All companies submitting a bid will be notified in writing of award. We look forward to your bid and appreciate your interest in Gwinnett County.

Size: px
Start display at page:

Download "All companies submitting a bid will be notified in writing of award. We look forward to your bid and appreciate your interest in Gwinnett County."

Transcription

1 August 08, 2018 INVITATION TO BID BL The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Field Service Uniforms on an Annual Contract with Two (2) Options to Renew for various Gwinnett County Departments. Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the BL# and Company Name. Bids will be received until 2:50 p.m. Friday, August 24, 2018 at the Gwinnett County Financial Services - Purchasing Division 2 nd Floor, 75 Langley Drive, Lawrenceville, Georgia Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 p.m. Apparent bid results will be available the following business day on our website Questions regarding bids should be directed to Dana Garland, CPPB, Purchasing Associate III, at dana.garland@gwinnettcounty.com or by calling , no later than 3:00 p.m. Thursday, August 16, Bids are legal and binding upon the bidder when submitted. All bids should be submitted in duplicate. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Susan Canon, Gwinnett County Justice and Administration Center, The written bid documents supersede any verbal or written prior communications between the parties. Award will be made to the supplier submitting the lowest responsive and responsible bid. Gwinnett County reserves the right to reject any or all bids to waive technicalities and to make an award deemed in its best interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate terms, conditions and pricing with the lowest responsive, responsible bidder(s) at its discretion. All companies submitting a bid will be notified in writing of award. We look forward to your bid and appreciate your interest in Gwinnett County. Dana Garland, CPPB Purchasing Associate III The following pages should be returned in duplicate with your bid: Bid Schedule, Pages 5-39 References, Page 40 Ethics Affidavit, Page 41

2 BL Page 2 REQUIREMENTS 1. Scope of Work Supplier to provide specified uniforms to the Departments of Community Services, Planning and Development, Support Services, Transportation and Water Resources as required during the contract. Contract to begin upon award for a one year period, with two (2) additional one year options to renew. Bid may be awarded in its entirety, by line item or by section. 2. Orders Orders will be placed by the departments on an as needed basis. Quantities are approximate annual quantities. Unit price should include all charges for Inside Delivery FOB Destination to addresses within Gwinnett County including, but not limited to, those specified below. Orders are to be filled regardless of quantity and/or dollar amount. All orders to be delivered or picked up will require a purchase order number. Orders provided without a purchase order number are not considered to be authorized purchases and may be subject to non-payment of invoice. All invoices must be itemized. All orders must be accompanied by an itemized packing slip with identifying purchase order number. Multiple orders are not to be combined within the same box. Orders shipped in error or to the wrong department location, will be rejected. In these cases, the supplier is to arrange for return pick up within five (5) business days of notification by the department. Purchase order numbers should be referenced on all shipping labels, packing slips and invoices. If all or any part of an order contains backordered items and supplier will not be able to meet the delivery stated in the bid, the supplier should document and notify the department liaison of the backorder within five (5) business days of receipt of purchase order. Gwinnett County will either cancel the order of backordered items or accept the delivery time provided by the supplier. If the supplier cannot supply the backordered items in a reasonable amount of time, Section XII Delivery Failures under General Instructions to Bidders, Terms and Conditions may be invoked. Gwinnett County reserves the right to purchase uniforms off of the contract if delivery is not made within the agreed upon contracted delivery time. 3. Addresses for Fittings and Deliveries Department of Transportation Fittings and Deliveries Central Facility 620 Winder Highway Lawrenceville, GA Department of Transportation Deliveries 75 Langley Drive Lawrenceville, GA Gwinnett County Airport Deliveries 600 Briscoe Blvd. Lawrenceville, GA Department of Water Resources Fittings and Deliveries 684 Winder Highway Lawrenceville, GA Department of Community Services Fittings and Deliveries Parks Operations Center 352 Hosea Road Lawrenceville, GA 30046

3 BL Page 3 Department of Community Services Deliveries Environmental & Heritage Center 2020 Clean Water Drive Buford, GA Department of Community Services Deliveries Animal Welfare & Enforcement 884 Winder Highway Lawrenceville, Georgia Department of Support Services Fittings and Deliveries 75 Langley Drive Lawrenceville, GA Department of Planning and Development Fittings and Deliveries 446 West Crogan Street, Suite 150 Lawrenceville, GA The County reserves the right to add fitting and delivery addresses. 4. Brand names Use of brand names, specific manufacturers and style numbers are not intended to limit competition, but rather to insure uniformity of styles, colors and fabrics as established by the departments and assist suppliers in determining the standard of quality Gwinnett County is seeking. Equivalent items may be accepted if they meet all standards of quality and purpose for the intended use, as determined by Gwinnett County. Samples may be required to assist in determining if item bid is an equivalent. Samples and specifications of the listed brand name/product number will be utilized to determine equivalency. 5. Equivalent products Gwinnett County shall be the sole determinant of acceptability of all approved equivalents. When bidding an equivalent product, supplier represents: 1. Equivalent product has been personally investigated and determined to be equal to or superior in all respects to that specified. 2. Product identification, including manufacturer s name and address and any brochures or other printed information, should be provided as part of bid document. 3. It is the supplier s responsibility to prove equivalent products equal or exceed the quality level of the product(s) specified. 6. Fittings Supplier shall be responsible for measuring Gwinnett County employees for proper fit as required per department, and maintain record for each employee fitted. Fittings are to be provided during normal business hours, Monday through Friday, at specified Gwinnett County locations. Fittings may be requested quarterly. Each department will be responsible for scheduling their fittings. Fittings must be available at least twice per year. Supplier may schedule multiple department fittings in one visit. Suppliers should provide accurate sizing information. If suppliers are aware that a particular brand runs smaller or larger than normal, this information should be disclosed in the bid schedule and prior to filling the order. Suppliers should provide what colors are available in what sizes with the bid document. If sizing is not accurate after the original fitting, the supplier will be required to perform alterations or replace garment.

4 BL Page 4 7. Patches, transfer and embroidery Patch sewing, embroidery and stretch litho transfer (or equivalent) are to be included in the unit price of each line item as specified in the bid schedule. Artwork/logos for stretch litho transfer (or equivalent) and embroidery will be provided by the departments to the successful supplier. Sample logos are attached. Note: these logos may change and other logos added during the contract term. By signing the bid documents, potential suppliers acknowledge they have the ability to stretch litho transfer (or equivalent) and embroider logos in all colors needed. Suppliers MUST have the ability to match the logo colors. See attached color guide. The logo is to be horizontal orientation and no larger than 4. A. Department of Community Services Items 1-13 Embroidery on the left chest area. Items Embroidery on the front crown of the hats. B. Department of Transportation Section B Items 1-19 Stretch litho transfer (or equivalent) on left breast pocket on all shirts. Items Embroidery on left breast of shirts. Items Embroidery on the front crown of the hats. C. Department of Support Services Section C Items 1-6 logo is to be embroidered on left chest of shirts and jackets. D. Department of Water Resources Section D Items 1-6 Embroidery on the left chest area. Items 7-10 Patches to be sewn 3 from shoulder seam on left arm for jackets, coveralls and windbreaker. Item 11 Embroidery on the front crown of the hats. One patch/embroidery per garment. E. Department of Planning and Development Section E Items 1-4 Embroidery on the left chest area. Suppliers must acknowledge they can embroider and stretch litho transfer (or equivalent) logos in all colors needed. The County may request embroidered and/or stretch litho transfer (or equivalent) samples of Gwinnett logos as part of the bid evaluation. Gwinnett County shall determine acceptability of embroidered and stretch litho transfer (or equivalent) samples. 8. Samples Samples shall be provided upon request within five (5) business days. Failure to provide samples, when requested, may result in rejection of bid. It will be the responsibility of the supplier to incur all costs associated with providing the samples, including embroidery and/or stretch litho transfer (or equivalent). After testing, samples may be returned to supplier at supplier s request and expense. 9. References Gwinnett County requests three (3) references of similar size and scope of contract. 10. Code of Ethics Affidavit Suppliers should return a complete and original Code of Ethics Affidavit (attached) with bid. 11. Insurance Suppliers shall obtain, maintain, and furnish to the County certificates of insurance covering the duration of the contract period. The insurance must include the terms and coverage provided for the Standard Insurance Requirements of these bid documents.

5 BL Page 5 PRICE SECTION A Department of Community Services 1 20 EA Men s shirt, short sleeve. All colors. Tru-Spec Ultra-light short sleeve field shirt , or equivalent w/embroidery. LT XLT T T T T 2 30 EA Men s short sleeve polo shirt, 60/40 cotton/poly, all colors. Port Authority 65/35 poly/cotton short sleeve polo K500 or equivalent w/embroidery EA Men s short sleeve polo shirt, 6.6 oz 100% snag proof polyester, all colors. Cornerstone by SanMar CS410 or equivalent w/embroidery.

6 BL Page 6 PRICE 4 50 EA Women s short sleeve polo shirt, 6.6 oz 100% snag proof polyester, all colors. Cornerstone by SanMar CS411 or equivalent w/embroidery EA Men s long sleeve polo shirt, 6.6 oz 100% snag proof polyester, all colors. Cornerstone by SanMar CS410LS or equivalent w/embroidery 6 20 EA Men s long sleeve ¼ zip front mandarin collar with sleeve pockets, all colors. Tru Spec Urban Force Shirt 2596, 2599, 2576, 2584 or equivalent w/embroidery.

7 BL Page 7 PRICE 7 25 EA Men s shirt, long sleeve, Tru-Spec Ultra-light field shirt or equivalent w/embroidery. LT XLT T T T 8 30 EA EA T Men s long sleeve polo shirt, 5.0 oz 65/35 poly/cotton pique, all colors. SanMar K500LS or equivalent w/embroidery. Women s long sleeve polo shirt, 5.0 oz 65/35 poly/cotton pique, all colors. Port Authority L500LS or equivalent w/embroidery. SX-XL

8 BL Page 8 PRICE EA Women s hooded soft shell jacket, all colors. Port Authority L706 or equivalent w/embroidery EA Men s hooded soft shell jacket, all colors. Port Authority J706 or equivalent w/embroidery. LT XLT T T T T EA Men s wind shirt, all colors. SanMar JST72 or equivalent w/embroidery.

9 BL Page 9 PRICE EA Microfleece vest, all colors, Proper Icon Fleece Vest F5429 or equivalent w/embroidery. LT XLT T T T T EA Men s ½ zip pullover, cadet collar, taped neck, open cuff and sleeve, all colors. Sports Tek ST850 or equivalent w/embroidery EA Women s ½ zip pullover, cadet collar, taped neck, open cuff and sleeve, all colors. Sports Tek LST850 or equivalent w/embroidery.

10 BL Page 10 PRICE EA Flex Fit baseball cap 63/34/3 poly/cotton/twill blend, all colors. Port Authority C865 or equivalent w/embroidery EA Fleece beanie hat, black. Port Authority R-Tek Stretch C900 or equivalent w/embroidery EA Riggers Belt, all colors, all sizes, 1¾" nylon webbing with a 7,000 tensile strength, Forged steel buckle with a 2,000 tensile strength, Hook-andloop tab keeps buckle secure and prevents catching when not in use Condor RB-001, 002, 003 or equivalent. SECTION B Department of Transportation EA EA Men s dress uniform shirt, short sleeve, light gray, white, petrol blue, light tan oz. poplin 65polyester/35cotton. Red Kap SP60 or equivalent w/stretch litho transfer or equivalent Men s shirt, short sleeve, heavyweight henley with pocket, black, sand, charcoal, navy, heather gray. Dickies WS451 or equivalent w/stretch litho transfer or equivalent. LT XLT T T

11 BL Page 11 PRICE EA Men s shirt, long sleeve, heavyweight henley with pocket, black, chocolate brown, dark navy, desert sand, hunter green, heather gray. Dickies WL451 or equivalent w/stretch litho transfer or equivalent. LT XLT T T EA Men's short sleeve medium weight henley with pocket. 100% cotton jersey knit or blend. Black, bluestone, heather gray, carbon heather, navy, port, desert, hunter green, stream blue, army green. List available sizes and colors below. Carhartt K84 or equivalent w/stretch litho transfer or equivalent. LT XLT T T

12 BL Page 12 PRICE EA Men's long sleeve medium weight henley with pocket, 100% cotton jersey knit or blend. Black, navy, heather gray, desert, bluestone, hunter green, port. Carhartt K128 or equivalent w/stretch litho transfer or equivalent. List available sizes and colors below. LT XLT T 6 25 EA T Women's short sleeve medium weight henley with pocket, 100% cotton jersey knit or blend w/ stretch litho transfer or equivalent. List available sizes and colors below EA Women's long sleeve medium weight henley with pocket, 100% cotton jersey knit or blend w/ stretch litho transfer or equivalent. List available sizes and colors below.

13 BL Page 13 PRICE 8 25 EA Men s short sleeve, spun polyester pocket polo. Medium blue, khaki, red, white, ash, burgundy, hunter green, navy, royal blue, black. Red Kap SK02 or equivalent w/stretch litho transfer or equivalent. 6XL 9 25 EA Men s short sleeve heavyweight polo shirt, 100% cotton pique, all colors. Port Authority SanMar K420 or equivalent w/stretch litho transfer or equivalent. List colors and sizes available below. 6XL EA Men s dress uniform shirt, long sleeve, white, light grey, light tan, petrol blue. Red Kap SP50 or equivalent w/stretch litho transfer or equivalent. 6XL

14 BL Page 14 PRICE EA Men s shirt, long sleeve, wrinkle-resistant cotton 6 oz. twill, 100% cotton. All colors. Red Kap SC30 or equivalent w/stretch litho transfer or equivalent. 6XL EA Men s long sleeve polo shirt, 5.0 oz. 65/35 poly/cotton pique, all colors. SanMar K500LS or equivalent w/stretch litho transfer or equivalent. 6XL EA Women s long sleeve polo shirt, 5.0 oz. 65/35 poly/cotton pique, all colors. Port Authority L500LS or equivalent w/stretch litho transfer or equivalent.

15 BL Page 15 PRICE EA EA Women s short sleeve polo shirt, heavyweight cotton pique, 7.0 ounce, 100% ring spun combed cotton, double-needle stitched throughout, traditional, relaxed look, side vents, all colors. Port Authority L420 or equivalent w/stretch litho transfer or equivalent. Men s short sleeve lightweight, moisture wicking and odor-fighting snagproof polo 4.4 ounce snag-proof polyester. Black, charcoal, dark green, dark navy, light grey, maroon, red, royal, tan and white. SanMar CS418 or equivalent w/stretch litho transfer or equivalent. List available colors below EA EA Women s short sleeve lightweight, moisture wicking and odor-fighting snag-proof polo 4.4 ounce snag-proof polyester. Black, charcoal, dark green, dark navy, light grey, maroon, red, royal, tan and white. SanMar CS419 or equivalent w/stretch litho transfer or equivalent. List available colors below. Women s hooded soft shell jacket, all colors. Port Authority L706 or equivalent w/stretch litho transfer or equivalent.

16 BL Page 16 PRICE EA Uni-Sex Rain Jacket, mesh lining, wind resistant, blue, black, yellow. WearGuard style 832 or equivalent w/stretch litho transfer or equivalent EA Men s hooded soft shell jacket, all colors, Port Authority J706 or equivalent w/stretch litho transfer or equivalent. Sizes should include regular and tall sizes EA Women s hooded soft shell jacket, all colors. Port Authority L706 or equivalent. No Logo EA Uni-Sex Rain Jacket, mesh lining, wind resistant, blue, black, yellow. WearGuard style 832 or equivalent. No logo.

17 BL Page 17 PRICE EA Men s hooded soft shell jacket, all colors. Port Authority J706 or equivalent. Sizes should include regular and tall sizes. No logo EA Men s dress uniform shirt, short sleeve, light gray, white, petrol blue, light tan oz. poplin 65polyester/35cotton. Red Kap SP60 or equivalent w/embroidery EA Men s shirt, short sleeve, heavyweight henley with pocket, black, sand, charcoal, navy and heather gray. Dickies WS451 or equivalent w/embroidery. LT XLT T T

18 BL Page 18 PRICE EA Men s shirt, long sleeve, heavyweight henley with pocket, black, chocolate brown, dark navy, desert sand, hunter green, heather gray. Dickies WL451 or equivalent w/embroidery. LT XLT T T EA Men's short sleeve medium weight henley with pocket. 100% cotton jersey knit or blend. Black, bluestone, heather gray, carbon heather, navy, port, desert, hunter green, stream blue, army green. List available sizes and colors below. Carhartt K84 or equivalent w/embroidery. LT XLT T T

19 BL Page 19 PRICE EA Men's long sleeve medium weight henley with pocket, 100% cotton jersey knit or blend. Black, navy, heather gray, desert, bluestone, hunter green, port. Carhartt K128 or equivalent w/embroidery. List available sizes and colors below. LT XLT T EA T Women's short sleeve medium weight henley with pocket, 100% cotton jersey knit or blend w/ embroidery. List available sizes and colors below EA Women's long sleeve medium weight henley with pocket, 100% cotton jersey knit or blend w/ embroidery. List available sizes and colors below.

20 BL Page 20 PRICE EA Men s short sleeve, spun polyester pocket polo. Medium blue, khaki, red, white, ash, burgundy, hunter green, navy, royal blue, black. Red Kap SK02 or equivalent w/embroidery. 6XL EA Men s short sleeve heavyweight polo shirt, 100% cotton pique, all colors. Port Authority SanMar K420 or equivalent w/embroidery. List sizes and colors below. 6XL EA Men s dress uniform shirt, long sleeve, white, light grey, light tan, petrol blue. Red Kap SP50 or equivalent w/embroidery. 6XL

21 BL Page 21 PRICE EA Men s shirt, long sleeve, wrinkle-resistant cotton 6 oz. twill, 100% cotton, all colors. Red Kap SC30 or equivalent w/embroidery. 6XL EA Men s long sleeve polo shirt, 5.0 oz. 65/35 poly/cotton pique, all colors. SanMar K500LS or equivalent w/embroidery. 6XL EA Women s long sleeve polo shirt, 5.0 oz. 65/35 poly/cotton pique, all colors. Port Authority L500LS or equivalent w/embroidery EA Women s short sleeve polo shirt, heavyweight cotton pique, 7.0 ounce, 100% ring spun combed cotton, double-needle stitched throughout, traditional, relaxed look, side vents, all colors. Port Authority L420 or equivalent w/embroidery. XL-XL

22 BL Page 22 PRICE EA Men s short sleeve lightweight, moisture wicking and odor-fighting snagproof polo 4.4 ounce snag-proof polyester. Black, charcoal, dark green, dark navy, light grey, maroon, red, royal, tan and white. SanMar CS418 or equivalent w/embroidery. List available colors below EA Women s short sleeve lightweight, moisture wicking and odor-fighting snag-proof polo 4.4 ounce snag-proof polyester. Black, charcoal, dark green, dark navy, light grey, maroon, red, royal, tan and white. SanMar CS419 or equivalent w/embroidery. List available colors below EA EA Women s hooded soft shell jacket, all colors. Port Authority L706 or equivalent w/embroidery. Uni-Sex Rain Jacket, mesh lining, wind resistant, blue, black, yellow. WearGuard style 832 or equivalent w/embroidery.

23 BL Page 23 PRICE EA Men s hooded soft shell jacket, all colors. Port Authority J706 or equivalent. Sizes should include regular and tall sizes w/embroidery EA Lined field jacket, black, navy, olive green, brown and khaki. Rothco M- 65 or equivalent. No logo. 6XL 7XL 8XL EA Men s insulated bib overalls, blue, brown. 2-way waist-to-ankle zippers. Red Kap BD30 or equivalent EA Men s uninsulated duck zip-to-thigh bib overalls, quilt lined, all colors. Available in sizes: Waist 30" to 58" with Inseam 28" to 36". Carhartt R41 or equivalent. State oversizes State charge for oversizes

24 BL Page 24 PRICE EA Men's insulated bib overalls. Brown Duck, Black, Timber Brown, 12 oz. sanded duck (or equivalent) brass zippers, 8.0 oz. of insulation with elastic back straps and water repellant. Dickies TB246 or equivalent. M-XL Regular length M-XL Short Length M-XL Tall Length Regular length Short length Tall length EA Insulated Bib Overall-rinsed brown duck and rinsed black zip to knee, 8.5 oz. sanded duck 100% cotton. Dickies TB244 or equivalent. S-XL Regular S-XL short length S-XL tall length Regular length Short length Tall length Regular length short length Tall length Regular length short length tall length regular length short length tall length

25 BL Page 25 PRICE EA Men's insulated coveralls with zippered leg, navy, dark brown, and Brown Duck. Sizes should be available in short, regular and tall. Dickies TV239 or equivalent. S-XL, regular length, regular length, regular length, regular length, regular length S-XL, short length, short length, short length, short length, short length S-XL, tall length, tall length, tall length, tall length, tall length 48 2 EA Men s black nylon flight jacket, Poly fiberfill, 100% nylon water repellent outer shell, ribbed knit collar, cuffs and waistband. Rothco MA- 1 or equivalent w/embroidery. XXS XL 6XL

26 BL Page 26 PRICE EA Flex Fit baseball cap 63/34/3 poly/cotton/twill blend; all colors. Port Authority C865 or equivalent w/embroidery. List all available colors EA Fleece beanie hat, black, athletic gold, dark green, maroon, midnight heather, navy, orange, red and royal. Port Authority R-Tek Stretch C900 or equivalent w/embroidery. List all available colors. SECTION B - TOTAL $ SECTION C Department of Support Services EA Men s short sleeve polo shirt, 60/40 cotton/poly, all colors. Wearguard or equivalent w/embroidery EA Men s shirt, long sleeve, khaki, black. Red Kap ST52 or equivalent w/embroidery EA Women s short sleeve polo shirt, 60/40 cotton/poly, all colors. Wearguard or equivalent w/embroidery.

27 BL Page 27 PRICE 4 12 EA Men s hooded soft shell jacket, black. SanMar J706 or equivalent w/embroidery. Sizes should include regular and tall sizes EA Men s shirt, short sleeve, khaki, black. Red Kap ST62 or equivalent w/embroidery EA Men s short sleeve polo shirt, 100% cotton, all colors. SanMar K420 or equivalent w/embroidery. SECTION C TOTAL $ SECTION D Department of Water Resources EA Men s shirt, short sleeve, textured polo with wicking, all colors. SanMar Port Authority K110 or equivalent w/embroidery.

28 BL Page 28 PRICE 2 2,000 EA Men s short sleeve polo shirt, 100% cotton, all colors. SanMar K420 or equivalent w/embroidery EA Supervisor s Oxford Shirt, all colors. Edwards ED1280 or equivalent w/embroidery EA Women s short sleeve polo shirt, 100% cotton, all colors. SanMar L420 or equivalent w/embroidery EA Women s moisture wick, open v-neck shirt, all colors, 100% polyester. SanMar Part Authority L540 or equivalent w/embroidery.

29 BL Page 29 PRICE EA Full Zip Water-Resistant Sweatshirt, 100% cotton, all colors. WearGuard, ProWeight DEF-21234, or equivalent w/embroidery EA Lined field jacket, navy. Rothco 8444/8527 or equivalent w/patch EA Men s insulated coveralls with zippered leg, navy, dark brown. Dickey TV239 or equivalent w/patch EA Men s insulated bib overalls, blue. Red Kap BD30 or equivalent w/patch.

30 BL Page 30 PRICE EA Windbreaker, hooded, Slash hand warmer pockets & one inside pocket. Zip front. Elastic cuffs w/ drawstring bottom. Fully lined. Nylon ripstop w/polyurethane Coating, Lining: 100% Polyester Fleece, water repellent, NAVY. Dickies or equivalent w/patch EA EA SECTION E - Department of Planning & Development 1 25 EA Structured twill cap, khaki, black, navy. Port and Company CP80 or equivalent w/embroidery. Full brim uniform hat, all colors, S-XL. Columbia Bora Bora II Booney hat or equivalent. Men s short sleeve polo shirt with pocket, light blue. Wearguard Pique Polo or equivalent w/embroidery. LT XLT T T T T SECTION D - TOTAL $

31 BL Page 31 PRICE 2 25 EA Men s short sleeve button down shirt, light blue. Wearguard 1019 or equivalent w/embroidery. LT XLT T T T T 3 30 EA Men s long sleeve button down shirt, light blue. Wearguard 1005 or equivalent w/embroidery. LT XLT T T T T

32 BL Page 32 PRICE 4 8 EA Men s jacket, dark green. WearGuard Season Pro-Fit or equivalent w/embroidery. LT XLT T T T T SECTION E - TOTAL $ SECTION F Pants All Departments 1 15 EA 2 85 EA EA Men s cargo pants, khaki, black. Dickies or equivalent. Sizes should include range from waist. State oversizes State charge for oversizes Men s pants, 65/35 poly/cotton ripstop, all colors. Tru-Spec 24-7 Series or equivalent. Sizes should include range from waist, 9 inseam. State oversizes State charge for oversizes Men s industrial pants, black, charcoal gray, navy, khaki. Red Kap PT10 or equivalent. State oversizes State charge for oversizes

33 BL Page 33 PRICE 4 15 EA Men s twill pants, khaki, navy. Red Kap PT62KH/NV or equivalent. State oversizes State charge for oversizes 5 15 EA Men s flat front pants. WearGuard WorkPro Premium Fit Style or equivalent. State oversizes State charge for oversizes Men s work pants, 7.5 oz. Twill, 65% Polyester/35% Cotton Blend EA Navy, black, tan, spruce green, postman blue, grey, charcoal and brown. Red Kap PC20 or equivalent. Waist sizes 28"-62". Length from 29"- 37". **All pants MUST be hemmed**. State oversizes State charge for oversizes 7 75 EA Men s industrial work pants. Black, brown, charcoal, khaki, navy and spruce green. Red Kap PT20 or equivalent. Waist sizes 28" - 60". Length from 29" - 37". **All pants MUST be hemmed**. State oversizes State charge for oversizes

34 BL Page 34 PRICE EA Men s BDU pants, Rothco 7971 (black), 7901 (Khaki), and 7838 (all other colors) or equivalent, 65/35 poly/cotton, Short (26 1/2"-29 1/2"), regular (29 1/2" /2") & Long (32 1/2" /2") Lengths. XS - 8XL (23"W -71"W). List colors and sizes they are available in., (23"-43") Waist, Short Length (43" - 47") Waist, Short Length (47" - 51") Waist, Short Length (51" - 55") Waist, Short Length (55" - 59") Waist, Short Length 6XL (59" - 63") Waist, Short Length 7XL (63" - 66") Waist, Short Length 8XL (66" - 71") Waist, Short Length, (23"-43") Waist, Regular Length (43" - 47") Waist, Regular Length (47" - 51") Waist, Regular Length (51" - 55") Waist, Regular Length (55" - 59") Waist, Regular Length 6XL (59" - 63") Waist, Regular Length 7XL (63" - 66") Waist, Regular Length 8XL (66" - 71") Waist, Regular Length, (23"-43") Waist, Long Length (43" - 47") Waist, Long Length (47" - 51") Waist, Long Length (51" - 55") Waist, Long Length (55" - 59") Waist, Long Length 6XL (59" - 63") Waist, Long Length 7XL (63" - 66") Waist, Long Length 8XL (66" - 71") Waist, Long Length

35 BL Page 35 PRICE Men's BDU pants, 100% cotton (rip stop), Rothco 5923 (black), 5941(Khaki, Navy Blue), and Rothco 5935 (Olive Drab) or equivalent EA All sizes and lengths. Short is 26 1/2" /2" Long, Regular is 29 1/2" to 32 1/2" long, Long is 32 1/2" /2" long., (23"-43") Waist, Regular Length (43" - 47") Waist, Regular Length (47" - 51") Waist, Regular Length (51" - 55") Waist, Regular Length, (23"-43") Waist, Short Length (43" - 47") Waist, Short Length (47" - 51") Waist, Short Length (51" - 55") Waist, Short Length, (23"-43") Waist, Long Length (43" - 47") Waist, Long Length (47" - 51") Waist, Long Length (51" - 55") Waist, Long Length EA Men s relaxed fit denim jeans, oz. heavyweight denim, black, prewashed indigo, and stonewash, Red Kap PD60 or equivalent. **All pants MUST be hemmed**. Available in Waist sizes 28" - 54", Length 30" - 38". State oversizes State charge for oversizes EA Men s pants, khaki, 100% cotton, 5.11 Tactical Pants or equivalent. Waist sizes 28"-54". Length from 30"-38". **All pants MUST be hemmed**. State oversizes State charge for oversizes

36 BL Page 36 PRICE EA Men s cargo shorts 6.5 oz. 65% Poly/35% Cotton ripstop fabric, all colors, Tru-Spec 4265 (black), 4277 (ranger green), 4268 (Khaki), 4269 (coyote), 4267 (olive drab), 4264 (stone), and 4266 (navy) 24-7 Series, 65/35 poly/cotton ripstop or equivalent. Sizes should include range from waist, 9 inseam. State oversizes State charge for oversizes EA EA Men s BDU shorts, 65/35 poly/cotton, black, khaki, Rothco (Khaki), (khaki), (all other colors not available in all sizes: olive drab, coyote brown, midnight navy and navy blue) or equivalent. Sizes should include regular and tall sizes. Waist sizes 27" - 59". Inseam ranges from 9" - 13" depending on size. State colors and sizes they are available in. Also include price for XL inseam. State oversizes State charge for oversizes Men s rain pants, black, Tru-Spec 2046 Proof ECWCS or equivalent. Sizes should include regular and tall sizes. regular length regular length regular length regular length regular length M-XL Long length Long length Long length Long length Long length

37 BL Page 37 PRICE EA EA EA Women s flat front pants, black, navy, khaki, WearGuard WorkPro Premium Fit Style 2062 or equivalent. Women s regular, petite and long lengths in sizes **Pants MUST be hemmed**. State oversizes State charge for oversizes Women s twill pants, 7.5 oz. Twill 65%Poly/35%Cotton, black, navy, khaki, Red Kap PT39 or equivalent. Women s regular, petite and long lengths in sizes **Pants MUST be hemmed*. State oversizes State charge for oversizes Women's shorts, 8" inseam, stretch, cotton canvas. Utility pocket and loop for tools and essentials. 9.5 oz. 98% cotton/2% spandex canvas. Carhartt Crawford Shorts# or Aramark #10502 or equivalent. Colors: Coal and Yukon. Women's sizes State oversizes State charge for oversizes EA Women's shorts, 10" inseam, fast drying, odor-fighting, canvas. Zippered cell phone pocket, cargo pockets and utility band. 6 oz. 53% cotton/25% polyester/22% 37.5 polyester canvas. Carhartt Force Extremes Shorts or equivalent. Colors: black, shadow and field khaki. Women's sizes State oversizes State charge for oversizes SECTION F - TOTAL $

38 BL Page 38 Total Section A $ Total Section B $ Total Section C $ Total Section D $ Total Section E $ Total Section F $ Total Sections A-F $

39 BL Page 39 Gwinnett County requires pricing to remain firm for the duration of the contract. Failure to hold firm pricing for the term of the contract will be sufficient cause for Gwinnett County to declare bid non-responsive. Unless otherwise noted, quoted prices will remain firm for two (2) additional one-year periods. If a percentage decrease will be a part of this bid, please note this in the space provided 1 st renewal period 2 nd renewal period If a percentage increase will be a part of this bid, please note this in the space provided 1 st renewal period 2 nd renewal period Termination for Cause: The County may terminate this agreement for cause upon ten days prior written notice to the contractor of the contractor s default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the County s rights or remedies by law. Termination for Convenience: The County may terminate this agreement for its convenience at any time upon 30 days written notice to the contractor. In the event of the County s termination of this agreement for convenience, the contractor will be paid for those services actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of completion to be submitted by the contractor, which shall itemize each element of performance. Certification Of Non-Collusion In Bid Preparation Signature Date In compliance with the attached specifications, the undersigned offers and agrees, if this quote is accepted by the Board of Commissioners within ninety (90) days of the date of bid opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated point(s) within the time specified in the bid schedule. Legal Business Name (If your company is an LLC, you must identify all principals to include addresses and phone numbers in your submittal) Address Federal Tax ID Does your company currently have a location within Gwinnett County? Yes No Representative Signature Printed Name Telephone Number Fax Number address

40 BL Page 40 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. REFERENCES Gwinnett County requests a minimum of three (3) references where work of a similar size and scope has been completed. Note: References should be customized for each project, rather than submitting the same set of references for every project bid. The references listed should be of similar size and scope of the project being bid on. Do not submit a project list in lieu of this form. 1. Company Name Brief Description of Project Completion Date Contract Amount $ Contact Person Start Date Telephone Address 2. Company Name Brief Description of Project Completion Date Contract Amount $ Contact Person Start Date Telephone Address 3. Company Name Brief Description of Project Completion Date Contract Amount $ Contact Person Start Date Telephone Address Company Name

41 BL Page 41 BL070-18, Purchase of Field Service Uniforms on an Annual Contract CODE OF ETHICS AFFIDAVIT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL AND WILL BE REQUIRED PRIOR TO EVALUATION) In accordance with Section of the Gwinnett County Code of Ordinances the undersigned bidder/proposer makes the following full and complete disclosure under oath, to the best of his/her knowledge, of the name(s) of all elected officials whom it employs or who have a direct or indirect pecuniary interest in or with the bidder/proposer, its affiliates or its subcontractors: 1. (Company Submitting Bid/Proposal) 2. (Please check one box below) No information to disclose (complete only section 4 below) Disclosed information below (complete section 3 & section 4 below) 3. (if additional space is required, please attach list) Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name 4. Sworn to and subscribed before me this BY: day of, 20 Authorized Officer or Agent Signature Printed Name of Authorized Officer or Agent Notary Public Title of Authorized Officer or Agent of Contractor (seal) Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec The ordinance will be available to view in its entirety at

42 BL Page 42 STANDARD INSURANCE REQUIREMENTS (For projects less than $1,000,000) 1. Statutory Workers' Compensation Insurance (a) Employers Liability: Bodily Injury by Accident - $100,000 each accident Bodily Injury by Disease - $500,000 policy limit Bodily Injury by Disease - $100,000 each employee 2. Commercial General Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) The following additional coverage must apply: 1986 (or later) ISO Commercial General Liability Form Dedicated Limits per Project Site or Location (CG or CG 25 04) Additional Insured Endorsement (Form B CG with a modification for completed operations or a separate endorsement covering Completed Operations) Blanket Contractual Liability Broad Form Property Damage Severability of Interest Underground, explosion, and collapse coverage Personal Injury (deleting both contractual and employee exclusions) Incidental Medical Malpractice Hostile Fire Pollution Wording 3. Auto Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) Comprehensive form covering all owned, non-owned, leased, hired, and borrowed vehicles (c) Additional Insured Endorsement (d) Contractual Liability 4. Umbrella Liability Insurance - $1,000,000 limit of liability (a) The following additional coverage must apply Additional Insured Endorsement Concurrency of Effective Dates with Primary Blanket Contractual Liability Drop Down Feature Care, Custody, and Control - Follow Form Primary Aggregates: Apply Where Applicable in Primary Umbrella Policy must be as broad as the primary policy 5. Gwinnett County Board of Commissioners (and any applicable Authority) should be shown as an additional insured on General Liability, Auto Liability and Umbrella Liability policies. 6. The cancellation should provide 10 days notice for nonpayment and 30 days notice of cancellation. 7. Certificate Holder should read: Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA Insurance Company, except Worker' Compensation carrier, must have an A.M. Best Rating of A-5 or higher. Certain Workers' Comp funds may be acceptable by the approval of the Insurance Unit. European markets including those based in London and domestic surplus lines markets that operate on a non-admitted basis are exempt from this requirement provided that the contractor s broker/agent can provide financial data to establish that a market is equal to or exceeds the financial strengths associated with the A.M. Best s rating of A-5 or better. 9. Insurance Company should be licensed to do business by the Georgia Department of Insurance. 10. Certificates of Insurance, and any subsequent renewals, must reference specific bid/contract by project name and project/bid number.

43 REV. 3/3/2014 BL Page The Contractor shall agree to provide complete certified copies of current insurance policy (ies) or a certified letter from the insurance company (ies) if requested by the County to verify the compliance with these insurance requirements. 12 All insurance coverages required to be provided by the Contractor will be primary over any insurance program carried by the County. 13. Contractor shall incorporate a copy of the insurance requirements as herein provided in each and every subcontract with each and every Subcontractor in any tier, and shall require each and every Subcontractor of any tier to comply with all such requirements. Contractor agrees that if for any reason Subcontractor fails to procure and maintain insurance as required, all such required Insurance shall be procured and maintained by Contractor at Contractor's expense. 14. No Contractor or Subcontractor shall commence any work of any kind under this Contract until all insurance requirements contained in this Contract have been complied with and until evidence of such compliance satisfactory to Gwinnett County as to form and content has been filed with Gwinnett County. The Acord Certificate of Insurance or a preapproved substitute is the required form in all cases where reference is made to a Certificate of Insurance or an approved substitute. 15. The Contractor shall agree to waive all rights of subrogation against the County, the Board of Commissioners, its officers, officials, employees, and volunteers from losses arising from work performed by the contractor for the County. 16. Special Form Contractors Equipment and Contents Insurance covering owned, used, and leased equipment, tools, supplies, and contents required to perform the services called for in the Contract. The coverage must be on a replacement cost basis. The County will be included as a Loss Payee in this coverage for County owned equipment, tools, supplies, and contents. 17. The Contractor shall make available to the County, through its records or records of their insurer, information regarding a specific claim related to any County project. Any loss run information available from the contractor or their insurer relating to a County project will be made available to the County upon their request. 18. Compliance by the Contractor and all subcontractors with the foregoing requirements as to carrying insurance shall not relieve the Contractor and all Subcontractors of their liability provisions of the Contract. 19. The Contractor and all Subcontractors are to comply with the Occupational Safety and Health Act of 1970, Public Law , and any other laws that may apply to this Contract. 20. The Contractor shall at a minimum apply risk management practices accepted by the contractors industry. Rev. 06/11

44 BL Page 44 FAILURE TO RETURN THIS PAGE MAY RESULT IN REMOVAL OF YOUR COMPANY FROM COMMODITY LISTING. BL Buyer Initials: DG IF YOU DESIRE TO SUBMIT A "NO BID" IN RESPONSE TO THIS PACKAGE, PLEASE INDICATE BY CHECKING ONE OR MORE OF THE REASONS LISTED BELOW AND EXPLAIN. Do not offer this product or service; remove us from your bidder's list for this item only. Specifications too "tight"; geared toward one brand or manufacturer only. Specifications are unclear. Unable to meet specifications Unable to meet bond requirements Unable to meet insurance requirements Our schedule would not permit us to perform. Insufficient time to respond. Other COMPANY NAME AUTHORIZED REPRESENTATIVE SIGNATURE

45 BL Page 45 ***ATTENTION*** FAILURE TO RETURN THE FOLLOWING DOCUMENTS MAY RESULT IN BID BEING DEEMED NON-RESPONSIVE AND AUTOMATIC REJECTION: 1. FAILURE TO USE COUNTY. 2. FAILURE TO RETURN APPLICABLE COMPLIANCE SHEETS/SPECIFICATION SHEETS. 3. FAILURE TO RETURN APPLICABLE ADDENDA. 4. FAILURE TO PROVIDE INFORMATION ON ALTERNATES OR EQUIVALENTS. 5. THE COUNTY SHALL BE THE SOLE DETERMINANT OF TECHNICALITY VS. NON-RESPONSIVE BID. 6. FAILURE TO PROVIDE BID BOND, WHEN REQUIRED, WILL RESULT IN BID BEING DEEMED NON-RESPONSIVE AND AUTOMATIC REJECTION. BID BONDS ARE NOT REQUIRED ON ALL BIDS. BOND REQUIREMENTS ARE CLEARLY STATED ON THE INVITATION TO BID. IF YOU NEED CLARIFICATION, CONTACT THE PURCHASING ASSOCIATE. IF BONDS ARE REQUIRED, FORMS WILL BE PROVIDED IN THIS BID DOCUMENT. 7. FAILURE TO PROVIDE CONTRACTOR AFFIDAVIT AND AGREEMENT, WHEN REQUIRED, MAY RESULT IN BID BEING DEEMED NON- RESPONSIVE AND AUTOMATIC REJECTION. CONTRACTOR AFFIDAVIT AND AGREEMENT IS NOT REQUIRED ON ALL BIDS. IF YOU NEED CLARIFICATION, CONTACT THE PURCHASING ASSOCIATE.

46 REV. 3/3/2014 BL Page 46 GWINNETT COUNTY DEPARTMENT OF FINANCIAL SERVICES PURCHASING DIVISION GENERAL INSTRUCTIONS FOR BIDDERS, TERMS AND CONDITIONS I. PREPARATION OF BIDS A. Each bidder shall examine the drawings, specifications, schedule and all instructions. Failure to do so will be at the bidder s risk, as the bidder will be held accountable for their bid response. B. Each bidder shall furnish all information required by the bid form or document. Each bidder shall sign the bid and print or type his or her name on the schedule. The person signing the bid must initial erasures or other changes. An authorized agent of the company must sign bids. C. With the exception of solicitations for the sale of real property, individuals, firms and businesses seeking an award of a Gwinnett County contract may not initiate or continue any verbal or written communications regarding a solicitation with any County officer, elected official, employee or other County representative other than the Purchasing Associate named in the solicitation between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners. The Purchasing Director will review violations. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. Solicitations for the sale of real property may allow for verbal or written communications with the appropriate Gwinnett County representative. D. Sample contracts (if pertinent) are attached. These do NOT have to be filled out with the bid/proposal submittal, but are contained for informational purposes only. If awarded, the successful bidder(s) will be required to complete them prior to contract execution. E. Effective, July 1, 2013 and in accordance with the Georgia Illegal Reform and Enforcement, an original signed, notarized and fully completed Contractor Affidavit and Agreement should be included with your bid/proposal submittal, if the solicitation is for the physical performance of services for all labor or service contract(s) that exceed $2, (except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia). Failure to provide the Contractor Affidavit and Agreement with your bid/proposal submittal may result in bid/proposal being deemed non-responsive and automatic rejection. II. A. Each bidder should state time of proposed delivery of goods or services. B. Words such as immediate, as soon as possible, etc. shall not be used. The known earliest date or the minimum number of calendar days required after receipt of order (delivery ) shall be stated (if calendar days are used, include Saturday, Sunday and holidays in the number). III. EXPLANATION TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the invitation for bids, drawings, specifications, etc. must be requested by the question cutoff deadline stated in the solicitation in order for a reply to reach all bidders before the close of bid. Any information given to a prospective bidder concerning an invitation for bid will be furnished to all prospective bidders as an addendum to the invitation if such information is necessary or if the lack of such information would be prejudicial to uninformed bidders. The written bid documents supersede any verbal or written communications between parties. Receipt of addendum should be acknowledged in the bid. It is the bidder s responsibility to ensure that they have all applicable addenda prior to bid submittal. This may be accomplished via contact with the assigned Procurement Agent prior to bid submittal.

47 REV. 3/3/2014 BL Page 47 IV. SUBMISSION OF BIDS A. Bids shall be enclosed in sealed envelopes, addressed to the Gwinnett County Purchasing Office with the name of the bidder, the date and hour of opening and the invitation to bid number on the face of the envelope. Telegraphic/faxed bids will not be considered. Any addenda should be enclosed in the sealed envelopes as well. B. ADD/DEDUCT: Add or deduct amounts indicated on the outside of the envelope are allowed and will be applied to the lump sum amount. Amount shall be clearly stated and should be initialed by an authorized company representative. C. Samples of items, when required, must be submitted within the time specified and, unless otherwise specified by the County, at no expense to the County. Unless otherwise specified, samples will be returned at the bidder s request and expense if items are not destroyed by testing. D. Items offered must meet required specifications and must be of a quality, which will adequately serve the use and purpose for which intended. E. Full identification of each item bid upon, including brand name, model, catalog number, etc. must be furnished to identify exactly what the bidder is offering. Manufacturer s literature may be furnished. F. The bidder must certify that items to be furnished are new and that the quality has not deteriorated so as to impair its usefulness. G. Unsigned bids will not be considered except in cases where bid is enclosed with other documents, which have been signed. The County will determine this. H. Gwinnett County is exempt from federal excise tax and Georgia sales tax with regard to goods and services purchased directly by Gwinnett County. Suppliers and contractors are responsible for federal excise tax and sales tax, including taxes for materials incorporated in county construction projects. Suppliers and contractors should contact the State of Georgia Sales Tax Division for additional information. I. Information submitted by a bidder in the bidding process shall be subject to disclosure after the public opening in accordance with the Georgia Open Records Act. V. WITHDRAWAL OF BID DUE TO ERRORS The bidder shall give notice in writing of his claim of right to withdraw his bid without penalty due to an error within two (2) business days after the conclusion of the bid opening procedure. Bids may be withdrawn from consideration if the price was substantially lower than the other bids due solely to a mistake therein, provided the bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the bid, which unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and material used in the preparation of the bid sought to be withdrawn. The bidder s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his bid. If a bid is withdrawn under the authority of this provision, the lowest remaining responsive bid shall be deemed to be low bid. No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted.

GWINNETT COUNTY, GEORGIA PAGE 1 BL Provision of Respite Care Services for Gwinnett County Citizens on an Annual Contract

GWINNETT COUNTY, GEORGIA PAGE 1 BL Provision of Respite Care Services for Gwinnett County Citizens on an Annual Contract GWINNETT COUNTY, GEORGIA PAGE 1 Seotember 12, 2018 INVITATION TO BID Provision of Respite Care Services for Gwinnett County Citizens on an Annual Contract The Gwinnett County Board of Commissioners is

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

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. April 03, 2019 INVITATION TO BID BL055-19 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Purchase and Delivery of Ready Mix Concrete

More information

Invitation to Bid UNIFORMS RE-BID

Invitation to Bid UNIFORMS RE-BID Invitation to Bid 20150616 UNIFORMS RE-BID Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 20150616

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSAL,

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. March 21, 2018 INVITATION TO BID BL043-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified bidders for the Sale of Surplus Property located at 788 Campbell

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

All companies submitting a proposal will be notified in writing of award.

All companies submitting a proposal will be notified in writing of award. February 23, 2017 REQUEST FOR PROPOSAL RP005-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified consultants to Provide Examination and Testing for Protective

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. September 25, 2015 INVITATION TO BID BL122-15 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified bidders for the Sale of Surplus Land located at 298 East Crogan

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. December 15, 2015 INVITATION TO BID BL008-15 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified bidders for the Sale of Surplus Land located at 298 East Crogan

More information

GWINNETT COUNTY, GEORGIA PAGE 1 INVITATION TO BID

GWINNETT COUNTY, GEORGIA PAGE 1 INVITATION TO BID GWINNETT COUNTY, GEORGIA PAGE 1 December 26, 2018 INVITATION TO BID The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified vendors for the with three options to

More information

INVITATION TO BID FOR UNIFORM SERVICES

INVITATION TO BID FOR UNIFORM SERVICES INVITATION TO BID FOR UNIFORM SERVICES BID Number: Submission Deadline Date/Time: 2-B-20-005 May 3, 2019; 2:00 p.m. CST UNIFORM SERVICES FOR OKLAHOMA CITY COMMUNITY COLLEGE (OCCC) CONTRACTORS: Bids are

More information

We look forward to your bid and appreciate your interest in Gwinnett County.

We look forward to your bid and appreciate your interest in Gwinnett County. October 20, 2016 INVITATION TO BID BL002-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for On-Call Electrical Repair, Maintenance, and Installation

More information

BL Page 1. All companies submitting a bid will be notified in writing of award.

BL Page 1. All companies submitting a bid will be notified in writing of award. BL102-18 Page 1 September 19, 2018 Invitation to Bid BL102-18 Gwinnett County is soliciting competitive sealed bids from authorized wetland mitigation banks for the Purchase of Stream and Wetland Credits

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. September 2, 2015 INVITATION TO BID BL105-15 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified Suppliers for the Purchase of Citric Acid on an Annual Contract

More information

BL Page 1 of 24 INVITATION TO BID BL131-18

BL Page 1 of 24 INVITATION TO BID BL131-18 BL136-08 Page 1 of 24 November 28, 2018 INVITATION TO BID BL131-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Purchase and Installation

More information

PROJECT NAME: M UNIFORM RENTAL/LAUNDRY SERVICES

PROJECT NAME: M UNIFORM RENTAL/LAUNDRY SERVICES REQUEST FOR PROPOSAL TO: ALL PROSPECTIVE BIDDERS DATE: MARCH 27, 2017 BID MANAGER: Pamela Dawson, Administrative Assistant BID DUE DATE: April 13, 2017 at 10:00 AM PROJECT NAME: M-17-04 UNIFORM RENTAL/LAUNDRY

More information

February 21, 2018 NOTICE OF BID BL023-18

February 21, 2018 NOTICE OF BID BL023-18 February 21, 2018 NOTICE OF BID BL023-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Gwinnett County Runway 7/25 Crack Seal and Re-Marking

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. April 26, 2018 INVITATION TO BID BL046-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Purchase and Installation of a Firearms Training

More information

Invitation to Quote PA032-18

Invitation to Quote PA032-18 September 12, 2018 Invitation to Quote PA032-18 Gwinnett County is soliciting competitive informal written Quotes from qualified contractors for the Sale of Scrap Metal on an Annual Contract for Various

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. May 23, 2018 INVITATION TO BID BL060-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Thermal Imagers on an Annual Contract

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

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. May 2, 2016 INVITATION TO BID BL057-16 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Crushed Stone on an Annual Contract

More information

MONDAY, SEPTEMBER 20, 3:00 PM

MONDAY, SEPTEMBER 20, 3:00 PM BID NUMBER UNIVERSITY MAILING DATE FAC84-10 TUESDAY, SEPTEMBER 7, 2010 BID TITLE UNIFORMS FOR FACILITIES DEPARTMENT BIDS WILL BE OPENED AT and may not be withdrawn within 45 days after such date and time.

More information

DELIVERY A. Each proposer should state time of proposed delivery of goods or services.

DELIVERY A. Each proposer should state time of proposed delivery of goods or services. GWINNETT COUNTY DEPARTMENT OF FINANCIAL SERVICES PURCHASING DIVISION GENERAL INSTRUCTIONS FOR PROPOSERS, TERMS AND CONDITIONS I. PREPARATION OF PROPOSALS A. Each proposer shall examine the drawings, specifications,

More information

Invitation For Bid. Uniforms IFB U

Invitation For Bid. Uniforms IFB U Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed

More information

MUST BE SIGNED TO BE VALID

MUST BE SIGNED TO BE VALID INVITATION FOR BID 5793 TITLE: UNIFORMS FOR FACILITIES MANAGEMENT DATE: NOVEMBER 20, 2015 BUYER: EMAIL: CHRISTINA MATTISON SENIOR BUYER cmattison@semo.edu PHONE: (573) 651-2425 BID MUST BE RECEIVED NO

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

BL PAGE 1. The written bid documents supersede any verbal or written prior communications between the parties.

BL PAGE 1. The written bid documents supersede any verbal or written prior communications between the parties. BL006-16 PAGE 1 April 14, 2016 INVITATION TO BID BL045-16 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Norix Hondo Furniture

More information

L00656 Ladies Tri-Blend Melange Full Zip 1-99 $ $ $ 70.20

L00656 Ladies Tri-Blend Melange Full Zip 1-99 $ $ $ 70.20 18Z0095 Men's IZOD Coach's Shirt 1-99 $ 35.00 100-199 $ 33.25 200+ $ 31.50 18Z0098 Men's 100% tonal graph check cool fx polo 1-99 $ 35.00 100-199 $ 33.25 200+ $ 31.50 18Z0111 Men's IZOD jersey solid polo

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

City of Fort Oglethorpe 500 City Hall Drive Fort Oglethorpe, GA (fax)

City of Fort Oglethorpe 500 City Hall Drive Fort Oglethorpe, GA (fax) City of Fort Oglethorpe 500 City Hall Drive Fort Oglethorpe, GA 30742 706-866-2544 706-858-4451 (fax) www.fortogov.com October 31, 2018 INVITATION TO BID The City of Fort Oglethorpe is soliciting competitive

More information

We look forward to your bid and appreciate your interest in Gwinnett County.

We look forward to your bid and appreciate your interest in Gwinnett County. BL109-18 Page 1 October 10, 2018 INVITATION TO BID BL109-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from contractors for the Provision of Plumbing Repair, Maintenance,

More information

August 1, 2018 INVITATION TO BID BL082-18

August 1, 2018 INVITATION TO BID BL082-18 August 1, 2018 INVITATION TO BID BL082-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for Trimming of Trees in Medians and Along Right of

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

BL Page 1. The written bid documents supersede any verbal or written prior communications between the parties.

BL Page 1. The written bid documents supersede any verbal or written prior communications between the parties. BL093-13 Page 1 October 18, 2017 INVITATION TO BID BL104-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Cutting and Removal of Trees

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES The Capital Region Airport Authority (CRAA) hereby requests from persons, firms, or corporations, who meet the qualifications hereinafter set forth, proposals

More information

Shelley McWhorter. February 28, 2018 INVITATION TO BID BL029-18

Shelley McWhorter. February 28, 2018 INVITATION TO BID BL029-18 February 28, 2018 INVITATION TO BID BL029-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Copper Tubing on an Annual Contract

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. September 28, 2018 INVITATION TO BID BL107-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase and Installation of Office Furniture

More information

Bids received after the appointed date set for receipt will be returned unopened.

Bids received after the appointed date set for receipt will be returned unopened. REQUEST FOR PROPOSAL (RFP) Item(s) up for Bid: Screen Printing and Embroidery Vendor Ripken Pigeon Forge LLC, (RPF) dba The Ripken Experience Pigeon Forge, (Temporary Mailing Address) Ripken Baseball C/O

More information

All companies submitting a proposal will be notified in writing of award.

All companies submitting a proposal will be notified in writing of award. November 15, 2017 REQUEST FOR PROPOSAL RP024-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified service providers to Provide Defined Benefit and Defined

More information

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties.

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties. RP031-14 Page 1 March 17, 2016 REQUEST FOR PROPOSAL RP014-16 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified consultants to Provide Executive Search

More information

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

More 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

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax: Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA 31503 Ph: 912-287-4488 Fax: 912-287-4485 INVITATION TO BID YOUTH SPORTS PHOTOGRAPHY SERVICES Sealed Bids will be received by the Ware

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

Invitation to Bid - Police Uniforms Page No. 1

Invitation to Bid - Police Uniforms Page No. 1 Page No. 1 Page No. 2 POLICE UNIFORM BID REQUIREMENTS 1. Bid Requirements Bids not conforming with the following requirements may be rejected. (a) (b) (c) (d) (e) Bids must be made on the blank bid form

More information

Invitation to Bid BOE. Uniform Purchase

Invitation to Bid BOE. Uniform Purchase Invitation to Bid 20180410-03-BOE Uniform Purchase Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066

More information

City of Fort Oglethorpe 500 City Hall Drive Fort Oglethorpe, GA (fax)

City of Fort Oglethorpe 500 City Hall Drive Fort Oglethorpe, GA (fax) City of Fort Oglethorpe 500 City Hall Drive Fort Oglethorpe, GA 30742 706-866-2544 706-858-4451 (fax) www.fortogov.com November 29, 2018 INVITATION TO BID The City of Fort Oglethorpe is soliciting competitive

More information

IFB Septic Tank Cleaning Page 1

IFB Septic Tank Cleaning Page 1 Buyer II Lisa Russell (251) 694-3162 Office lrussell@mawss.com TO Prospective Bidders INVITATION FOR BID NUMBER IFB 18-045 SEPARATE SEALED BIDS FOR BIDS WILL BE RECEIVED AT Septic Tank Cleaning BID OPENING

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

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library INVITATION FOR BID Furnish: Outdoor Sign for Bowen Branch Library Company: IFB No. IFB-CL-1904 Date of Issue: July 13, 2018 Bid Due Date: August 1,2018 at 2:00p.m. IFB-CL-1904 The Detroit Public Library

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Request for Proposal

Request for Proposal Request for Proposal The Ware County Board of Commissioners is now accepting sealed proposals for the provision of complete youth uniform packages for the Ware County Recreation Department. The Ware County

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. February 23, 2017 INVITATION TO BID BL030-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Provision of Cleaning and Testing Services

More information

REQUEST FOR PROPOSAL FOR: SUPPLY & DELIVERY OF UNIFORMS, PROTECTIVE CLOTHING, HATS AND PROMOTIONAL ITEMS

REQUEST FOR PROPOSAL FOR: SUPPLY & DELIVERY OF UNIFORMS, PROTECTIVE CLOTHING, HATS AND PROMOTIONAL ITEMS REQUEST FOR PROPOSAL FOR: SUPPLY & DELIVERY OF UNIFORMS, PROTECTIVE CLOTHING, HATS AND PROMOTIONAL ITEMS RFP# 17-130700-01 ISSUE DATE: THURSDAY APRIL 6 th, 2017 SUBMISSION DEADLINE: 12:00 NOON, THURSDAY

More information

May 23, 2018 REQUEST FOR PROPOSAL RP014-18

May 23, 2018 REQUEST FOR PROPOSAL RP014-18 May 23, 2018 REQUEST FOR PROPOSAL RP014-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified consultants for the Provision of Consulting Services for

More information

INVITATION TO BID BL022-18

INVITATION TO BID BL022-18 February 13, 2018 INVITATION TO BID BL022-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Glock Firearms for the Department

More information

INVITATION TO BID BL085-17

INVITATION TO BID BL085-17 August 30, 2017 INVITATION TO BID BL085-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Symantec License Renewals, New Symantec

More information

YOUTH APPLICATION (17 & under accompanied by a parent or guardian)

YOUTH APPLICATION (17 & under accompanied by a parent or guardian) MINISTRY YOUTH APPLICATION (17 & under accompanied by a parent or guardian) DATES Attach PHOTO Here Use paper clip OR Email a photo to office@im-canada.ca and check this box Please do not staple photo

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-35: UNIFORM & MAT SERVICE SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, SEPTEMBER 13 at 3:30 P.M. CENTRAL AND RECEIVED AT: COLE COUNTY COMMISSION

More information

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties.

RP Page 1. The written proposal documents supersede any verbal or written prior communications between the parties. RP028-17 Page 1 November 8, 2017 REQUEST FOR PROPOSAL: RP028-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from qualified firms for the Lease, Development, Operation

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

INVITATION TO BID BL086-17

INVITATION TO BID BL086-17 September 20, 2017 INVITATION TO BID BL086-17 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified service providers for the Provision of Cleaning and Testing

More information

May 23, 2018 PQ NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE DISASTER VICTIM ASSISTANCE SERVICES CALL LIST

May 23, 2018 PQ NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE DISASTER VICTIM ASSISTANCE SERVICES CALL LIST May 23, 2018 PQ001-18 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE DISASTER VICTIM ASSISTANCE SERVICES CALL LIST The Gwinnett County Board of Commissioners is soliciting applications from Licensed

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

INVITATION TO BID BL068-18

INVITATION TO BID BL068-18 June 29, 2018 INVITATION TO BID BL068-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Rifle Plate Carriers and Armor Plates

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

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

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

Uniform (Embroidery/Screening) Request for Proposals RFP#

Uniform (Embroidery/Screening) Request for Proposals RFP# Uniform (Embroidery/Screening) Request for Proposals RFP#2018-07 1.0 INTRODUCTION The purpose of this Request for Proposal (RFP) by the City of Springville, Utah (City) is to solicit sealed proposals from

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

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

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

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

COMMONWEALTH OF VIRGINIA COUNTY OF HENRICO. February 19, 2015 Invitation for Bid Uniforms: T-Shirts and Sweatshirts

COMMONWEALTH OF VIRGINIA COUNTY OF HENRICO. February 19, 2015 Invitation for Bid Uniforms: T-Shirts and Sweatshirts COMMONWEALTH OF VIRGINIA COUNTY OF HENRICO DEPARTMENT OF FINANCE Cecelia H. Stowe, CPPO, C.P.M. Purchasing Director February 19, 2015 Invitation for Bid Uniforms: T-Shirts and Sweatshirts IFB: #15-9738-2YD

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS) BID FORM MISSOURI DEPARTMENT OF TRANSPORTATION GENERAL SERVICES 830 MoDOT DRIVE P.O. BOX 270 SEALED BIDS, SUBJECT TO THE ATTACHED CONDITIONS WILL BE RECEIVED AT THIS OFFICE UNTIL REQUEST NO. 1-070619 DATE

More information

(X) INVITATION FOR BID VENDOR: BID OPENING:

(X) INVITATION FOR BID VENDOR: BID OPENING: Wicomico County Purchasing Department 125 N. Division Street, Room 205 Salisbury, Maryland 21801 (X) INVITATION FOR BID PROJECT: DEPARTMENT: Uniforms Public Works Roads / Solid Waste VENDOR: NAME: ADDRESS:

More information

INVITATION TO BID Laundry Services

INVITATION TO BID Laundry Services INVITATION TO BID 2015-0716 Laundry Services The Board of County Commissioners will receive sealed bids for Laundry Services, until 9:00 a.m. MST, Thursday, July 16, 2015 at the office of the County Commissioners,

More information

INVITATION TO BID BL The written bid documents supersede any verbal or written prior communications between the parties.

INVITATION TO BID BL The written bid documents supersede any verbal or written prior communications between the parties. September 14, 2015 INVITATION TO BID BL111-15 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified service providers for the Landfill Disposal of Bio-Solids and

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

The proposals will be evaluated and further discussions may be held before announcement of the firm selected.

The proposals will be evaluated and further discussions may be held before announcement of the firm selected. June 18, 2018 TO: Prospective Proposers RE: Request for Quotation (RFQ) 18-11 Uniform Rental and Cleaning Services The Greater Dayton Regional Transit Authority (RTA) is interested in receiving quotes

More information

UNIFORM & MAT RENTAL For the Boone County Fiscal Court

UNIFORM & MAT RENTAL For the Boone County Fiscal Court Boone County, Kentucky INVITATION FOR BID #022316FC UNIFORM & MAT RENTAL For the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., February 23, 2016 Local time ACCEPTANCE PLACE Boone County

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

Logos will be colored Navy on light-colored items and White on dark-colored items

Logos will be colored Navy on light-colored items and White on dark-colored items Logos will be colored Navy on light-colored items and White on dark-colored items SHIRTS AND TOPS SHORT SLEEVED TEE Anvil 100% cotton XS-3XL Logo B Item #1..$12.00 Size 2XL.base price + $2.00 Size 3XL.base

More information

The written bid documents supersede any verbal or written prior communications between the parties.

The written bid documents supersede any verbal or written prior communications between the parties. June 6, 2014 INVITATION TO BID BL056-14 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Fully-Ruggedized Notebook Computers

More information

2016 RETAILER PRICE LIST Ship To Name Address City, State, Zip Phone Number

2016 RETAILER PRICE LIST Ship To Name Address City, State, Zip Phone Number Retailer Name Address City, State, Zip Phone Number E-mail PO# Payment Options: Visa MasterCard or American Express Credit Card # Item Number TO PLACE YOUR ORDER:. Visit our website, www.stihloutfitters.com

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

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

REQUEST FOR QUOTE # 15611

REQUEST FOR QUOTE # 15611 REQUEST FOR QUOTE # 15611 RFQ # 15611 PPD Quotation Due By: Bid Due Time: 05/22/2013 11:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX:

More information

SAINIK SCHOOL, KALIKIRI CHITTOOR DIST, ANDHRA PRADESH SSKAL/ 3006/QM/ 2 015,Date 10 Feb 2016

SAINIK SCHOOL, KALIKIRI CHITTOOR DIST, ANDHRA PRADESH SSKAL/ 3006/QM/ 2 015,Date 10 Feb 2016 SAINIK SCHOOL, KALIKIRI CHITTOOR DIST, ANDHRA PRADESH-517 234 SSKAL/ 3006/QM/ 2 015,Date 10 Feb 2016 Appendix N TENDER FORM FOR SUPPLY OF CLOTHING ITEMS 2016-2017 (Any alteration / addition made in the

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information