INVITATION FOR BID NUMBER

Size: px
Start display at page:

Download "INVITATION FOR BID NUMBER"

Transcription

1 CITY OF LEE S SUMMIT PURCHASING, ADMINISTRATION DEPARTMENT 207 S.W. MARKET STREET - P.O. BOX 1600 LEE S SUMMIT, MO Phone Fax INVITATION FOR BID NUMBER The City of Lee's Summit will accept separate sealed bids from qualified persons or firms interested in providing the following: LION JANESVILLE # BUNKER GEAR AS A YEARLY CONTRACT IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS BIDS MUST BE RECEIVED BY AND WILL BE OPENED AT 10:00 AM, CDT, JUNE 15, 2006, IN THE EXECUTIVE CONFERENCE ROOM, 207 SW MARKET ST. There will be a pre-bid conference in the Staff Conference Room at 10:00 am, June 1, 2006, at 10 AM CST. All interested bidders are encouraged to attend. PLEASE MARK YOUR ENVELOPE "SEALED BID " AND RETURN THREE (3) COPIES TO: City of Lee's Summit, Division of Purchasing Attention: Tammy L. Shaw, Procurement Officer 207 S.W. Market, P.O. Box 1600 Lee's Summit, MO Phone: Fax: tammy.shaw@lees-summit.mo.us The undersigned certifies that he/she has the authority to bind this company in an agreement to supply the commodity or service in accordance with all terms, conditions, and pricing specified herein or to offer a no bid. Please type or print the information below. Bidder is REQUIRED to complete, sign and return this form with their submittal of bid. Company Name Authorized Person (Print) Address Signature City/State/Zip Title Telephone # Fax # Date Tax ID # Entity Type (Corporation, LLC, Sole Proprietor, Partnership) If submitting a "no bid" please provide a brief explanation below for the reason why and return this page: Bidder s Initials: 1

2 TABLE OF CONTENTS: Legal Notice and Invitation For Bid Page 1 Table of Contents Page 2 Advertisement Page 3 Instructions to Bidders Page 4 Specific Requirements Page 5 Specifications Page 6-16 Pricing Page 17 Cooperative Procurement with other Jurisdictions Page 18 Bid Page Page 19 References Page 20 General Conditions Page References List of Machinery and Equipment Personnel Qualifications Bidder s Initials: 2

3 INVITATION FOR BID BID # The City of Lee's Summit will accept separate sealed bids from qualified persons or firms for LION JANESVILLE # BUNKER GEAR Bids must be received by and will be opened at 10:00 am CDT, June 15, 2006, at the City Hall, Purchasing Division, 207 S.W. Market, Lee's Summit, MO There will be a pre-bid conference in the Staff Conference Room at 10:00 am, June 1, 2006, at 10 AM CST. All interested bidders are encouraged to attend. Bidding documents are available at on the City s web site or by contacting the Purchasing Division at The City reserves the right to reject any and all bids, to waive technical defects in bids, and to select the bid(s) deemed most advantageous to the City. Tammy L. Shaw, Procurement Officer Bidder s Initials: 3

4 SCOPE: To provide JANESVILLE LION # BUNKER GEAR on an as needed basis as a yearly contract. 1.0 INSTRUCTIONS TO BIDDERS: 1.1 Direct all questions regarding this bid to the Procurement Officer listed on page 1. The City reserves the right to reject any and all bids, to waive technical defects in bids, and to select the bid(s) deemed most advantageous to the City. 1.2 The bidder MUST complete EVERY SPACE in the section marked Bids submitted made on separate forms are NOT acceptable unless specified in the bid document. Failure to complete bid forms to the satisfaction of the City Purchasing Manager may result in rejection of your bid. 1.4 It is the responsibility of each bidder before submitting a bid to examine the documents thoroughly, and request written interpretation or clarifications soon after discovering any conflicts, ambiguities, errors, or omissions in the bidding documents. Requests for clarification must be received no later than June 8, Changes to the specifications will not be allowed except by written addendum issued by the Purchasing Division. Oral explanations or instructions given prior to award will not be binding. 1.6 Quantities stated herein represent an estimate for the period of time stated. Orders shall be placed for actual requirements as needed. 1.7 Bidder shall quote net costs of all goods and services requested and all quotes shall include all transportation to destination and inside delivery. 1.8 Bids will be publicly opened and read aloud at the time indicated on the Invitation for Bid. The bidders and the public are invited but not required to attend the formal opening of bids. No decisions relating to the award of a contract will be made at the opening. 1.9 The City reserves the right to award this contract in its entirety or to split the contract among bidders, whichever is in the best interest of the City. The City may accept any item or group of items of the bid unless qualified by specific limitation of the bidder Acceptance of this bid or any part thereof, in writing, within one hundred twenty (120) days after the closing date, by the Purchasing Agent of the City of Lee's Summit, shall constitute a legal and binding agreement; wherein, the supplier shall furnish the supplies or material, in accordance with the specifications and bid offer on the written order of the Purchasing Agent NO SUBSTITUTIONS WILL BE ACCEPTED Bidder shall initial all pages where the bid document denotes BIDDER S INITIALS:. Bidder s Initials: 4

5 2.0 SPECIFIC REQUIREMENTS OF BID: 2.1 Renewal Option: The City reserves the right to negotiate this contract for two (2) additional oneyear renewal periods. Estimated quantities are per year quantities. The City may increase or decrease quantities at its discretion, with no change to pricing Adjustments in cost at the beginning of each renewal period will be limited to the current Federal Consumer Price Index CPI-U, All Items (Urban Consumers) rate If the Contractor requests an increase in compensation for any renewal period, the Contractor shall notify the Purchasing Agent no less than sixty (60) days prior to the end of the contract period and shall provide evidence to the satisfaction of the Purchasing Agent of increased costs incurred by the Contractor for any element of the bid for which an increase is requested The Procurement Officer shall notify the Contractor in writing of the intent to exercise the renewal option. However, failure to notify the Contractor does not waive the City s right to exercise the renewal option. 2.2 For prompt payment, all invoices must be either sent directly to Accounts Payable, City of Lee s Summit, MO, P.O. Box 1600, Lee s Summit, MO 64063, faxed to , or ed to ap@lees-summit.mo.us. Note to Procurement Officer, please state whether a PO will be issued, order form, construction contract, etc. Bidder s Initials: 5

6 3.0 SPECIFICATIONS LEE S SUMMIT, MO V-FORCE COAT AND PANT Lion Apparel is submitting specifications for NFPA 1971, 2000 Edition products. The new version of the standard, NFPA 1971, 2007 edition is expected to be published in August 2006 with an effective date of September 1, Orders placed after Lion Apparel s certification to the NFPA 1971, 2007 edition must be manufactured to the new standard. SCOPE: The purpose of the clothing is to provide protection during structural fire fighting operations where there is a threat of fire or when certain physical hazards are likely to be encountered, such as during non-firerelated rescue operations, emergency medical operations, and victim extrication. ITEMS BID MUST BE FOR LION JANESVILLE REQUISITION # NO SUBSTITUTIONS WILL BE ACCEPTED. 3.1 STANDARDS: All garments produced shall meet the criteria set forth in the current edition of NFPA 1971 PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING, FED-OSHA CFR 1910, Subpart L, OHSA 29 CFR Part and/or the requirements of CAL-OSHA title 8, Article 10.1, Para All components and composites used in the construction of garments shall be third party tested, certified and listed for compliance to NFPA The label of the third party tester shall denote certification. 3.3 The manufacturer shall be registered to the ISO Standard 9001 to assure a satisfactory level of quality. 3.4 COMPOSITE PERFORMANCE: The garment composite, consisting of the outer shell, moisture barrier and thermal liner, shall provide a Thermal Protective Performance (TPP) of not less than 35 when tested in accordance with NFPA 1971 standard. 3.5 The garment composite, consisting of the outer shell, moisture barrier and thermal liner, shall provide a Total Heat Loss (THL) of not less than 130 (205 in 2007 edition) when tested in accordance with NFPA 1971 standard. 3.6 The Heat Transfer Index rating shall be 13 ½ seconds (25 in 2007 edition) for the shoulder when measured at 2 psi (pounds per square inch) and 13 ½ seconds for the knee when measured at 8 psi. 3.7 OUTER SHELL MATERIAL: The outer shell shall be +/ oz./sq. yd. 40% PBI /60% KEVLAR highly constructed ripstop weave with extremely durable FPE water resistant Teflon FPE alloy reinforced with a matrix of 600 denier filament KEVLAR cables. Color shall be natural (gold). 3.8 MOISTURE BARRIER MATERIAL: The Moisture barrier shall be NOMEX substrate laminated to a lightweight breathable, CROSSTECH (Type 2C), Teflon membrane; weighing 3.75 oz./sq. yd. 3.9 THERMAL LINER MATERIAL: The thermal barrier shall be 3.5 oz./sq. yd. Glide (NOMEX filament/spun) face cloth quilted to 1 layer E-89 spunlace aramid 85%NOMEX /15% KEVLAR weighing approximately 2.3 oz./sq. yd. With a Teflon finish. And 1 layer of apertured (11-13 apertures/sq. inch) E-89 spunlace aramid 85% NOMEX /15% KEVLAR weighing approximately 1.5 oz./sq. yd. With a Teflon finish. (Total weight +/- 7.3 oz./sq. yd.) Bidder s Initials: 6

7 3.10 STRESS POINTS: All outer shell stress points, including top and bottom pocket corners, pocket flap corners, top and bottom of storm flap/fly shall be reinforced using a 42 stitch minimum bar tack REFLECTIVE TRIM: All trim shall be sewn with four (4) rows lockstitch 301, minimum (6) stitches/inch for most secure trim attachment The trim shall be 3" Ventilated (Scotchlite II, triple trim) of lime/yellow on the coat trim pattern and the pants. The Drag Harness Device flap shall have 3" Scotchlite II (triple trim) of red/orange Coat trim shall be applied as follows: Viz-a-V Pattern: (1) 3" strip shall be set full circumference at the bottom sweep of the outer shell; (1) 3" strip shall be set around each sleeve approximately 2" above the cuff; (1) 3" strip shall be set around each sleeve just above the elbow; (1) 3" strip shall be set full circumference at the chest; (2) 3" V shaped vertical strips shall be set at an angle from hem trim to back chest trim of the coat Pant trim shall be applied as follows: (1) 3 strip set full circumference around the bottom of the cuff 2" from the bottom cuff SIZES: Coats shall be made available in even chest sizes with corresponding sleeve lengths available in short, regular, and long. Pant sizes shall be made available in even waist sizes with inseam lengths available in extra short, short, regular and long. Male and female sizing available LABELING: Each garment shall have a garment label(s) permanently and conspicuously attached stating at least the following language, as well as detailed warning instructions provided by the manufacturer. Do Not Remove This Label THIS GARMENT MEETS THE GARMENT REQUIREMENTS OF NFPA 1971, STANDARD ON PROTECTIVE ENSEMBLE FOR STRUCTURAL FIRE FIGHTING, 2000 EDITION MADE IN THE U.S.A TRACKING LABEL SYSTEM: There shall be a PDF417, two dimensional bar code label permanently affixed to each garment for tracking purposes. The bar code shall contain a minimum of the following information: Unique serial number Firefighter s name Item description (brand, model, material color) Lot information (date of mfg., size, etc.) Material description The standard to which the garment is compliant The bar code shall be able to withstand customary wash and wear cycles. The PDF417 bar code must incorporate a minimum of a 30% error correction capability. Bidder s Initials: 7

8 3.18 USER INFORMATION GUIDE: Each garment shall include a User Information Guide with information required by NFPA This guide shall include: Pre-use information: Safety considerations. Limitations of use. Garment marking recommendations and restrictions. A statement that most performance properties of the garment cannot be tested by the user in the field. Warranty information Preparation for use: Sizing/adjustment Recommended storage practices Inspection: Inspection frequency and details Don/Doff: Donning and doffing procedures. Sizing and adjustment procedures. Interface issues Use: Proper use consistent with NFPA 1500, Standard on Fire Department, Occupational Safety and Health Program, and 29 CFR 1910, Maintenance and Cleaning: Cleaning instructions and precautions with a statement advising users not to use garments that are not thoroughly cleaned and dried. Inspection details. Maintenance criteria and methods of repair where applicable. Decontamination procedures for both chemical and biological contamination Retirement and disposal: Retirement and disposal criteria and considerations WARRANTY: Each garment shall have a limited lifetime warranty against defects in material and workmanship which should be registered using the internet address on the provided sticker with each garment. Bidder s Initials: 8

9 V-FORCE COAT 3.20 COAT CONSTRUCTION: The coat is designed of a 3-panel construction in all layers of our innovative V-fit design for optimum comfort and mobility. When measured at the center of the back from the collar seam to the hem bottom, the coat shall measure 32" or 35 long. (29" or 32" female) Sleeves shall be of raglan design MOISTURE BARRIER/THERMAL LINER CONSTRUCTION: Design shall be compatible with the outer shell so that the liner does not buckle, pull, or otherwise restrict body motion. The left and right fronts of the moisture barrier/thermal liner shall be attached to the facings at the front closure of the outer shell. The neck of the moisture barrier/thermal liner shall be secured to the neck of the outer shell collar such that when donning the coat an arm may not be accidentally caught between the outer shell and its inner linings along the neck between the armholes. Liner shall have a 4" wide, CROSSTECH /NOMEX pajama check extension sewn the full length of the neck. There will also be a 4" wide, piece of Black NOMEX with a 2" piece of self-material extension sewn the full length of the neck. 3/4" loop and three female non-logo snaps shall be attached to 2" self-material extension on the underside so as not to expose any loop or snaps to the outside for attachment to the outer collar The liner shall have one (1) 8.5 x 8.5 internal pocket, which shall be made of black outer shell material. The liner pocket shall be located on the left side of coat liner.ell 3.23 The moisture barrier shall be sewn to the thermal liner at its perimeter with the breathable membrane oriented inward toward the thermal liner and away from the outer shell. All moisture barrier seams shall be sealed as required by NFPA The moisture barrier/thermal liner shall finish no more than 1 from the cuffs and 2 from the hem MOISTURE BARRIER/THERMAL LINER ATTACHMENT: The moisture barrier/thermal liner shall be completely detachable from the outer shell for ease of cleaning by the use of hook and loop, zippers, and snaps. There shall be a brass zipper and two snaps down each front facing, hook and loop shall also be located around the entire neck opening. In addition, there will be a snap for alignment along the bottom of the liner, one snap and hook and loop at each sleeve end and three snaps and hook and loop along the collar 3.25 COLLAR: The 4" split collar shall consist of three piece construction shaped for comfort. The collar shall be of 4-layer configuration such that when the collar is raised it shall remain standing while providing continuous thermal and moisture protection around the neck and face. To ensure this protection, the two layers of outer shell collar shall be fully lined with (1) layer of Semper Dri (treated chambray facecloth with two layers of apertured (11-13 aperatures/sq. inch) E-89 spunlaced aramid) and (1) layer of CROSSTECH Pajama check. The collar shall provide proper interface with liner to insure no moisture penetration through the collar seam to inside of coat. Each end of collar shall be self material, black NOMEX and CROSSTECH PJ and 1" hook shall be placed for alignment. The collar shall be attached to the liner facing using 3/4" hook and three male snaps. Collar shall be of such design so as not to interfere with SCBA face masks, nor helmet THROAT STRAP: The throat strap shall be of 4-layer configuration providing continuous thermal and moisture protection around the neck and face. The throat strap shall be mounted to the outer shell collar to ensure that when the coat is closed and the collar is raised, the throat strap shall prevent any opening between the left and right collar. To ensure this protection, the inside of the throat strap shall be fully lined with (1) layer of Gore RT7100 PTFE moisture barrier material and (2) layers of 1.5oz apertured E-89 thermal liner. The outer most layer of the throat strap shall be outer shell material. The innermost layer facing the wearer s body shall be outer shell fabric. Bidder s Initials: 9

10 The throat strap shall be mounted to the outer shell collar 3.5 back from the collar facing and shall be not less than 11 long and 4 wide, contour shaped to be compatible with the SCBA facemask and secured in the stowed position with 2 x 2 FR loop on the right outside of the collar. 2 x 2 FR hook shall be sewn to the end of the throat strap and 2 x 3 corresponding FR loop shall be sewn to the outer shell material on the left side of the collar to provide maximum adjustment when wearing an SCBA breathing apparatus mask. One piece of 2 x 2 loop on the right side of the collar and one piece of 2 x 2 hook on the top side of the collar tab shall interface for collar tab storage. The throat strap will close from the right to the left HANGER LOOP: An external hanger loop constructed of a double layer of outer shell material and reinforced with two 42-stitch bartacks shall be provided on the outside of the coat at the collar seam. It shall be designed to provide long service and shall not tear or separate from the coat when the coat is hung by the hanger loop, loaded evenly with a weight of 80 lbs. and allowed to hang for (1) minute THERMAL REINFORCED YOKE: 3.5 oz./sq. yd. Glide (NOMEX filament/spun) face cloth quilted to 1 layer E-89 spunlace aramid 85%NOMEX /15% KEVLAR weighing approximately 2.3 oz./sq. yd. With a Teflon finish. And 1 layer of apertured (11-13 apertures/sq. inch) E-89 spunlace aramid 85% NOMEX /15% KEVLAR weighing approximately 1.5 oz./sq. yd. With a Teflon finish. (Total weight +/- 7.3 oz./sq. yd.) 3.29 SHOULDER CAPS: A 4" wide area at the top of the shoulders extending from the shoulder seam to a width of 4" at the collar shall be capped with outer shell material for abrasion resistance and thermal protection V-FIT ELBOW: The sleeve shall have an insert throughout all layers that shall provide a natural bend in the sleeve. This elbow shall include cut outs, shaped pieces, and darts to create free movement with few restrictions. The insert shall consist of black polymer coated aramid for abrasion resistance and thermal protection SLEEVE WELL/WRISTLET MOUNTING: A combination Semper Dri (treated chambray facecloth with two layers of apertured (11-13 apertures/sq. inch) E-89 spunlaced aramid /breathable CROSSTECH (Type 2C) moisture barrier leader shall be sewn no more than 1" back from the combination liner sleeve end to form a sleeve well. A 1.5" (3/4" non-separable) wide strip of FR loop fastener shall be sewn full circumference to the end of the thermal liner leader to help secure the combination liner to the outer shell. A CROSSTECH (Type 2C) moisture barrier leader shall be sewn no more than 1 back from the combination liner sleeve end. This leader shall be approximately 4 in length and end with a gathering of 1 elastic. This sleeve well shall prevent water and hazardous materials from entering the sleeve when arms are in a raised position The combination liner sleeve ends shall be inserted into the outer shell sleeve ends by means of lining up the snaps then attaching the FR loop fastener of the combination liner sleeve end with the FR hook fastener on the outer shell sleeve. This method of combination liner attachment shall prevent any gaps from occurring between the combination liner and sleeve well during a full range of motion. The combination liner shall extend to within 1" of the sleeve end WRISTLETS: An internal wristlet shall consist of a 2-ply knit of 48% NOMEX /48% KEVLAR and 4% Spandex for superior recovery. Wristlet to be combination of natural and bronze pigment dyed by DuPont and with extremely durable Teflon water resistant alloy not less than 8" extending completely over the palm with a thumbhole preventing the wristlet from sliding back. Wristlets shall be double stitched and bound to the moisture barrier/thermal liner providing extended thermal and slash protection. Bidder s Initials: 10

11 3.34 CUFFS: The extended cuff of the sleeve shall be reinforced with a binding of outer shell material not less than 3" in total width for abrasion resistance and thermal protection. One leather tab with female snap fastener shall be set in the cuff to attach outer shell to liner THERMAL FRONT PANEL CONSTRUCTION: There shall be continuous thermal and moisture protection around the entire torso including the storm flap. To ensure this protection, as well as reduce potential for wicking moisture to inside of liner, both right and left inside front facings of the coat outer shell shall incorporate outer shell fabric extending from collar to hem COAT FRONT CLOSURE DESIGN: The complete outer shell coat front closure design shall consist of a FRONT CLOSURE SYSTEM completely protected by an OUTSIDE STORM FLAP which shall have its own, independent STORM FLAP CLOSURE SYSTEM STORM FLAP: A storm flap measuring not less than 2.5" wide, nor less than 22" in length shall be set on the outside of the right side of the coat opening for maximum thermal protection and clear drainage. The inner lining of the storm flap shall be Gore RT7100 PTFE moisture barrier meeting all requirements for moisture barriers sandwiched between two (2) layers of outer shell fabric FRONT/STORM FLAP CLOSURES: The front closure shall consist of a #9 brass zipper with a 1 3/4" polymer coated aramid tab added to right bottom for fast closure and exit. 3/4" zipper left loose on left end for ease of closing. The storm flap closure shall consist of 1" wide FR hook and loop attachment with FR hook fastener sewn on the left front of the coat, and corresponding FR loop fastener sewn on the inner side of the outer storm flap. The hook and loop closure shall extend the full length of the outer storm flap eliminating all exposed frontal hardware SEMI-BELLOWS HANDWARMER POCKETS; There shall be two 9 x 7 semi-bellow handwarmer combination pockets that expands by means of side and bottom gussets to a thickness of 2 in back only and 0" in front. The pockets shall be set at the bottom of the coat hem and reflective trim shall be set on each pocket. There shall be a 6 opening on the rear side of the bellow of the pocket. Pocket shall be lined inside with Semper Dri (treated chambray facecloth with two layers of apertured (11-13 apertures/sq. inch) E-89 spunlaced aramid) thermal liner material and have a KEVLAR twill backer. Pocket and flap shall be set with stitch 301, seam Ssb-2 with each corner of pocket and top corners of flap reinforced with bar tacks for additional strength. Drainage of moisture to be provided by brass eyelets. Each pocket flap shall measure 10" wide by 3" high in front and 5" high in rear. Each flap shall incorporate a 1" by 2" gold polymer coated aramid pull tab for easy opening. The corner under this tab shall be reinforced with two layers of Lite-N-Dri for stability. A hook and loop closure system shall be set with two pieces of 1.5" x 3" loop fastener set horizontally on the outside edge of the pocket opening with corresponding 1.5" x 3" hook fastener set vertically on the underside of the flap RADIO POCKET: Two 3.5" wide x 9" deep full bellows radio pockets that expands by means of side and front gussets to a thickness of 2" in front and back shall be attached one to the right chest and one to the left chest. Pocket and flap shall be set with stitch 301, seam Ssb-2 with the top and bottom pocket corners and top corners of flap reinforced with a minimum 42-stitch bar tack. A brass eyelet shall provide drainage of moisture. Pocket flap shall be 4.5 x 5. Pocket shall be fully lined all 3 sides inside pocket with polycotton lining. Pocket flap shall close to the pocket top using 1 piece of 1"x 2" loop on pocket horizontally and 1 piece of 1"x 2" hook on flap vertically MIC TAB: There shall be two 1 x3 triple layer self-fabric mic tabs attached with bar tacks on each side attached one above each radio pocket. Bar tacks shall be a minimum 42- stitch bar tack. Bidder s Initials: 11

12 3.42 LETTERING PATCH AND LETTERING: There shall be one 5 x 18 contoured 2-layer self-fabric one-line Letter Patch attached to hang from back hem, and attached by 1.5 x 18 hook and loop and 1 snap on each upper corner. There shall be 3 lime/yellow Scotchlite letters for firefighter's last name sewn on to the hanging letter patch (2 lettering may be substituted for longer names) LETTERING: There shall be 3 lime/yellow Scotchlite letters, LSFD, sewn on to the back of the coat just above chest trim FIRE FIGHTER RECOVERY HARNESS: The harness shall be constructed of a one and one-half inch (1 ½ ) wide KEVLAR strap that shall be installed between the outer shell and the thermal liner. This harness shall have a hand loop (16 in circumference) that exits the outer shell through a 2 polymer coated aramid reinforced slot on the back of the coat just below the collar and is held in place by means of a piece of 1 x 1.5 hook on the strap and a piece of 1 x 2 loop attached to the outer shell. This strap is then secured under a 2 x 5.25 flap that is sewn in at the neck /collar area.2 pieces of 1 x 2 hook shall be set vertically to the underside of the flap; 2 pieces 1 x 2 loop shall be set vertically on shell to align with hook on underside of flap. The harness is also held in proper alignment by means of a 2 x 2 piece of loop placed on the inside of the outer shell just above the chest trim that corresponds to a piece of 1.5 x 2 hook located on the harness. Two 1 x 3.5 self-fabric straps with 1 x 2 hook on one end and 1 x 2 loop shall be set to coat in the shoulder cap area. This keeps the straps in proper position for use PURPOSE OF THE HARNESS Fire Fighter Recovery Harness (Harness) provides mechanical leverage for dragging a downed and incapacitated structural firefighter from a life-threatening environment. The design of the Harness enables the rescuer to drag the downed firefighter in line with the axis of the firefighter's skeletal frame, in order to decrease the risk of further injury. This product is only for structural firefighting operations. DANGER! Do NOT use this product for lifting or lowering a person on a lifeline or emergency escape. Using the harness for unintended purposes may result in serious bodily injury or death! 3.46 DEFINITIONS Class III Heat: 5 minutes or more exposure at degrees F.* Class IV Heat (or higher): 15 seconds or more of exposure at degrees F or higher.* (*Definitions from Project Fires, 1985) Bidder s Initials: 12

13 V-FORCE HIGH BACK PANT 3.47 PANT CONSTRUCTION: The pant shall have a low rise waist V-Fit design with five inch high back panel with hook and loop for support panel of Lion V-Back suspenders (required with these pants) EXTENDED BACK PANEL: A back panel shall be constructed of (2) layers of outer shell material, (1) middle layer of moisture barrier material and (1) layer of thermal liner material. One piece selffabric flap 9" wide x 5" high with 9" x 5" hook to attach suspenders. This panel shall be stitched to the perimeter of the outer shell and shall measure 10" across the top, 19" across the bottom (being graded for waist size), and extend 5" above the pant waist with 9" x 5" loop. See V-Back suspender specification MOISTURE BARRIER/THERMAL LINER CONSTRUCTION: Design shall be compatible with the outer shell so that the liner does not buckle, pull, or otherwise restrict body motion. The bottom nine inches of each thermal leg shall be constructed of Semper Dri (treated chambray facecloth with two layers of apertured (11-13 apertures/sq. inch) E-89 spunlaced aramid) to deter the wicking of moisture up the thermal liner leg. The waist of the moisture barrier/thermal liner shall be secured to the waist of the outer shell such that when donning the pant a leg may not be accidentally caught between the outer shell and its inner linings along the waist and between the legs of the pant. For added thermal protection, an additional layer of 1/8 thick, fire retardant closed-cell foam shall be positioned between the moisture barrier and thermal liner at the knee The CROSSTECH /NOMEX pajama check moisture barrier shall be sewn to the thermal liner at its perimeter by means of hook and loop. All moisture barrier seams shall be sealed as required by NFPA The moisture barrier/thermal liner shall finish no more than 3 from the cuffs MOISTURE BARRIER/THERMAL LINER ATTACHMENT: The moisture barrier/thermal liner shall be completely detachable from the outer shell for ease of cleaning by using snaps and hook and loop. Eight (8) evenly spaced snaps shall secure the liner to the integral waistband; (2) snaps shall be set in leather leg tabs at each leg end and hook and loop on each side of fly facing STORM FLY/CLOSURE: The outer shell shall have a sewn on overlapping fly front running the full length of the fly on the left side. The flap shall not be less than 2.5" wide at the waistband. The bottom of the fly shall be reinforced with two 42 stitch bartacks. The storm fly shall be held closed along its length by means of a hook and loop fastener closure 1.5" minimum width, along the leading edge for a distance of not less than 6" from the bottom of the fly closure to the waist area for proper alignment and secure closure. Pant closure shall be provided by #9 brass zipper A hook and dee ring shall be used for a quick one-motion closure. The hook shall be 2.5" in length, made of a zinc non-ferrous metal alloy and weigh 1.2 oz. +5%. It shall be securely fastened to the pant by means of a 5/8" wide, treated leather take-up strap looped through the rear of the buckle and triple riveted to the pant shell. The dee shall be made of a non-ferrous metal alloy 2" long x 1 1/16" wide and riveted to the fly flap with two rivets The storm fly shall be outer shell material, lined with a 4 strip of CROSSTECH (Type 2C) moisture barrier material and Semper Dri (treated chambray facecloth with two layers of apertured (11-13 apertures/sq. inch) E-89 spunlaced aramid) to prevent wicking THERMAL FLY ASSEMBLY: A 3/4" wide x 9" long loop fastener shall be sewn to the moisture barrier/thermal liner to engage corresponding hook fastener on the underside of the outside storm fly and facing. Bidder s Initials: 13

14 3.54 WAISTBAND: The waist of the pants shall be reinforced on the inside with one- (1) ply of outer shell fabric material not less than 1.5" in width. The pant waist shall be contour shaped for better comfort and hemmed to provide strength with the independent waistband, which shall then be double stitched to the outer shell Two-2" wide self-material suspender tabs with snaps shall be attached to waist front for suspender attachment EXTERNAL TAKE-UPS: Two waist straps shall be sewn and bar tacked 2 ½" down from the top of the waistband. One strap shall be installed on the right side and one on the left side constructed out of one piece of shell material folded to two layers and sewn to form a 1" wide strap. Each strap shall be a minimum of 10 in length. These take-up straps shall have a 5/8" nickel plated postman style slide buckle which shall be attached by a piece of shell material 5 in length folded to form two layers. The strap is sewn to form an attachment strap approximately 6 in length designed for quick take-up adjustment V-FIT KNEE: The knee shall have an insert throughout all layers that shall provide a natural bend in the leg. This knee shall include cut outs, shaped pieces, and darts to create free movement with few restrictions. The insert shall consist of black polymer coated aramid for abrasion resistance and thermal protection KNEE PADDING: In addition to reinforcement, knees shall be padded using 1/8" thick, fire retardant closed-cell foam. The reinforcement material shall be oriented between the outer shell and knee insert reinforcement CUFFS: The cuff area of the pant shall be reinforced with a binding of self fabric not less than 2" in total width for greater strength, abrasion resistance, and thermal protection SEMI-BELLOW POCKETS: Two 9" x 8" semi-bellows pockets that expands by means of side and bottom gussets to a thickness of 2" in back only and 0" in front shall be attached one to each fore thigh. A 2" pleat set vertically in center of pocket allows for easy expansion of pocket when needed. Pockets shall be fully lined three sides with KEVLAR twill. Pockets and flaps shall be set with stitch 301, seam Ssb-2 with the top and bottom pocket corners and top corners of flap reinforced with bar tacks for additional strength. Drainage of moisture to be provided by brass eyelets. Each pocket flap shall measure 10" wide by 3" high in front and 5" high in rear. Each flap shall incorporate a 1" by 2" gold polymer coated aramid pull tab for easy opening. The corner under this tab shall be reinforced with two layers of Lite-N-Dri for stability. A hook and loop closure system shall be set with two pieces of 1.5" x 3" loop fastener set horizontally on the outside edge of the pocket opening with corresponding 1.5" x 3" hook fastener set vertically on the underside of the flap MIC TAB: There shall be two 1 x3 triple layer self-fabric mic tabs attached with bar tacks on each side, one on each hip, 4 down from waist. Bar tacks shall be a minimum 42-stitch bar tack. Bidder s Initials: 14

15 MASTER SPECIFICATIONS V BACK QUICK ADJUST H-BACK SUSPENDERS WITH SNAP TAB ATTACHMENTS MODEL NO SR840-00(SR836-00, SR845-00) 3.62 A highly engineered 40 red suspender designed for greater range of mobility and reduced stress allowing for three points of attachment to V-Force Highback pants with hook and loop in back and snap attachment in front Two 12" front pull straps shall be constructed as follows: 2 wide elastic polyester webbing shall be fed through 2 metal loops and secured with a two-needle lock-stitch at one end. A black military finish steel double dee ring shall be fed through the webbing. The other end of the webbing shall be fed through a 2 wide thermo-plastic dee ring and secured with a two-needle lock-stitch. The dee ring shall function as a pull strap for easily adjusting the suspenders for proper fit Two 1" shoulder straps shall be constructed as follows: 2 wide elastic polyester webbing shall be fed through the top half of the steel double dee ring and secured with a two-needle lockstitch. The top of each strap shall be secured to the V-shaped shoulder pad with two-needle lock-stitch and two 42-stitch bartacks. Two 6" back straps made of 2 wide elastic webbing shall be joined with two-needle lock-stitch at the bottom of each V-shaped shoulder pad. The end of each back strap shall be single-needle lock-stitch to a 8" wide by 4" high hook and loop panel for securing to V-Force back panel V-SHAPED SHOULDER PADS Shoulder pads shall be constructed of two layers of 1/8" thick, fire retardant closed-cell foam encapsulated in 7.5 oz. Black NOMEX. Each shoulder pad shall be 3" wide and 12" long ending in a 4" high back reinforcement pad. Each shoulder pad shall have an embroidered Lion Head Logo LIFETIME WARRANTY All products shall be warranted against defects in materials and workmanship for the useful life of the product. Dimensions to change for SR836-36" red suspender, Two 10" front pull straps, Two 4" back straps. Dimensions to change for SR845-45" red suspender, Two 15" front pull straps, Two 8" back straps. Bidder s Initials: 15

16 3.68 MEASUREMENTS Contractor must measure each firefighter individually Contractor must pre-arrange for a measuring time. Each station must have a minimum of three (3) measuring times, to accommodate each shift. Each measuring time must be during that shift Measuring times must be coordinated with Assistant Fire Chief Rick Poeschl, Bidder s Initials: 16

17 4.0 PRICING ITEM DESCRIPTION EST. QTY. per year UNIT PRICE 4.1 Lion Janesville # Coat 46 $ $ 4.2 Lion Janesville # Pant 46 $ $ GRAND TOTAL $ (Carry total to bid page) TOTAL PRICE Optional: During the course of the contract year, the using departments may need to order items not specifically listed above. Please state below, any discounts for such purposes, from your listed prices. % Discount off list price 4.1 EVALUATION CRITERIA: Bids will be evaluated on the following: Price References Delivery Time Bidder s Initials: 17

18 COOPERATIVE PROCUREMENT WITH OTHER JURISDICTIONS: 1) This section is optional, it will not affect bid award. If the City of Lee's Summit awarded you the proposed contract, would you sell under the prices and terms of this Contract to any Municipal, County Public Utility, Hospital, Educational Institution, or any other non-profit organization having membership in the Mid-America Council of Public Purchasing (MACPP) or Mid-America Regional Council (MARC) and located within the Greater Kansas City Metropolitan Trade Area? (All deliveries shall be F.O.B. Destination and there shall be no obligations on the part of any member of said Council to utilize this Contract). YES NO INITIALS: 2) Sales will be made in accordance with the prices, terms, and conditions of the Invitation for Bid and any subsequent term contract. 3) There shall, however, be no obligation under the cooperative procurement agreement for any organization represented by MACPP or MARC to utilize the bid or contract unless they are specifically named in the Invitation for Bid as a joint bidder. 4) All sales to other jurisdictions will be made on purchase orders issued by that jurisdiction. All receiving, inspection, payments and other contract administration will be the responsibility of the ordering jurisdiction. 5) The principal contracting officer (PCO) is responsible to handle the solicitation and award the contract. The PCO has sole authority to modify the contract and handle disputes regarding the substance of the contract. The PCO is the Procurement Officer of Record, City of Lee's Summit, Missouri. 6) Each jurisdiction that is a party to the joint bid has authority to act as Administrative Contracting Officer with responsibility to issue purchase orders, inspect and receive goods, make payments and handle disputes involving shipment to the jurisdiction. Bidder s Initials: 18

19 BID PAGE Bidder must complete the following section in its entirety, and sign and date where indicated. This agreement shall take effect upon the approval of the City's Purchasing Agent or designated representative. A. ACCEPTANCE OF BID BY CITY: The City shall have a minimum of 120 calendar days from the date of the opening to accept bidder's offer. B. City standard payment terms are Net 30 after receipt of invoice State any discounts offered: C. Response time/delivery: (After receipt of order) D. Submittals - The following must be submitted with bid: 1. References and experience 2. Return all parts of this complete bid document (bidders to keep copy of bid submitted) 3. Warranty 4. Descriptive literature 5. List of suppliers E. Total Price: Price to be FOB destination, Lee's Summit, Missouri Grand Total (over the course of three (3) years)$ (Carried from page 17) F. Registered With Demand Star? Yes No Rev: 8/5/98 Bid Page MKB/rjp M:\Purchase\Bid4mats\R&MSVCS.doc Revised 1/31/96 MKB, JMD, RJP, Rev 10/19/98 Para 2.8 Y2K RJP, Rev. 1/29/99 Bid Page RJP, Rev 4/9/99 Minimum callout deleted RJP, Rev. 10/18/00 KP; M:\Purchase\Bid4mats\ R&MSVCS.FOR; RJA; IFB-08/15/01RMP; Revised Rmp; RMP; Added no bid section RP; rp Bidder s Initials: 19

20 REFERENCES AND EXPERIENCE Experience and references provided by bidders shall be verified and will be a significant factor in the evaluation. Bidders are REQUIRED to provide the information below in FULL DETAIL. How many years has your firm been in business? YEARS: List references showing contracts, held by your company, providing the same services for other municipalities or private companies. Attach a separate sheet of paper, if needed. COMPANY NAME & ADDRESS CONTACT NAME & PHONE NUMBER DATE OF JOB: DESCRIBE IN DETAIL THE SERVICES YOUR COMPANY PROVIDED: Bidder s Initials: 20

21 GENERAL TERMS AND CONDITIONS GENERAL INSTRUCTIONS CONCERNING IFB s/bid s 1. AWARD. The right is reserved, as the interest of the City may require, to reject any or all bids and to waive any minor informality or irregularity in bids received. The City may accept any item or group of items of any bid unless qualified by specific limitation of the bidder. UNLESS OTHERWISE PROVIDED IN THE SCHEDULE, BIDS MAY BE SUBMITTED FOR ANY QUANTITIES LESS THAN THOSE SPECIFIED; AND THE CITY RESERVES THE RIGHT TO MAKE AN AWARD ON ANY ITEM FOR A QUANTITY LESS THAN THE QUANTITY BID UPON AT THE UNIT PRICE OFFERED UNLESS THE BIDDER SPECIFIED OTHERWISE IN HIS BID. The Contract shall be awarded to that responsible and responsive bidder whose bid, conforming to the Invitation for Bids, will be most advantageous (lowest price and best value) to the City, price and other factors considered. An award mailed (or otherwise furnished) to the successful bidder within the time for acceptance specified in the bid, results in a binding contract without further action by either party. 2. PREPARATION OF BIDS. (a) Bidders are expected to examine the drawing, specifications, schedule and all instructions. Failure to do so will be at the bidder's risk. (b) Each bidder shall furnish the information required by the invitation. The bidder shall sign the invitation and print or type his name on each bid sheet thereof on which he makes an entry. Erasures or other changes must be initialed by the person signing the offer. Bids signed by an agent are to be accompanied by evidence of his authority unless such evidence has been previously furnished to the Purchasing Division. (c) Unit price for each unit bid shall be shown and such price shall include packing unless otherwise specified. A total shall be entered in the total column for each item bid. In case of discrepancy between a unit price and extended price, the unit price will be presumed to be correct. (d) Alternate bids for supplies or services other than those specified will not be considered unless authorized by the invitation. (e) Bidder must state a definite time for delivery of supplies or services unless otherwise specified in the invitation. (f) Time, if stated as a number of days, will include Saturdays, Sundays, and holidays. (g) If the item has a trade name, brand and/or catalog number, such must be stated in the bid. (h) Prices quoted are to be firm and final. (i) In submitting bids, Vendor agrees that the City of Lee's Summit shall have 120 days in which to accept or reject any of the bids submitted unless otherwise specified on the bid page. (j) Specification sheets MUST be returned with bids. 3. EXPLANATION TO BIDDERS. Any explanation desired by a bidder regarding the meaning or interpretation of the invitation, drawing, specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids. Oral explanation or instruction given before the award of the contract will not be binding. Any information given to a prospective bidder concerning an invitation will be furnished to all prospective bidders as an addendum to the invitation, if such information is necessary to bidders in submitting bids on the invitation or if the lack of such information would be prejudicial to uninformed bidders. 4. ACKNOWLEDGMENT OF ADDENDUM TO INVITATIONS. Receipt of an addendum to an invitation by a bidder must be acknowledged (a) by signing and returning the addendum, or (b) by letter or telegram. Such acknowledgment must be received prior to the hour and date specified for receipt of bids, or returned with the bid and received prior to closing time and date. 5. SUBMISSION OF BIDS. (a) Bids and modification thereof shall be enclosed in sealed envelopes and addressed to City of Lee's Summit, Division of Purchasing and Contract Services, 207 SW Market Street, Lee's Summit, Missouri The bidder shall show the hour and date specified in the invitation for receipt, the invitation number, and the name and address of the bidder on the face of the envelope. (b) Telegraphic or faxed bids will not be considered unless authorized by the invitation; however, bids may be modified by telegraphic notice, provided such notice is received prior to the hour and date specified for receipt. (See paragraph 7) (c) Samples of items, when required, must be submitted within the time specified and unless otherwise specified by the City, at no expense to the City. If not consumed by testing, samples will be returned at bidders request and expense, unless otherwise specified by the invitation. (d) Bids will be publicly opened and read aloud as stipulated in the "Invitation To Bid". (e) Submission of a bid constitutes an assignment by you of any and all anti-trust claims that you may have under the Federal and/or State laws resulting from this Contract. 6. FAILURE TO SUBMIT BID. If no bid submitted, do not return the invitation unless otherwise specified. A letter or postcard should be sent to the issuing office advising whether future invitations for the type of supplies or services covered by this invitation are desired. Failure of the recipient to bid or to notify the issuing office that future invitations are desired may result in removal of the name of such recipient from the mailing list for the type of supplies or services covered by the invitation. 7. MODIFICATION OR WITHDRAWAL OF BIDS. Bids may be modified or withdrawn, by written or telegraphic notice received, prior to the exact hour and date specified for receipt of bids, provided the City is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the bid receipt deadline. The telegraph communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the City until the sealed bid is opened. A bid also may be withdrawn in person by a bidder or his authorized representative provided his identity is made known and he signs a receipt for the invitation, but only if the withdrawal is made prior to the exact hour and date set for receipt of bids. Telephone requests to withdraw a bid will be considered only if confirmed by letter or telegram. 8. LATE BIDS AND MODIFICATIONS. It is the responsibility of the bidder to deliver his bid or bid modifications on or before the date and time of the bid receipt deadline. Bids will NOT be accepted after the date and time of closing under any circumstances. 9. BONDS. Bidder s Initials: 21

22 Bonds shall be executed with the proper sureties, through a company licensed to operate in the State of Missouri, and hold a current Certificate of Authority as an acceptable surety under 31 CFR Part 223 (and be listed on the current U.S. Department of the Treasury Circular 570 and have at least A Best's rating and a FPR9 or better financial performance rating per the current A.M. Best Company ratings.) A. BID DEPOSITS (BONDS). Bid Deposit Not Required. Bid Deposit Required as stipulated in the "Invitation to Bid". Note the following: Bid Deposit. The Bidder will furnish a bid deposit in the form of a bond, certified check, or money order in the amount of 5% of base bid made payable to the City of Lee's Summit, Jackson County, Missouri, for the measure of liquidated damages which the City will sustain and the proceeds thereof will become the property of the City if for any reason the bidder (Personal or company checks will not be accepted): (a) (b) (c) Withdraws his bid after the opening of the bids and prior to the time a formal written agreement evidencing the contract has been signed and delivered to the City whether or not the bidder at the time of such withdrawal has been designated as the successful bidder, or Upon written notification of the award of contract to him, he fails to properly sign and deliver to the City within 10 days Labor and Materials and Performance Bonds, if required; Certificate of Insurance, and the written Agreement, formally evidencing the terms of the Invitation for Bid and his bid as submitted. The bidder further agrees the City will have the right to retain the bid deposit for a period of one hundred twenty (120) days from the date of opening of the bids. At the expiration of said time, or earlier at the option of the City, said bid deposit will be returned to the bidder unless said bid deposit has become the property of the City as liquidated damages for one of the reasons stipulated. B. PERFORMANCE BONDS Performance Bond Not Required. Performance Bond Required as stipulated in the "Invitation to Bid". Note the following: (a) Coincident with the execution of the Agreement, Contractor shall furnish to Owner a contract Performance Bond and a Labor and Material Payment Bond drawn upon the forms included in these Contract Documents. (b) Date of bonds shall be the same as the date of City's execution of the agreement. (c) Performance Bond shall be in the full contract price, guaranteeing the payment of all bills and obligations arising from the performance of the contract, and otherwise conditioned as required by law. (d) The bonds shall be automatically increased in amount and extended in time without formal and separate amendments to cover full and faithful performance of the contract in the event of Change Orders regardless of the amount of time or money involved. It shall be Contractors' responsibility to notify his surety of any changes affecting the general scope of the work or change in the Contract Price. (e) At any time during the continuance of the Contract that the surety on any bond becomes unacceptable to Owner, Owner shall have the right to require additional and sufficient sureties which Contractor shall furnish to the satisfaction of Owner within ten (10) days after notice to do so. 10. DISCOUNTS AND BID EVALUATION. Discounts offered for prompt payment may be considered in bid evaluation. 11. MATERIAL AVAILABILITY. Bidders must accept responsibility for verification of material availability, production schedules and other pertinent data prior to submission of bid and delivery time. It is the responsibility of the bidder to notify the City of Lee's Summit immediately if materials specified are discontinued, replaced, or not available for an extended period of time. 12. ALTERNATE BIDS. Bidders must submit complete specifications on all alternate bids. Alternate bids without complete specifications may be rejected. Alternate bids and exceptions may be rejected. Alternate bids and exceptions to bid clauses must be clearly noted on the bid form. Unless otherwise indicated, it will be assumed that the article proposed is exactly as specified. 13. AWARD OF CONTRACT. (a) BASIS OF AWARD. 1. Only firm bids will be considered. 2. Bidders maybe requested to submit financial statements subsequent to the bid opening. Such statements shall be submitted to Owner within three (3) days after being so requested. 3. The award of the Contract, if it is awarded, will be to the lowest responsible and responsive bidder whose qualifications indicate the award will be in the best interest of the Owner and whose bid complies with all prescribed requirements. 4. Owner reserves the right to reject any and all bids, and waive any and all informalities, and the right to disregard all non- conforming or conditional bids or counter-proposals. (b) EVALUATION OF BIDS. 1. The evaluation of bids will include consideration of prior experience, financial statements, if requested, sub-contractors, suppliers, and manufacturers to be used in the work and manufacturers' data on the materials and equipment to be incorporated. Time of completion or delivery will also be a factor in the award. 2. "Or Approved Equal" Clause. Whenever a material, article, or piece of equipment is identified on the plans or in the specifications by reference to manufacturer's or vender's names, trade names, catalog numbers, etc., it is intended merely to establish a standard; and, any material, article, or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article, or equipment so proposed, is, in the opinion of the City, of equal substance and function. Substitute items may be rejected at the discretion of the City of Lee's Summit. Bidder s Initials: 22

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 Turn Out Gear for the Galesburg Fire Department Instructions to Bidders 1.

More information

INVITATION FOR BID NUMBER

INVITATION FOR BID NUMBER CITY OF LEE S SUMMIT PURCHASING, ADMINISTRATION DEPARTMENT 207 S.W. MARKET STREET - P.O. BOX 1600 LEE S SUMMIT, MO 64063-2358 816-969-7337 Phone 816-969-7771 Fax INVITATION FOR BID NUMBER 05-200 The City

More information

CITY OF COLUMBIA INVITATION TO BID BIDDER ACKNOWLEDGEMENT

CITY OF COLUMBIA INVITATION TO BID BIDDER ACKNOWLEDGEMENT Submit Responses Online using the City of Columbia's Bid Online Phone Number: (803)545-3470 CITY OF COLUMBIA INVITATION TO BID BIDDER ACKNOWLEDGEMENT Date: October 22, 2015 Bids will be opened at 3:00

More information

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS

Rock 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 information

Date Issued: January 26, 2018 Bid No.:

Date Issued: January 26, 2018 Bid No.: Date Issued: January 26, 2018 Bid No.: 18-003 The City of Decatur will accept sealed bids for the following material, equipment or services for City Departments: Description: Fire Fighter Turn Out Gear

More information

CITY OF LEE S SUMMIT PURCHASING DIVISION 220 S.E. GREEN STREET LEE S SUMMIT, MO Phone Fax

CITY OF LEE S SUMMIT PURCHASING DIVISION 220 S.E. GREEN STREET LEE S SUMMIT, MO Phone Fax CITY OF LEE S SUMMIT PURCHASING DIVISION 220 S.E. GREEN STREET LEE S SUMMIT, MO 64063 816-969-1080 Phone 816-969-1081 Fax INVITATION FOR BID NUMBER 09-081 The City of Lee's Summit will accept separate

More information

/~~~ \(. ~WV'-/ Michael R. Bowersox Borough Manager

/~~~ \(. ~WV'-/ Michael R. Bowersox Borough Manager THE BOROUGH O F HAN O V ER 44 FREDERICK STREET HANOVER, PEN N A. 1733 1 7 17-637-3877 FA X 717-637-2805 AN EQUAL OPPORTUNITY BOROUGH INVITATION TO BID October 5, 2018 Sealed bids will be solicited by The

More information

Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY

Request 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 information

RESCUE BOAT: FORTUNA RAPID DEPLOYMENT CRAFT IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS

RESCUE BOAT: FORTUNA RAPID DEPLOYMENT CRAFT IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS CITY OF LEE S SUMMIT PURCHASING, ADMINISTRATION DEPARTMENT 207 S.W. MARKET STREET - P.O. BOX 1600 LEE S SUMMIT, MO 64063-2358 816-969-7337 Phone 816-969-7771 Fax INVITATION FOR BID NUMBER 06-170 The City

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

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

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

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

More information

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

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

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Vendor Information (SECTION TO BE COMPLETED BY VENDOR) SUBMIT BIDS TO: BID TITLE CITY OF TUSCALOOSA PURCHASING OFFICE P.O. BOX 2089 2201 UNIV. BLVD. TUSCALOOSA, AL 35403 TUSCALOOSA, AL 35401 TWO (2) TRASH TRAILER BODIES PAGE 1 OF 6 PAGES INVITATION TO BID

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

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

Request for Proposals P Bunker Gear. Saint John, New Brunswick

Request for Proposals P Bunker Gear. Saint John, New Brunswick Request for Proposals 2018-424001P Saint John, New Brunswick Request for Proposals No.: 2018-424001P Issued: April 9, 2018 Submission Deadline: Thursday, April 26, 2018 at 4:00 p.m., ADT TABLE OF CONTENTS

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

TAXABLE VS. NON-TAXABLE

TAXABLE VS. NON-TAXABLE TAXABLE VS. NON-TAXABLE Working Condition Fringe Benefits (WCFB) General Rules for the WCFB Exclusion (Pub. 15-B) Must relate to the employer s business and be provided so employee can perform his or her

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

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

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

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE SPECIFICATIONS AND BID FORMS FOR WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: #14-003- BOE Due on or before 11:00 A.M. ON THURSDAY, AUGUST 1, 2013 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

BID DOCUMENTS FOR THERMAL IMAGING CAMERA BID DOCUMENTS FOR THERMAL IMAGING CAMERA CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 3, 2015 NOTICE TO BIDDERS THERMAL IMAGING CAMERA FOR THE CITY OF OWOSSO, MICHIGAN Bids will be

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for: 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 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

ADDENDUM No. 2. August 1, 2018

ADDENDUM No. 2. August 1, 2018 ADDENDUM No. 2 August 1, 2018 TO: FROM: RE: PROSPECTIVE BIDDERS GALE ASSOCIATES, INC. 160 N. Westmonte Drive Suite 1200 Altamonte Springs, FL 32714 407 599 7031 Indian River Elementary School Roof Replacement

More information

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

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

More information

REQUEST FOR PROPOSAL FOR COMMUNICATIONS AUDIT RFP NO IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS

REQUEST FOR PROPOSAL FOR COMMUNICATIONS AUDIT RFP NO IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS Lee s Summit R-7 School District Purchasing and Distribution Services 702 SE 291 Highway Lee s Summit, MO 64063 816-986-2190 Email: christa.battaglia@lsr7.net REQUEST FOR PROPOSAL FOR COMMUNICATIONS AUDIT

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

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Traffic Signal Repair & Maintenance Bids must be submitted to the City at the address below in a sealed envelope plainly

More information

REQUEST FOR FORMAL BID

REQUEST 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 information

Contact/Technical Contact: Wayne C. Correll, Purchasing Manager (913)

Contact/Technical Contact: Wayne C. Correll, Purchasing Manager (913) KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING CHOIR ROBES FOR SUMNER ACADEMY BID NO: IFB 18-008

More information

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

More information

KANSAS CITY REGIONAL PURCHASING COOPERATIVE. A Partnership of :

KANSAS CITY REGIONAL PURCHASING COOPERATIVE. A Partnership of : KANSAS CITY REGIONAL PURCHASING COOPERATIVE A Partnership of : Mid-America Council of Public Purchasing and Mid-America Regional Council and Local Governments Acting as the lead agency, offers the following

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. Bids due on October 31, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. Bids due on October 31, 2017 at 2:00 p.m. PUR890 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CHEMICAL, BIOLOGICAL, RADIOLOGICAL, & NEUROLOGICAL SUITS Bids due on October 31, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is

More information

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 RESTROOM PARTITIONS FOR JAMES BRIDGER MIDDLE SCHOOL RFP# PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP # Proposal and deliver to the following

More information

ADDENDUM #001. This Addendum includes the Department s answers to written questions received.

ADDENDUM #001. This Addendum includes the Department s answers to written questions received. ADDENDUM #001 Solicitation : Solicitation Title: Opening Date/Time: FDC ITB-18-020 Mattresses and Pillows August 22, 2017 at 2:00 p.m. (Eastern Time) Addendum : 001 Failure to file a protest within the

More information

BID NUMBER DATED 03/08/13 BUYER Karen Ruch Phone: DUE DATE 04/09/13 PAGE 1 VENDOR Name & address

BID NUMBER DATED 03/08/13 BUYER Karen Ruch Phone: DUE DATE 04/09/13   PAGE 1 VENDOR Name & address QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 631000-2013 DATED 03/08/13

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

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

REQUEST FOR FORMAL BID

REQUEST 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 information

COMMONWEALTH OF VIRGINIA COUNTY OF HENRICO

COMMONWEALTH OF VIRGINIA COUNTY OF HENRICO COMMONWEALTH OF VIRGINIA COUNTY OF HENRICO DEPARTMENT OF FINANCE Cecelia H. Stowe, CPPO, C.P.M. Purchasing Director IFB: # 16-1256-9YD October 4, 2016 Invitation for Bid Annual Contract for Uniforms and

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 GENERATOR RFP# PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 Please mark your sealed envelope RFP # Proposal and deliver to the following address and person: Purchasing Supervisor

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

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

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment Mountain View Fire and Rescue District is the entity issuing this invitation for bids. The District is a municipal corporation and political

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 SPECIAL NOTICE TO BIDDERS A. These Specifications have bound hereto a complete set of bidding and contract forms. One complete signed set of bid forms as detailed in the

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

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

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY

BID 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 information

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP # CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

CITY OF GREENVILLE Danish Festival City

CITY OF GREENVILLE Danish Festival City REQUEST FOR QUOTE GREENVILLE CITY HALL EXECUTIVE OFFICE Work-center PROJECT The City of Greenville is requesting bids for the purchase and installation of one work-center in the City Hall building. Base

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

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2017 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: JUNE

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

Request for Proposals. Work-Center Bid Addendum

Request for Proposals. Work-Center Bid Addendum Request for Proposals Work-Center Bid Addendum October 23, 2018 CITY OF GREENVILLE Danish Festival City 411 South Lafayette Street Greenville, Michigan 48838 Phone: (616) 754-5645 Fax: (616) 754-6320 infocity@greenvillemi.org

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

Core Technology Services Division PO Box Grand Forks, ND

Core Technology Services Division PO Box Grand Forks, ND Division PO Box 13597 Bid Number: CTSIFB-15-01 Date Issued: January 27, 2015 Bid Title: Google Search Appliance Procurement Officer: Jerry Rostad Deadline for Questions: February 3, 2015 Telephone: 701-239-6668

More information

MOBILE LAPTOP CHARGING CARTS BID: # BOE

MOBILE LAPTOP CHARGING CARTS BID: # BOE SPECIFICATIONS AND BID FORMS FOR MOBILE LAPTOP CHARGING CARTS BID: #14-018- BOE Due on or before 11:30 A.M. ON FRIDAY, JUNE 20, 2014 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON BOARD

More information

INVITATION 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: 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 information

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW REQUEST FOR PROPOSAL (RFP) NOTICE DATE: JUNE 20, 2018 PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 RFP OPENING TIME AND DATE:

More information

Request for Proposal 09-X For: Clothing: Mechanic/Maintenance Employee Uniforms Various Agencies

Request for Proposal 09-X For: Clothing: Mechanic/Maintenance Employee Uniforms Various Agencies Request for Proposal 09-X-20791 For: Clothing: Mechanic/Maintenance Employee Uniforms Various Agencies Bidder s Electronic Question Due Date (Refer to RFP Section 1.3.1 for more information.) Event Date

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

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

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY 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 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

QTY DESCRIPTION ALL PER ATTACHED SPECIFICATIONS UNIT PRICE

QTY DESCRIPTION ALL PER ATTACHED SPECIFICATIONS UNIT PRICE CITY OF HUTCHINSON BID FORM Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements. This is

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 12 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: JUNE 26,

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of TURN OUT BOOTS FOR RICHMOND FIRE-RESCUE Bidders are requested to respond to this Quotation call

More information

Agenda Cover Memorandum

Agenda Cover Memorandum Agenda Cover Memorandum Meeting Date: December 1, 2014 Meeting Type: Committee of the Whole City Council Budget Workshop Item Title: Approve the following purchase orders for the purchase of firefighter

More information

Policy E-06: Added (c) to reflect policy (no change). April 1, 2013 Policy E-09: Added more information to reflect changes in QFR process.

Policy E-06: Added (c) to reflect policy (no change). April 1, 2013 Policy E-09: Added more information to reflect changes in QFR process. Alberta Health Alberta Aids to Daily Living Stationary Commodes, Mattress Overlays, Transfer Pole-Aids and Transfer Bed Rails Benefits Policy & Procedures Manual July 1, 2013 Transfer Bed Rails Benefits,

More information

PUBLIC EMPLOYEES OCCUPATIONAL SAFETY AND HEALTH ACT (PEOSHA)

PUBLIC EMPLOYEES OCCUPATIONAL SAFETY AND HEALTH ACT (PEOSHA) FIRE SERVICE REFERENCE BOOKLET 3 PUBLIC EMPLOYEES OCCUPATIONAL SAFETY AND HEALTH ACT (PEOSHA) Revised June 7, 2004 STATE OF NEW JERSEY James E. McGreevey Governor DEPARTMENT OF COMMUNITY AFFAIRS Susan

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: MAY 27, 2014 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 12 PAGES BIDS DUE: JUNE

More information

Solicitation 662. Protective Accessories - Fire. Bid Designation: Public

Solicitation 662. Protective Accessories - Fire. Bid Designation: Public Solicitation 2 Protective Accessories - Fire Bid Designation: Public Capitol Region Council of 9/28/2017 7:21 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel

More information

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT PROJECT SPECIFICATIONS (to be available at Township Hall and posted on website) Arlington Township is soliciting bids to provide supervision, labor, equipment,

More information

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT BID DOCUMENTS FOR STRYKER POWER-PRO XT COT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 1, 2016 NOTICE TO BIDDERS STRYKER POWER-PRO XT COT FOR THE CITY OF OWOSSO, MICHIGAN Bids will

More information

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Fire Sprinkler Service. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Fire Sprinkler Service

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

Solicitation 640. Recycling Bins. Bid Designation: Public

Solicitation 640. Recycling Bins. Bid Designation: Public Solicitation 40 Recycling Bins Bid Designation: Public 2/10/201 :4 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel for your company for any billing related

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS Return bid no later than: Time: 5:00 PM Central Date: Friday, September 21, 2018 Bid contact: Bill Stoltz Telephone: (573) 458-6135

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS CITY OF WESTBROOK REQUEST FOR PROPOSALS PROFESSIONAL SERVICES DESIGN/BUILD WESTBROOK COMMUNITY CENTER WAYFINDING PROJECT 426 BRIDGE STREET WESTBROOK, MAINE June 13, 2013 1. PROJECT OVERVIEW 1.1 City of

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

SMALL BASECAMP KITCHEN

SMALL BASECAMP KITCHEN SMALL BASECAMP KITCHEN SMALL BASECAMP KITCHEN INSTRUCTIONS INSTRUCTION INDEX S a f e ty W a r n in g s p. 2 Set up your Small Basecamp Kitchen p. 3-7 K e lty W a r r a n ty p. 8 12SmallBasecampKitchen_INST.indd

More information

KANSAS CITY KANSAS PUBLIC SCHOOLS USD 500. BID TITLE: FOOTBALL UNIFORMS ALL SECONDARY SCHOOLS BID Number:

KANSAS CITY KANSAS PUBLIC SCHOOLS USD 500. BID TITLE: FOOTBALL UNIFORMS ALL SECONDARY SCHOOLS BID Number: KANSAS CITY KANSAS PUBLIC SCHOOLS USD 500 BID TITLE: FOOTBALL UNIFORMS ALL SECONDARY SCHOOLS BID Number: 16-021 Date Issued: 3-1-16 Bid Due Date: 3-15-16 3:00 P.M. Pre-Bid Conference: NONE Submit To: Purchasing

More information