yokogawa Power Meter WT /05/14 Temperature Humidity Meter /03/14 Extech Instruments Stop Watch C /25/14 LSI High Speed Mirror Goniometer 6440T /03/14 Elgar Power Supply CW VBU Yokogawa Power Analyzer WT /14/14 Temperature Humidity Meter /03/14 Extech Instruments Stop Watch C /25/14 Tape Measure /28/13 DMM Power Supply (AC 3P / DC) Stop Watch 87 LAN C /07/14 06/09/14 09/25/14 Calibration Due Date 03/24/15 VBU VBU VBU 05/05/15 04/03/15 09/25/15 01/03/15 VBU 11/14/15 04/03/15 09/25/15 12/28/14 11/07/15 06/09/15 09/25/15 Report No LAX of 8 Date: December 15, 2014

17 TEST METHODS Seasoning in Sample Orientation LED Products No seasoning was performed in accordance with IESNA LM-79. Photometric and Electrical Measurements Integrating Sphere Method A Labsphere CDS 3020 Spectrometer and Three Meter Sphere was used to measure correlated color temperature, chromaticity coordinates, and the color rendering index for each SSL unit. Ambient temperature was measured at a position inside the sphere. Each SSL unit was operated on the client provided driver at the rated input voltage in its designated orientation. Each SSL unit was allowed to stabilize for at least thirty minutes before measurements were made. Electrical measurements including voltage, current, and power were measured using the Yokogawa Power Analyzer. The calibration of the sphere spectrometer system is traceable to the National Institute of Standards and Technology. Photometric and Electrical Measurements Distribution Method A LSI Type C High Speed Model 6440 Mirror Goniometer was used to measure the intensity (candelas) at each angle of distribution for each sample. Ambient temperature was measured equal to the height of the sample mounted on the Goniometer equipment. Each sample was operated at input rated voltage in its designated orientation. Each sample was allowed to stabilize for at least thirty minutes before measurements were made. Electrical measurements including voltage, current, and power were measured using the Yokogawa Power Analyzer. Some graphics were created with Photometrics Plus software. In-Situ Maximum Measured Power Supply Case and LED Source Point Temperature Power supply case and/or LED source operating temperature measurements were taken on one test sample per model with a thermocouple and Fluke 87 temperature meter. The SSL sample was allowed to reach thermal equilibrium for seven and a half hours before measurements were taken. Power supply or source temperature measurements were measured at the TMPPS or TS point as indicated by the included diagram in accordance with manufacturers declared hot spot location, or at a hot spot location found with a thermal camera when no diagram from the manufacturer is given. The maximum temperature was recorded for the sample. A simulated ceiling or other enclosure may be used in accordance to UL 1598 or UL 153 as applicable. Report No LAX of 8 Date: December 15, 2014

18 RESULTS OF TEST Photometric and Electrical Measurements at Ambient Temperature (25 C +/- 1 C) - Integrating Sphere Method Input Input Input Input Current Base Voltage Current Power Power ATHD Intertek Sample No. Orientation {Vac} (ma) (Watts) Factor (%) LAN UP Luminous Flux (Lumens) 1029 Lumen Efficacy (LPW) Correlated Color Temperature (K) 4317 CRI CRI -Ra -R9 DUV CIE 31 Chromaticity Coordinate CIE 31 Chromaticity Coordinate (y) CIE 76 Chromaticity Coordinate (u ) CIE 76 Chromaticity Coordinate (v ) Spectral Distribution over Visible Wavelengths nm mw/nm nm mw/nm nm mw/nm nm mw/nm nm mw/nm Spectral Data Over Visible Wavelengths (mw/nm) Nanometers Report No LAX of 8 Date: December 15, 2014

19 RESULTS OF TEST (cont'd) Photometric and Electrical Measurements at Ambient Temperature (25 C +/- 1 C) Distribution Method Intertek Sample No. LAN Base Orientation UP Input Voltage {Vac} Input Current (ma) Input Power (Watts) Input Power Factor Absolute Luminous Flux (Lumens) 1077 Lumen Efficacy (Lumens Per Watt) Intensity (Candlepower) Summary at 25 C - Candelas Angle Report No LAX of 8 Date: December 15, 2014

20 RESULTS OF TEST (cont'd) Illumination Plots Illuminance - Cone of Light Mounting Height: 10 ft. Isoillumination Plot Zonal Lumen Summary and Percentages at 25 C Zonal Lumens and Percentages at 25 C Zone Lumens % Luminaire Zone Lumens % Luminaire Report No LAX of 8 Date: December 15, 2014

21 RESULTS OF TEST (cont'd) In-Situ Maximum Measured LED Source Temperature Manufacturer Supplied Documentation: LED model identified as: X Maximum Junction Temperature from LED specification (Tj) = 150 C Thermal Resistance Formula from LED specification = 4 C/W Maximum Forward Voltage (Vf) from LED specification = 3.15V Measured LED Current = 356mA Calculated LED Wattage = Vf x Measured LED Current = 1.121W Maximum Source Temperature (Ts) = Tj (LED Wattage x Thermal Resistance) = C Maximum Measured Manufacturer Designated Source Temperature Maximum Measured Maximum Rated Sample No. Source Temperature ( C) Location Source Temperature ( C) LAN Per diagram In-Situ Picture Ts In-Situ Picture Ts location Report No LAX of 8 Date: December 15, 2014

22 PICTURE (not to scale) X CONCLUSION The results tabulated in this report are representative of the actual test samples submitted for this report only. The data is provided to the client for further evaluation. Compliance to the referenced specification requirements was not determined in this report. In Charge Of Tests: Report Reviewed By: Erik Linares Technician Lighting Division Kenda Branch Lighting Performance Team Lea Lighting Division Attachment: None Report No LAX of 8 Date: December 15, 2014

23 # x 1-1/ 8 " BSCS LED MODULE UNIVERSAL MOUNT (OPTIONAL) * Cu st o m M o u n t s A va i l a b l e t o m a t ch B o l l a r d / F i xt u r e t yp e. KIT INCLUDES: LED MODULE POWER SUPPLY SPECIFICATIONS APPLICATIONS For downlight bollards, wall mount fixtures, can lights and canopy fixtures. UNIVERSAL MOUNT HARDWARE: #10-24 x 1-1/8" BSCS LIGHTS One circular LED fixture with 9 Cree XLamp XP-L or XP-G2 LEDs INPUT: VAC/0.15A, 50/60HZ SYSTEM WATTS, 11W (9 LED s) LUMENS: 1,100 Technical Data Available: LM80 (Cree XLamp XP-L or XP-G2) MOUNTING HARDWARE BY OTHERS Rev LED Retrofit Module FairWeather Site Furnishings or Toll Free Port Orchard, Washington Leader International Corporation, FairWeather Site Furnishings division Notice: These products are proprietary. Numerous designs are patented or patent pending under Leader Manufacturing, Inc.

24 LEA-DL9 TOP VIEW Specifications MODEL LEA-DL9 INPUT POWER (WATTS) 11 HID EQUIVALENT SYSTEM POWER (WATTS) UP TO 95 INPUT LINE VOLTAGE (VAC) INPUT FREQUENCY (Hz) BASE TYPE CUSTOM LUMENS 1,100 LUMEN EFFICACY (LPW) 100 CCT 4500K CRI 73 CALCULATED LIFETIME (L70 70 C) 100,000+ POWER 120 VAC 0.99 NUMBER OF LED S 9 LED TYPE CREE XP-L OR CREE XP-G2 WARRANTY 5 year Non-Prorated + 5 year Limited Note: When installing LED Downlight Retrofit Lamp to replace HID bulb, ballast must be removed and recycled when present. Eliminating the ballast saves additional costs related to maintenance, energy consumption and performance and may be required by code. PROPRIETARY NOTICE: THIS DOCUMENT CONTAINS DIFFERENTIAL ENERGY GLOBAL, LTD. PROPRIETARY INFORMATION. COPYRIGHT AND DESIGN RIGHTS ARISING FROM THIS DOCUMENT ARE THE EXCLUSIVE PROPERTY OF DEG, LTD. REPRODUCTION OF ALL OR PART OF THIS DOCUMENT, EITHER DIRECTLY OR INDIRECTLY, OR ITS DISCLOSURE TO ANY THIRD PARTY WITHOUT THE PRIOR WRITTEN CONSENT OF DEG, LTD. IS STRICTLY PROHIBITED. UTILITY AND DESIGN PATENTS PENDING. Isoillumination Plots, Mounting Height 10 LEA-DL9 has a very compact in-line LED Driver. CONFORMS TO: FCC/CISPR 22:2008 Class A. Conducted and Radiated Emissions Drawing Property of MAGTECH INDUSTRIES CORP. LEA-DL

25 #10 x 3/8" SS SHEET METAL SCREW 9 LED MODULE UNIVERSAL MOUNT #10-24 x 1/2" SS SELF TAPPING (TORX) SCREW KIT INCLUDES: LED MODULE POWER SUPPLY SPECIFICATIONS APPLICATIONS For lighted bollard retrofit LIGHTS One circular LED fixture with 9 Cree XLamp XP-L or XP-G2 LEDs UNIVERSAL MOUNT HARDWARE: #10-24 x 1/2" SS SELF TAPPING (TORX) SCREWS #10 x 3/8" SS SHEET METAL SCREWS INPUT: VAC/0.15A, 50/60HZ SYSTEM WATTS, 11W (9 LED s) LUMENS: 1,029 Technical Data Available: LM80 (Cree XLamp XP-L or XP-G2) Rev Downlight Bollard Retrofit Kit FairWeather Site Furnishings or Toll Free Port Orchard, Washington Leader International Corporation, FairWeather Site Furnishings division Notice: These products are proprietary. Numerous designs are patented or patent pending under Leader Manufacturing, Inc.

26 Specifications LEA-DL9 11 UP TO 95 INPUT LINE VOLTAGE (VAC) INPUT FREQUENCY (Hz) CUSTOM BASE TYPE LUMENS 1,100 LUMEN EFFICACY (LPW) 100 CCT 4500K CRI 73 CALCULATED LIFETIME (L70 70 C) 100,000+ POWER 120 VAC 0.99 NUMBER OF LED S 9 LED TYPE CREE XP-L OR CREE XP-G2 WARRANTY 5 year Non-Prorated + 5 year Limited MODEL INPUT POWER (WATTS) HID EQUIVALENT SYSTEM POWER (WATTS) LEA-DL9 TOP VIEW Note: When installing LED Downlight Retrofit Lamp to replace HID bulb, ballast must be removed and recycled when present. Eliminating the ballast saves additional costs related to maintenance, energy consumption and performance and may be required by code. PROPRIETARY NOTICE: THIS DOCUMENT CONTAINS DIFFERENTIAL ENERGY GLOBAL, LTD. PROPRIETARY INFORMATION. COPYRIGHT AND DESIGN RIGHTS ARISING FROM THIS DOCUMENT ARE THE EXCLUSIVE PROPERTY OF DEG, LTD. REPRODUCTION OF ALL OR PART OF THIS DOCUMENT, EITHER DIRECTLY OR INDIRECTLY, OR ITS DISCLOSURE TO ANY THIRD PARTY WITHOUT THE PRIOR WRITTEN CONSENT OF DEG, LTD. IS STRICTLY PROHIBITED. UTILITY AND DESIGN PATENTS PENDING. Isoillumination Plots, Mounting Height 10 LEA-DL9 has a very compact in-line LED Driver. CONFORMS TO: FCC/CISPR 22:2008 Class A. Conducted and Radiated Emissions Drawing Property of MAGTECH INDUSTRIES CORP. LEA-DL

27 GENERAL PROVISIONS 1. BIDDING REQUIREMENTS 1.1 USE AND COMPLETION OF COUNTY PROPOSAL SHEETS A. Bidder's Proposal Each Bidder must bid exactly as specified on the Invitation to Bid (hereinafter referred to as bid) sheets. All bids must remain open for acceptance by the County for a period of at least 60 calendar days from the date of opening of the bids. B. Alterations of Proposals Not Allowed Proposals that are incomplete or conditioned in any way, contain alternatives or items not called for in the General Provisions and Specifications, or not in conformity with law may be rejected as being nonresponsive. The County cannot legally accept any proposal containing a substantial deviation from these Specifications. C. Filling Out County Bid Forms All proposals must be made upon blanks furnished by the Purchasing Department of Pierce County and the prices must be stated in figures either written in ink or typewritten. No proposal having erasures or interlineations will be accepted unless initialed by the Bidder in ink. 1.2 CLARIFICATION OF PROPOSAL FOR BIDDER If a prospective Bidder has any questions concerning any part of the Bid/Proposal, he/she may submit a written request to the Pierce County Purchasing Office for answer of his/her questions. Any interpretation of the Bid will be made by an Addendum duly issued and mailed or delivered to each prospective Bidder. Such addendum must be acknowledged (a) by signing and returning the addendum or (b) by letter. Such acknowledgement must be received by the County prior to the bid opening. Pierce County will not be responsible for any other explanation or interpretation of the bid documents. 1.3 BLANK 1.4 BID SECURITY (When specifically required by the Invitation to Bid) Each bid must be accompanied either by a certified or cashier's check for 5% of the total amount bid, payable to the Pierce County Treasurer, or an approved Bid Bond, by a surety company authorized to do business in the State of Washington, for 5% of the total amount bid. The check or Bid Bond is security that the bidder will, if awarded the bid, enter into a contract with the County for this activity within the time set forth in these requirements. Any bidder who refuses to enter into a Contract after it has been awarded to the Bidder will be in breach of the agreement to enter the Contract and the Bidder's certified or cashiers check or Bid Bond shall be forfeited. If a Bid Bond is used, the 5% may be shown either in dollars and cents, or the Bid Bond may be filled in as follows, "5% of the total amount of the accompanying proposal". Upon award and signing of the Contract the bid security will be returned if a check or will automatically expire if a Bid Bond. The bid securities of all other bidders will be processed in the same manner immediately upon the award of the Contract. 1.5 DELIVERY OF PROPOSALS TO PIERCE COUNTY All bid proposals and documents must be delivered to the Clerk, Pierce County Council, 930 Tacoma Ave So, Room 1046, Tacoma, WA , in a sealed, properly addressed envelope with the name of the Bidder GENERAL PROVISIONS SUPPLY and bid number and description of the project plainly written on the outside of the envelope, prior to the scheduled time and date stated in the Invitation to Bid. County offices are not open for special mail or other delivery on weekends and County holidays. Pierce County shall assume no responsibility for delay in U.S. mail service or for bids delivered to County offices other than the specified Council Office. Telecopy bid proposals will be accepted by the County provided that the original signed bid proposal is mailed to the Chief Clerk and postmarked prior to the time designated for the bid opening. Also, telecopy proposals shall not be sent to the County's telecopy machine but must be sent to the Bidder's agent and delivered to the Chief Clerk in a sealed envelope, as stated above, before the time stated in the Bid. Bids received after the time stated in the bid will not be accepted and will be returned, unopened, to the Bidder. There will be no exceptions or waivers of this requirement. 1.6 CONTRACTOR'S STATE REGISTRATION NO. (NOT APPLICABLE TO SUPPLY ONLY CONTRACTS) Contractors are required to be registered by the State per Chapter of the Revised Code of Washington and their registration number must be listed on the bid. 1.7 BID IS NONCOLLUSIVE The Bidder represents by the submission of the Proposal that the prices in this Bid are neither directly nor indirectly the result of any formal or informal agreement with another bidder. 1.8 EVALUATION OF BID A. Experience, Delivery Time and Responsibility In the evaluation of otherwise responsive bids, the Bidder's experience, delivery time and responsibility in performing other contracts will be considered. In addition to price, the following may be considered: I. The ability, capacity and skill of the bidder to perform the contract, provide the services required. II. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. III. The character, integrity, reputation, judgment, experience and efficiency of the bidder. IV. The quality of performance of previous contracts or service. V. The previous and existing compliance by the bidder with laws and ordinances relating to contracts or services. VI. The sufficiency of the financial resources and ability of the bidder to perform the contact or provide the service. VII. The quality, availability and adaptability of the supplies or contractual services to the particular use required. VIII. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. IX. Compliance with all affirmative action requirements, minority business enterprise and women's business enterprise subcontracting and contracting requirements. B. Insertions of Material Conflicting with Specifications Only material inserted by the Bidder to meet requirements of the Specifications will be considered. Any other material inserted by the Bidder will be disregarded as being nonresponsive and may be grounds for rejection of the Bidder's Bid/Proposal. C. Correction of Ambiguities and Obvious Errors The County reserves the right to correct obvious ambiguities and errors in the Bidder's proposal and to waive non-material irregularities and/or omissions. In this regard, if the unit price does not compute to the extended total price, the unit price shall govern. Written prices will govern over numeric prices. PAGE 1 OF 5 PAGES

28 1.9 WITHDRAWAL OF BID A. Prior to Bid Opening Any Bidder may withdraw his/her Bid prior to the scheduled bid opening time by delivering a written notice to the Chief Clerk, Pierce County Council Office. The notice may be submitted in person or by mail; however, it must be received by the County Council Office prior to the time for bid opening. B. After Bid Opening No bidder will be permitted to withdraw his/her Bid/Proposal after the time of bid opening, as set forth in the Invitation To Bid, and before the actual award of the Contract, unless the award of Contract is delayed more than sixty (60) calendar days after the date set for bid opening. If a delay of more than 60 calendar days does occur, then the Bidder must submit written notice withdrawing his/her Bid to the Pierce County Purchasing Agent OPENING OF BIDS At the time and place set for the opening of bids, all Proposals, unless previously withdrawn, will be publicly opened and read aloud, irrespective of any irregularities or informalities in such Proposal TAXES The County will pay sales and use taxes imposed on goods or services acquired hereunder as required by law. The Vendor must pay all other taxes including, but not limited to: Business and Occupation Tax, taxes based on the Vendor's gross or net income, or personal property to which the County does not hold title. The County is exempt from Federal Excise Tax. Where applicable the County shall furnish a Federal Excise Tax Exemption certificate APPROVED EQUAL The brand names listed indicate the standard of quality required. Brands of equal quality, performance and use will be considered provided the offeror specifies the brand, model and other data for comparison with their bid. Pierce County will be the sole judge for approving other brands offered as equals to the brand specified. Bidders shall indicate if they are offering alternate brands in the space below each item and must provide descriptive specifications explaining the merits of the substitute item FAILURE TO SUBMIT BIDS If the recipient of this Bid does not submit an offer for the goods or services requested, they shall return it and/or a written notice stating whether they wish to continue to receive future solicitations for the type of supplies or services specified. Failure to do so may result in removal of the recipient's name from the bidders' mailing list APPROXIMATE QUANTITY REQUIREMENTS The quantities listed are the County's current approximate requirements. Pierce County will neither be obligated by nor restricted to these quantities and may increase or decrease any item(s) ordered under this contract and pay according to the unit prices quoted in the Bid COOPERATIVE PURCHASING The Washington State Interlocal Cooperative Act RCW provides that other governmental agencies may purchase goods and services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties are willing. The Contract maximum for this contract per annual term, or for any renewal period, is for Pierce County s use only. Other agencies may use this contract up to their contract limits, if any, exclusive of and in addition to the County s contract maximum. GENERAL PROVISIONS SUPPLY 1.16 DELIVERY Quotation shall cover delivery F.O.B. Pierce County, Tacoma, Washington, (unless otherwise stated in this Invitation to Bid at the designated address set forth in the proposal given to each bidder) AWARD The County reserves the right to award a contract for any or all items to one or more Bidders, to reject any and all Bids or any item(s) within the Bids, to waive any informality in the Bids, and to call for new Bids as best meets the needs of the County. 2. CONTRACT REQUIREMENTS 2.1 AWARD OF CONTRACT Written notification will be mailed or otherwise furnished to the successful offeror (lowest responsive bidder). Within 20 calendar days after the notice of proposed award, the apparent successful bidder shall return the signed contract or other specified award documents prepared by the County, insurance certification as required and any other pre-award information the County requires. Until the County executes said contract or award/acceptance documents, no proposal shall bind the County to execute a contract, nor obligate it to bear any expense pursuant to the Invitation for Bids. Neither shall any work begin within the project limits or within the County furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency, and the Contractor is given written Notice To Proceed. Pierce County is prohibited by RCW from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, Pierce County may require persons doing business with the County to possess a business license prior to award. When the Proposal Form provides spaces for a business license number, a Washington State Contractor's registration number, or both, the bidder shall insert such information in the spaces provided. The County may at its option, require legible copies of the Contractor's Registration and/or business license be submitted to the Architect/Engineer as part of the County's preaward information and evaluation activities. 2.2 CONTRACT RENEWAL PERIODS (When specifically allowed by the Invitation to Bid) This proposed agreement shall remain in effect for a period of one year from and after its effective date and shall automatically be renewed on a year-toyear basis thereafter unless either party hereto serves notice upon the other party of its intention to cancel at least 30 days in advance of the termination of the first year, or during any yearly renewal thereof. Notice during each renewal term may occur at any time during the course of such term. Prices will be considered firm for at least the first 12 months of the contract. No change in services or prices will be allowed without written consent of both parties, pursuant to the following conditions: "Prices will be subject to increase or decrease in the same proportion as changes occur in the vendor's certified costs, providing the vendor requests an adjustment from the Purchasing Department 30 days prior to the effective date. The written request shall be accompanied by written proof of said changes in cost to vendor and is subject to acceptance by the Purchasing Department. The County shall have the option of accepting the price change or canceling the balance of the contract. All price decreases must be offered to the County." Total contract period not to exceed 5 years. PAGE 2 OF 5 PAGES

PIERCE COUNTY INVITATION TO BID NUMBER 1549 FOR ARCHIVAL BOXES AND BOX DIVIDER

PIERCE COUNTY INVITATION TO BID NUMBER 1549 FOR ARCHIVAL BOXES AND BOX DIVIDER PIERCE COUNTY INVITATION TO BID NUMBER 1549 FOR ARCHIVAL BOXES AND BOX DIVIDER BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED UNTIL 1:00

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

PIERCE COUNTY INVITATION TO BID NUMBER 1582 FOR AUTO GLASS REPLACEMENT & REPAIR

PIERCE COUNTY INVITATION TO BID NUMBER 1582 FOR AUTO GLASS REPLACEMENT & REPAIR PIERCE COUNTY INVITATION TO BID NUMBER 1582 FOR AUTO GLASS REPLACEMENT & REPAIR BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED UNTIL

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

PIERCE COUNTY INVITATION TO BID NUMBER 1660 FOR MINERAL OIL DUST CONTROL AGENT

PIERCE COUNTY INVITATION TO BID NUMBER 1660 FOR MINERAL OIL DUST CONTROL AGENT PIERCE COUNTY INVITATION TO BID NUMBER 1660 FOR MINERAL OIL DUST CONTROL AGENT BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED UNTIL 1:00

More information

PIERCE COUNTY INVITATION TO BID NUMBER 1093 FOR SITMATIC CHAIRS

PIERCE COUNTY INVITATION TO BID NUMBER 1093 FOR SITMATIC CHAIRS PIERCE COUNTY INVITATION TO BID NUMBER 1093 FOR SITMATIC CHAIRS BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL C/O COUNTY EXECUTIVE OFFICE 930 TACOMA AVE S RM 737 TACOMA WA 98402 AND WILL BE RECEIVED

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

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

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

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL 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 information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

RFP Information. Contact. Vendor Information. Return Proposals by 4:00pm, February 25, 2015 to: RFP No. 1455

RFP Information. Contact. Vendor Information. Return Proposals by 4:00pm, February 25, 2015 to: RFP No. 1455 Part-time Family Law Attorney at the Crystal Judson Family Justice Center RFP Information RFP No. 1455 Part-time Family Law Attorney at the Crystal Judson Family Justice Center Issue Date: February 11,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS 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 information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

PIERCE COUNTY INVITATION TO BID NUMBER 1507 FOR PARKING LOT SWEEPING

PIERCE COUNTY INVITATION TO BID NUMBER 1507 FOR PARKING LOT SWEEPING PIERCE COUNTY INVITATION TO BID NUMBER 1507 FOR PARKING LOT SWEEPING BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED UNTIL 1:00 P.M.,

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

CITY OF TITUSVILLE, FLORIDA

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

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

CITY OF TACOMA Notice of Contracting Opportunity. Request for Bids Specification No. PW N (Rebid of PW S)

CITY OF TACOMA Notice of Contracting Opportunity. Request for Bids Specification No. PW N (Rebid of PW S) CITY OF TACOMA Notice of Contracting Opportunity June 25, 2015 Request for Bids Specification No. PW15-0408N (Rebid of PW15-0338S) Project Scope: West Shop HVAC Upgrade Project To view and download an

More information

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:

More information

Request for Bid #1664 (RFB) HIGH MAST LIGHTING PROJECT

Request for Bid #1664 (RFB) HIGH MAST LIGHTING PROJECT Request for Bid #1664 (RFB) HIGH MAST LIGHTING PROJECT CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: April 6th, 2018 DUE:

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Return Bids By 11:00 AM, 06/1/2016 to: sendbid@cityoftacoma.org Debbie Seibert TPU Administration Building North 3628 S. 35th St. Tacoma WA 98409 dseibert@cityoftacoma.org Fax.253-502-8372 Material will

More information

PIERCE COUNTY INVITATION TO BID NUMBER 984 FOR ARTICULATING CONCRETE BLOCKS

PIERCE COUNTY INVITATION TO BID NUMBER 984 FOR ARTICULATING CONCRETE BLOCKS PIERCE COUNTY INVITATION TO BID NUMBER 984 FOR ARTICULATING CONCRETE BLOCKS BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED UNTIL 1:00

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Security Cameras. Bids Due: October 24, 2018 At 11:00 a.m., e.s.t.

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Security Cameras. Bids Due: October 24, 2018 At 11:00 a.m., e.s.t. NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS Security Cameras Bids Due: October 24, 2018 At 11:00 a.m., e.s.t. North Hills School District 135 Sixth Avenue Pittsburgh PA 15229

More information

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT Request for Proposals Information: Small Public Works Aquatic Center Locker Room Flooring Resurfacing Project Contact Person: Megan Pleli, Aquatic

More information

JEFFERSON 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 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 information

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

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

More information

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

PIERCE COUNTY INVITATION TO BID NUMBER 1671 FOR LEVEE ROCK MATERIAL

PIERCE COUNTY INVITATION TO BID NUMBER 1671 FOR LEVEE ROCK MATERIAL PIERCE COUNTY INVITATION TO BID NUMBER 1671 FOR LEVEE ROCK MATERIAL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED UNTIL 1:00 P.M., APRIL

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

Fortuna Elementary School District INVITATION FOR BIDS

Fortuna Elementary School District INVITATION FOR BIDS Fortuna Elementary School District INVITATION FOR BIDS Proposition 39 Fortuna Middle School LED Lighting Project Bid No. 17-012 DEADLINE FOR SUBMITTING BIDS: 2 p.m., May 11, 2017 All bids must be submitted

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids 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 information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID # EFI H1625 LED Wide Format Printer Fullerton College BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1

More information

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA (912)

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA (912) BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 (912)764-6245 INVITATION TO BID Sealed bids from suppliers will be received by the Bulloch County Board of Commissioners

More information

PIERCE COUNTY REQUEST FOR PROPOSAL NUMBER 1953 MANHOLE RINGS AND COVERS

PIERCE COUNTY REQUEST FOR PROPOSAL NUMBER 1953 MANHOLE RINGS AND COVERS PIERCE COUNTY INVITATION TO BID NUMBER 1953 Manhole Rings and Covers PIERCE COUNTY REQUEST FOR PROPOSAL NUMBER 1953 MANHOLE RINGS AND COVERS RETURN PROPOSALS TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM

More information

Train the Trainer: IED Security Awareness and Response to Concealed Hazards Training Delivery

Train the Trainer: IED Security Awareness and Response to Concealed Hazards Training Delivery Train the Trainer: IED Security Awareness and Response to Concealed Hazards Training Delivery RFP Information RFP No. 1118 Train the Trainer: Improvised Explosive Device (IED) Security Awareness and Response

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR City of Los Banos Public Works Department 411 Madison Avenue

More information

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083 INVITATION TO BID BID NO. 9827 AQUATIC SPORTS TIMING EQUIPMENT AND INSTALLATION TROY HIGH SCHOOL TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing, delivering

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

Notice to Bidders.

Notice to Bidders. BID NO: Q6800 DATE ISSUED: 09/12/2013 DATE DUE: 09/24/2013 TIME DUE: 2:00 p.m. Notice to Bidders Quotes will be received by the Purchasing Agent of the Des Moines Independent Community School District

More information

PIERCE COUNTY INVITATION TO BID NUMBER 1498 FOR VACTOR TRUCK SERVICES

PIERCE COUNTY INVITATION TO BID NUMBER 1498 FOR VACTOR TRUCK SERVICES PIERCE COUNTY INVITATION TO BID NUMBER 1498 FOR VACTOR TRUCK SERVICES BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED UNTIL 1:00 P.M.,

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

Up to 2,400 booklets per hour. Isaberg Rapid stapler and staple cartridge

Up to 2,400 booklets per hour. Isaberg Rapid stapler and staple cartridge GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, Connecticut 06830 (203) 625-7411 Fax (203) 625-7677 EUGENE H. WATTS Senior Buyer May 20, 2016 Dear Sir/Madam: You are invited

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

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

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

More information

Ocala Housing Authority Quotes for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION

Ocala Housing Authority Quotes for Small Purchases (QSP) CONDITIONS TO QUOTE NONCONSTRUCTION PROCEDURE: Bids are due Friday, October 13 th @ 3:00 pm. The Ocala Housing Authority (OHA) will accept the proposed pricing in person, by fax, email, by mail verbally or by telephone. 1.0 OHA CONTACT:

More information

LED Street Light Installation

LED Street Light Installation CITY OF SAGINAW 1315 S WASHINGTON AVE SAGINAW MICHIGAN 48601 C-1625 LED Street Light Installation BID OPENING TUESDAY, August 11, 2015 3:00 PM Page 1 of 75 City of Saginaw, Michigan Purchasing Division

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY 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 upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to

More information

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, CT (203) Fax (203)

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, CT (203) Fax (203) GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, CT 06830 (203) 625-7411 Fax (203) 625-7677 EUGENE H. WATTS Senior Buyer October 30, 2015 Dear Sir/Madam: You are invited to

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

PIERCE COUNTY INVITATION TO BID NUMBER 1867 FOR EMULSIFIED LIQUID ASPHALT PRODUCTS

PIERCE COUNTY INVITATION TO BID NUMBER 1867 FOR EMULSIFIED LIQUID ASPHALT PRODUCTS PIERCE COUNTY INVITATION TO BID NUMBER 1867 FOR EMULSIFIED LIQUID ASPHALT PRODUCTS BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED UNTIL

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY 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 information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: MARCH 22, 2016 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 10 PAGES BIDS DUE:

More information

Bid # City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

Bid # City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID Bid #45-08 City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID Sealed bid proposals, plainly marked "Public Works Department Bid #45-08 on the outside of the envelope,

More information

2018 Recreation Center Dectron Unit - R22 Refrigerant

2018 Recreation Center Dectron Unit - R22 Refrigerant Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park

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

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County 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 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

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS S For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS RFP # 740 PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS NOTICE TO BIDDERS 1. NOTICE IS HEREBY GIVEN that the New Haven Unified School District is seeking

More information

TOWN OF LINCOLN GENERAL SPECIFICATIONS

TOWN 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 information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

Standard Bid Terms Table of Contents

Standard Bid Terms Table of Contents Table of Contents 1 GENERAL... 2 A SAMPLES... 2 B INTERPRETATION... 2 C FORM OF BID... 2 D BINDING BID... 2 E WITHDRAWAL OF BID... 2 F ACCEPTANCE OF BID... 3 G CONFLICTS OF INTEREST... 3 H PROTEST PROCEDURES...

More information

UNIT DESCRIPTION ETUDE STUDENT CLARINET MODDEL ECL STANDARD 33 ETUDE EAS-100 STUDENT ALTO SAXOPHONE LACQUER 5

UNIT DESCRIPTION ETUDE STUDENT CLARINET MODDEL ECL STANDARD 33 ETUDE EAS-100 STUDENT ALTO SAXOPHONE LACQUER 5 GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, Connecticut 06830 (203) 625-7411 Fax (203) 625-7677 EUGENE H. WATTS Senior Buyer August 6, 2013 Dear Sir/Madam: You are invited

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

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

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

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

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

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION PLEASE REFER TO BID NO TO BID INVITATION PLEASE REFER TO BID NO. 2018-013 TO BID BID DATE: 01/25/18 TO: VENDOR NAME: ADDRESS: QUOTE NOT LATER THAN: 02/28/2018 BY 4:00 PM (EST) FROM: PURCHASING DEPARTMENT COUNTY OF BERRIEN, MICHIGAN

More information

PIERCE COUNTY INVITATION TO BID NUMBER 1890 FOR HYDRAULIC CYLINDER SERVICES

PIERCE COUNTY INVITATION TO BID NUMBER 1890 FOR HYDRAULIC CYLINDER SERVICES PIERCE COUNTY INVITATION TO BID NUMBER 1890 HYDRAULIC CYLINDER SERVICES PIERCE COUNTY INVITATION TO BID NUMBER 1890 FOR HYDRAULIC CYLINDER SERVICES BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA

More information

Lenel Systems Technical Services

Lenel Systems Technical Services Lenel Systems Technical Services RFP Information RFP No. 1536 Lenel Systems Technical Services Issue Date: July 2, 2015 Closing Date: July 16, 2015 Contact Mel Henley Phone: 253.798.7731 Email: mhenley@co.pierce.wa.us

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Tuesday, June 23, 2015 at 10:00 AM CST FOR: Fresh Apple Slices for Food Service RFP #15-02 Prospective

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL 60085 (847)599-2513 (847)360-9744 fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM BID OPENING: July 5 th, 2017 TABLE OF CONTENTS 1) NOTICE

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY 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 new cylinders for self contained breathing apparatus (SCBA s) for the Galesburg

More information