CITY OF GAINESVILLE INVITATION TO BID

Similar documents
CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

TOWN OF FARMINGTON, CT INVITATION TO BID BID # 267 POLICE EQUIPMENT

Invitation to Bid - Police Uniforms Page No. 1

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

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

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

INSTRUCTIONS TO BIDDERS

TOWN OF FARMINGTON, CT INVITATION TO BID BID # 268 POLICE UNIFORMS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Request for Quote Date: March 29, 2018

Invitation For Bid. Uniforms IFB U

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

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

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

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

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

City of New Rochelle New York

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

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Request for Bid #1667 (RFB) CONCRETE SERVICES

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

Proposal No:

Invitation to Bid UNIFORMS RE-BID

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

construction plans must be approved for construction by the City PBZ department.

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

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

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

Warner Robins Housing Authority

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

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

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

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INFORMATION FOR BID. Tee Shirts (School Nutrition)

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Invitation to Bid BOE. Diesel Exhaust Fluid

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

COUNTY OF ROCKLAND DEPARTMENT OF GENERAL SERVICES VENDOR GUIDE TO INSURANCE REQUIREMENTS

MONDAY, SEPTEMBER 20, 3:00 PM

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

LEATHER STX LOOK FINISHES MODEL DESCRIPTION MSRP MSRP

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

PRICE SHEET E. Mission Blvd. Ontario, CA TOLL FREE: Fax: A

Invitation to Bid BOE. Uniform Purchase

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

REQUEST FOR FORMAL BID

Warner Robins Housing Authority

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

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

LONE TREE SCHOOL BELL SYSTEM

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

CITY OF TITUSVILLE, FLORIDA

LONE TREE SCHOOL FLOORING REPLACEMENT

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

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

PROPOSAL FOR 2019 MINERAL WELL BRINE

TOWN OF LINCOLN GENERAL SPECIFICATIONS

Request for Proposal # Postage Meter Lease & Maintenance Service

City of Albany, New York Traffic Engineering

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

PROPOSAL FOR STREET SWEEPING SERVICES

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

PROPOSAL FOR 2017 MINERAL WELL BRINE

Transcription:

CITY OF GAINESVILLE INVITATION TO BID BID No. 18040 Police Uniforms & Uniform Equipment Bid Release: August 23, 2018 Bid Questions Deadline: Bid Due Date: September 7, 2018 @ 10:00 a.m. September 13, 2018 @ 3:00 p.m. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office P.O. Box 2496 300 Henry Ward Way, Room 103 Gainesville, GA 30503 Gainesville, GA 30501

City of Gainesville Invitation to Bid OVERVIEW BID No. 18040 Police Uniforms & Uniform Equipment The City desires to purchase Police Uniforms and Uniform Equipment. BID CORRESPONDENT Upon Release of this Bid, all vendor communications concerning this acquisition must be directed to the Administrative Services Department correspondent listed below: Kevin Hutcheson City of Gainesville PO Box 2496, Gainesville, GA. 30503 Phone: 770-297-5487 FAX: 770-535-5636 Kevin.Hutcheson@gainesville.org Unauthorized contact regarding the Bid with other Gainesville City employees may result in disqualification. Any oral communications will be considered unofficial and non-binding on the City of Gainesville. Vendor should rely only on written statements issued by the Bid correspondent. BID QUESTIONS All questions must be submitted in writing to the Bid correspondent named above. Questions must be received by 10:00 a.m., September 7, 2018. A list of questions and answers will be provided to all know Bidders and by request. Requests may be made to the Bid correspondent named above. BID RESPONSE DATE AND LOCATION The Administrative Services department must receive the vendors Bid in a sealed envelope, in its entirety, not later than 3:00 p.m., Eastern Standard Time in Gainesville, Georgia on September 13, 2018. Bids arriving after the deadline will be returned unopened to their senders. All Bids and accompanying documentation will become the property of the City of Gainesville and may not be returned. One (1) original and (1) copy of this Bid must be submitted to allow for evaluation. Bids must be clearly marked on the outside of the package:

Police Uniforms & Uniform Equipment Bid #18040 Vendors assume the risk of the method of dispatch chosen. The City of Gainesville assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual Bid receipt. Late Bids will not be accepted nor will additional time be granted to any vendor. Bids may not be delivered by facsimile transmission or other telecommunication or solely by electronic means. Bid Schedule: Bid Release: August 23, 2018 Bid Questions Deadline: Bid Due Date: Anticipated Award Date: September 7, 2018, 10:00 a.m. September 13, 2018 @ 3:00 p.m. EST TBD (subject to final Bid review) WAIVER OF TECHNICALITIES All items must meet or exceed specifications as stated by the City of Gainesville. The City of Gainesville reserves the right to waive any technicalities and to reject or accept any Bid in its entirety or to accept any portion thereof if it is determined that either method results in lower costs, better service, final satisfaction or is otherwise determined to be in the best interest of the City of Gainesville. Award may be made by item number or in total. Determination of best response to Bid will be the sole judgment of the City of Gainesville. Bids shall remain valid for ninety days for the date of Bid opening. BID REJECTION The City of Gainesville reserves the right to reject any or all Bids at any time without penalty. Any vendor, who acts as a supplier to another vendor submitting a bid and also submits a bid of their own, will be viewed as participating in Collusive behavior. This behavior displays a pattern or practice of unethical or immoral business practices. Any vendor associated with this practice may be banned from doing business with the City of Gainesville for up to three years. MODIFICATION OF BIDS Any clerical mistake that is patently obvious on the face of the Bid may, subject to the limitations described below, be corrected upon written request and verification submitted by the Bidders. A nonmaterial omission in a Bid may be corrected if the Administrative Service Department determines that correction to be in the City s best interest. Omissions affecting or relating to any of the following shall be deemed material and shall not be corrected after Bid opening: (1) Price Information; and (2) Any required Insurance

WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the Bid opening. After Bids have been publicly opened, withdrawal of a Bid shall be based upon the following: The Bidders shall give notice in writing of his claim of right to withdraw his Bid due to an error within two business days after the conclusion of the Bid opening procedure. Bids may be withdrawn from consideration if the price is substantially lower than the other Bids due solely to a mistake therein, provided the Bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the Bid, which unintentional arithmetical error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the Bid sought to be withdrawn. The Bidder s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his Bid. If a Bid is withdrawn under the authority of this provision, the lowest remaining responsive Bid shall be deemed to be the low Bid. BIDDERS RESPONSIBILITY When determining whether a Bidder is responsible, or when evaluating a Bid, the following factors may be considered, any one of which will suffice to determine whether a Bidders is responsible or the Bid is the most advantageous to the City: The ability, capacity and skill of the Bidders to perform the contract or provide the equipment and/or service required. The character, integrity, reputation, judgment, experience and efficiency of the Bidders. Whether the Bidders can perform the contract within the time specified. The quality of performance of previous public and private contracts or services, including, but not limited to, the Bidder s failure to perform satisfactorily or complete any written contract. The City s termination for default of a previous contract with a Bidder, within the past three years, shall be deemed to be such a failure. The previous and existing compliance by the Bidders with laws relating to the contract or service. Evidence of collusion with any other Bidders, in which case colluding Bidders will be restricted from submitting further Bids on the subject project or future Bids, for a period not less than three years. The Bidders has been convicted of a crime of moral turpitude or any felony, excepting convictions that have been pardoned, expunged or annulled, whether in this state, in any other state, by the United States, or in a foreign country, province or municipality. Bidders shall affirmatively disclose to the City all such convictions, especially of management personnel or the Bidders as an entity, prior to notice of award or execution of a contract, whichever comes first. Failure to make such affirmative disclosure shall be grounds, in the City s sole option and discretion, for termination for default subsequent to award or execution of the contract. If the Bidders will be unable, financially or otherwise, to perform the work.

At the time of the Bid opening, the Bidder is not authorized to do business in the Georgia, or otherwise lacks a necessary license, registration or permit. Any other reason deemed proper by the City. NON-ENDORSEMENT As a result of the selection of a vendor to supply products and/or services to the City of Gainesville, the City of Gainesville is neither endorsing nor suggesting that the vendor s product is the best or only solution. The vendor agrees to make no reference to the City of Gainesville in any literature, promotional material, brochures, sales presentation or the like without the express written consent of the City of Gainesville. PROPRIETARY BID MATERIAL Any information contained in the Bid that is proprietary will be neither accepted nor honored. All information contained in this Bid is subject to public disclosure. RESPONSE PROPERTY OF THE CITY OF GAINESVILLE All material submitted in response to this request become the property of the City of Gainesville. Selection or rejection of a response does not affect his right. NO OBLIGATION TO BUY The City of Gainesville reserves the right to refrain from contracting with or purchasing from any vendor. The release of this Bid does not compel the City of Gainesville to purchase. COST OF PREPARING BIDS The City of Gainesville is not liable for any cost incurred by vendors in the preparation and presentation of Bids and demonstrations submitted in response to this Bid. NUMBER OF BID COPIES REQUIRED Vendors are to submit (1) original Bid and (1) copy. ADDENDA Bidders are responsible to check the City of Gainesville s website for the issuance of any addenda prior to submitting a Bid. The address is http://www.gainesville.org/purchasing BID AWARD AND EXECUTION The City will select the Bid that, in its sole discretion, is the most responsive and responsible Bid to the City. The City reserves the right to make any award without further discussion of the Bid submitted; there may be no best and final offer procedure. Therefore, the Bid should be initially submitted on the most favorable terms the vendor can offer. The specification may be altered by the City of Gainesville based on the vendor s Bid and an increase or reduction of services with the manufacturer may be negotiated before Bid award and execution. Should the owner require additional time to award the Contract, the time may be extended by the mutual agreement between the Owner and the successful Bidder. If an award of Contract has not been made

within ninety days from the Bid date or within the extension mutually agreed upon, the Bidder may withdraw the Bid without further liability on the part of either party. LOCAL VENDOR PREFERENCE Local Vendor means a bidder or offeror which operates and maintains a brick and mortar business, i.e. a physical business address, within the city limits of the City of Gainesville, has a current business license, has paid in full all real and personal taxes owed the City, is considered a vendor in good standing with the City and can obtain an active vendor status. A local vendor may receive an opportunity to match for purchases, bids, Bid or contracts over $20,000 and less than $150,000. The local vendor may be given an opportunity to match the lowest price Bid, if the quotation or bid of the local vendor is within 3% of the lowest price Bid by a non-local vendor. In the event a local vendor matches the lowest price Bid, including all other terms, quality, services and conditions, then the local vendor shall be awarded the contract. In the event the price Bid of more than one local vendor is within 3% of the lowest overall price Bid of a non-local vendor, the local vendor with the lowest Bid will be given the first opportunity to match the lowest overall price Bid. If this local vendor declines to match the price Bid, then the local vendor with the next lowest bid within 3% will be given the opportunity to match the lowest Bid. This process will continue with all local vendors having Bid within 3% of the lowest overall bid by a non-local vendor. Policy to be stated. This policy shall be so stated in all applicable solicitations. Exemptions. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia (O.C.G.A 36-91 or 32-4). BID REQUIREMENTS/EVALUATION CRITERIA The City will evaluate all written submittals. It is incumbent upon the Bidders to demonstrate within their Bids how each requirement will be satisfied. All Bids must meet the specification as outlined in this Bid. The City reserves the right to investigate the qualifications and experience of the Bidders, or to obtain new Bids. Bids not sufficiently detailed or in an unacceptable form may be rejected by the City. Dates and documentation included in the Bid become public information upon opening the Bids. Interested firms must follow the process outlined in the following pages in submitting their Bid. The following criteria, not listed in order of importance, will be used to evaluate Bids. Terms, condition and pricing of purchase or lease agreement. Cost of amenities available for the product(s).

VENDOR CLASSIFICATION CHECK APPROPIATE BOX Lease or Loan Equipment to others Onsite Repair of Equipment or Property (Light) Renovation, Maintenance, Repair of Buildings, Tree Pruning and Property Beautification Janitorial Sevices Lease/Use of Facilities or Grounds/Prop by others Licensed Professional Services (legal, accounting, A/E, medical) Consultant Services Capital New Construction Projects - Buildings, Roads, Large Tree Cutting, Water Lines, Water Treatment - SEE RISK Type of Insurance A Commercial General Liability Each Occurrence 1 - See Below 1- See Below 1-See Below 1-See Below 1-See Below General Liability $1,000,000 $1,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - Personal & Advertising Injury $1,000,000 $1,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - Medical Expense Any One Person $5,000 $5,000 $5,000 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 - Damage to Rented Premises $50,000 $50,000 $50,000 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 - General Aggregate $2,000,000 $2,000,000 $2,000,000 $ 2,000,000.00 $ 2,000,000.00 $ 2,000,000.00 $ 2,000,000.00 - Products - Complete / Operations Aggregate $1,000,000 $1,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - B Auto Liability - Incl BI and PD 2- See Below 2-See Below 2-See Below 2-See Below 2-See below 2 -See Below 2- See Below - Combined Single Limit per Accident - Any Auto $1,000,000 $1,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - or - All Owned $1,000,000 $1,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - All Hired $1,000,000 $1,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - All Non-Hired $1,000,000 $1,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - May increase depending upon scope of work. See Risk Manager with any questions. C Excess / Umbrella Liability 3-See Below 3-See Below 3-See Below 3-See Below 3-See Below 3-See Below Each Occurrence $1,000,000 $5,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - Aggregate $1,000,000 $5,000,000 $2,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - D E Workers Compensation and Employers Liability Each Employee $1,000,000 $1,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - Each Accident $1,000,000 $1,000,000 $1,000,000 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 - Disability Benefits Each Employee Statutory Statutory Statutory Statutory Statutory Statutory Statutory F Other - Professional Liability - or errors and Omissions or Malpractice -

Per Claim - Damage to others' property in your care - custody and control $ 1,000,000.00 $ 1,000,000.00 - Opt Owners and Contractors Protection - Each Occurrence - Aggregate - All Other Insurance As Required by Law - All Lines Except Gainesville City to be named as Additional All Lines Except WC WC and Insured, Primary / Non-contibutory and waiver of subrogation on these coverage's All Lines Except WC All Lines Except WC All Lines Except WC All Lines Except WC All Lines Except WC and Professional Liability Professional Liability 1 The Per occurrence and Aggregate limits for specified should apply on a per location or per project basis - If you have questions or you are unsure please see Risk Manager 2 Automobile Liability Coverage is required IF an automobile is used in the execution of their contract. A vendor using a third party for shipment or transport does not require Automobile Liability Insurance 3 Umbrella should follow form

Bidder Requirements Bidder must provide evidence, satisfactory to the City, of the following insurance requirements: o Owner requires the Contractor to have and maintain the following insurance coverage and indemnification provisions with the City of Gainesville named as an additional insured hereunder. o The Contractor agrees to provide and maintain insurance coverage until the contract is completed and to furnish certificates from its insurance carriers showing that it carries insurance in the following minimum limits: (See insurance matrix or contact risk management to determine requirements) o Proof of Insurance The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates, and date of expiration of policies. Such certificates shall also contain substantially the following statement: The insurance covered by this certificate will not be cancelled or materially altered, except after thirty (30) days written notice has been received by the Owner. Product Requirements The following specifications are the specific items desired. Number of Products to be purchased: It is the City s intent to purchase the below listed uniforms and uniform equipment items on an as needed bases beginning July 1, 2018 with the option to continue until June 30, 2021. BRAND/SKU Description Size FLYING CROSS or equivalent 47330 Men s/women s Navy cargo shorts Size 28 56 plus UD3900 TROUSERS NAVY POLYESTER MEN'S 4 POCKET Size 28 60 UD3933 SLACKS NAVY POLYESTER WOMEN'S 4 POCKET Size 2 28 34W7886Z MEN'S SHIRTS L/S NAVY POLYESTER ZIPPER W/PATCHES SEWN ON THE SLEEVES Up to Size 24 87R7886Z MEN'S SHIRTS S/S NAVY POLYESTER ZIPPER W/PATCHES SEWN ON THE SLEEVES 14-52 plus 127R7886Z LADIES SHIRTS L/S NAVY POLY ZIPPER W/PATCHES SEWN ON THE SLEEVES Size 28-52 plus 177R7886Z LADIES SHIRTS S/S NAVY POLY ZIPPER W/PATCHES SEWN ON THE SLEEVES Size 28-54 BLAUER 8370 POLYESTER ARMORSKIN OUTER VEST DARY NAVY BLAUER 8371 LS MEN'S POLYESTER ARMORSKIN BASE SHIRT Size S- 5XL Size S- 5XL

BLAUER 8372 SS MEN'S POLYESTER ARMORSKIN BASE SHIRT BLAUER 8371W WOMEN'S LS POLYESTER ARMORSKIN BASE SHIRT BLAUER 8372W WOMEN'S SS POLYESTER ARMORSKIN BASE SHIRT Size S- 5XL Size S-3XL Size S-3XL BRAID 1"SLATE GREY POLY/RAYON SEWN ON PANTS BRAID 1 GOLD POLY/RAYON SEWN ON PANTS UD39900 TROUSERS NAVY 6 POCKET POLYESTER Size 28-56 OLYMPIC brand NY blue Coolmax stretch shorts, zipper closing pockets, regular belt loops, 8" inseam. MAX575/10/3/ZIP Un-lined Small - 6X Large Lined, Small - 6X EXTL11/22 NY Blue lightweight extreme stretch pants. Un-lined Small - 6X Large Lined, Small - 6X CMP126/22, Transfer POLICE-4, EPAULETS-Add, NY Blue short sleeve polo, POLICE-4" reflective transfer on back, matching epaulets both shoulders, sewn on nametag-style 1-DK Navy/Silver/Black. NOTE: **ALL CAPS-1st initial & last name** Large - 6X 6023AC Waterproof Barrier jacket Royal/Police navy with: name keeper vertical, reflective piping at midchest, patches sewn on, shield keeper vertical, reflective tape cape, Large 6X large OTHER CLOTHING 4S-APD01NV CAP NAVY ROUND 4STAR-NV CAP NAVY ROUND Vizguard S308V 31" reversible duty raincoat or equivalent Vizguard S305V reversible duty rain pants or equivalent Mock Turtle Neck 100% cotton, black in color, no seam neck construction w/spandex, shrinkage control system, Machine washable, with GPD embroidered on the neck (letter size 1/2" silver or gold. S - 4XL S - 4XL Small - 3Xlarge 74332 Covert khaki pants Size 28-54 48017 5-in-1 jacket w/zip out liner Small - 4X 74273 TacLite Pro pants Size 28-54 TDUSHIRT BLACK S/S P SHIRT L/S TDU-RIP BK PANT TACLITE TDU BLACK L Size S - 4XLarge Size S - 4XLarge Size Xsmall - 6XLarge 5.11 Tactical shirts 71049 s/s XS-3XL ANSI (VEA-551-) reflective vest M - 6X HWC brand SUSPNYL1 Duty suspenders HATCH brand - RFK300 frisk gloves Small thru X-Large Strong Leather Company 79300-019 Badge Case 79300-106 ID Badge holder for wallet 71200-019 Badge holder for belt

71700-000 Universal badge and ID holder 811NO-019 Recessed clip-on badge holder GOULD & GOODRICH B821-3 RH Magazine pouch w/handcuff case B821-3LH LH Magazine pouch w/handcuff case B841-4 RH Magazine pouch w/handcuff case B841-4 LH Magazine pouch w/handcuff case B831-3 Magazine pouch for CID B820 Clip handcuff case MC248 Holster MC248-B Holster straps STD Holster straps SDTH Holster straps STD-B Holster straps SDTH-B Holster straps Tie down straps w/cuff case 410600CBK Case magazine CQC carbon 41SH01BK Shoulder harness Blackinton B1009 (Uniform) Rho-glo Karat clad B957 (CID) Rho-glo Karat clad B625 (Hat Badge) Rho-glo Karat clad B1042 (Campaign) Rho-glo Karat clad B1009 VHB (badge black letters) for Traffic Enforcement G.P.D. collar brass 5/16" cut letters. (Pair) Name tag w/ National Accreditation seal (letter size 5/16") Gun Metal Gold Silver Gold Silver 74302 Stinger Strion LED rechargeable flashlight 74175 Stinger Strion LED battery stick 85905 Stinger Strion LED black nylon holder 25011 SL-20XP LED rechargeable flashlight 25170 SL-20XP LED battery stick 25127 SL-20SP LED lamp module Flashlights

88703 Super TAC LED tactical flashlight 85177 Super TAC LED lithium batteries 12 pack Duty Belt Equipment 88571 Double cuff case w/flap 77921 Open top single cuff case w/belt loop 88781 Single cuff case w/flap 88771 Small pepper spray case 88653 2" molded belt keeper (4-pk) 88361 Double mag pouch 88961 Glove pouch 87761 Ultra duty belt Small 87771 Ultra duty belt Medium 87781 Ultra duty belt Large 87791 Ultra duty belt X-Large 87792 Ultra duty belt 2X-Large 87793 Ultra duty belt 3X-Large 87794 Ultra duty belt 4X-Large 87831 Inner duty belt w/velcro Large 87841 Inner duty belt w/velcro X Large 87842 Inner duty belt w/velcro 2X Large 87943 Inner duty belt w/ Velcro 3X Large 87844 Inner duty belt w/ Velcro 4X Large 8884-1 Baton holder 21/26" 526112 6" ASP baton black chrome shaft 526322 6" ASP side break scabbards plain black GPW-1 Whistle gold NPW-1 Whistle silver GSC-1 Whistle chain w/shoulder strap hook gold NSC-1 Whistle chain w/shoulder strap hook silver Hinged handcuff (nickel) Chain handcuff (nickel) Other Equipment Holsters Safariland 6360-83-61 ALS duty holster - Right Hand Safariland 6360-83-62 ALS duty holster - Left Hand Safariland 6360-832-61 ALS duty holster w/itim3 light TLR-1 - Right Hand Safariland 6360-832-62 ALS duty holster w/itim3 light TLR-1 - Left Hand Safariland 6378-83-411 ALS paddle holster - Right Hand Safariland 6378-83-412 ALS paddle holster - Left Hand 6520 Taser X26 holster

Eiseman-Ludmar Co. Police Soft Epaulettes Layout A/Perma Gold/Black/Two Star Layout A/Perma Gold/Black/One Star Layout A/Perma Gold/Black/Captain Bar Y/8320 Layout A/Perma Gold/Black/Lieutenant Bar Y/8754 Layout A/Perma Gold/Black/Sgt Y/8122 Layout A/Perma Gold/Black/Staff Sgt Y/9171 Layout A/Perma Gold/Black/Sgt 1st class Y/C761 Layout A/PermaSilver/Black/Private Y/A847 Layout A/PermaSilver/Black/Private 1st class Y/C762 Responsibilities of the Bidder The Bidder, at its sole expense shall: Deliver, install, test and adjust product. If the City selects this option, provide routine maintenance and service included replacing all parts of Equipment which are faulty and/or worn out. Repair or replace inoperable items within 48 hours of notification by the City. Comply with all laws, ordinances, regulations, requirements and rules with respect to the maintenance of the (product). **The City of Gainesville is an equal opportunity owner/employer and will not discriminate against any vendor because of race, creed, color, religion, sex, national origin, or ADA disability status. *** The City of Gainesville will comply with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 2000d 42 USC 2000d 4 (hereinafter referred to as the Act), and all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the Regulations), and other pertinent directives, to the end that in accordance with the Act, Regulations, and other pertinent directives, no person in the United States shall, on the grounds of race, color, sex, or national origin be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Recipient receives federal financial assistance from the Department of Transportation, including the Federal Highway Administration, and HEREBY GIVES ASSURANCE THAT it will promptly take any measures necessary to effectuate this agreement.

City of Gainesville Bid No. 18040 Police Uniform and Uniform Equipment Bid Certification Bidders must return the following certification with their Bids. With my signature, I certify that I am authorized to commit my firm to the Bid and that they information herein is valid for 90 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Bid upon the City s request. Bidders Signature Date Name (printed) Title Unofficial Witness Signature Date Name (printed) Title Company Address Phone for placing orders: Fax Email Address for placing orders: Notary Public Commission Expires:

City of Gainesville INVITATION TO BID Bid No. (Enter Bid Number) (Police Uniforms & Uniform Equipment) Bid Certification This form must be completed and signed for bid to be considered. With my signature, I certify that I am authorized to commit my firm to the Bid and that the information herein is valid for 90 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Bid upon the City s request. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office P.O. Box 2496 300 Henry Ward Way, Room 103 Gainesville, GA 30503 Gainesville, GA 30501 Bid Response: BRAND/SKU Description Size Cost Per Notes: FLYING CROSS or equivalent 47330 Men s/women s Navy cargo shorts Size 28 42 Above sizes odd/even Size 44-50 Above sizes even only Size 52 plus 52-56 even only UD3900 TROUSERS NAVY POLYESTER MEN'S 4 POCKET Size 28 42 Above sizes odd/even Size 44-50 Above sizes even only Size 52 plus 52-60 even only Size 2 18 UD3933 SLACKS NAVY POLYESTER WOMEN'S 4 POCKET Size 20-24 Size 26-28 34W7886Z MEN'S SHIRTS L/S NAVY POLYESTER ZIPPER W/PATCHES SEWN ON THE SLEEVES Up to Size 18 14-20

Size 19 plus 19-22 21-22 23-24 14-20 14-17.5 87R7886Z MEN'S SHIRTS S/S NAVY POLYESTER ZIPPER W/PATCHES SEWN ON THE SLEEVES 18-22 21-22 23-24 Size 28-50 Size 52 plus Size 28-50 127R7886Z LADIES SHIRTS L/S NAVY POLY ZIPPER W/PATCHES SEWN ON THE SLEEVES 30-46 48-50 52 Size 52 plus Size 28-48 30-46 177R7886Z LADIES SHIRTS S/S NAVY POLY ZIPPER W/PATCHES SEWN ON THE SLEEVES 48-50 Size 50 52 Size 52 plus 52-54 BLAUER 8370 POLYESTER ARMORSKIN OUTER VEST DARY NAVY BLAUER 8371 LS MEN'S POLYESTER ARMORSKIN BASE SHIRT BLAUER 8372 SS MEN'S POLYESTER ARMORSKIN BASE SHIRT BLAUER 8371W WOMEN'S LS POLYESTER ARMORSKIN BASE SHIRT BLAUER 8372W WOMEN'S SS POLYESTER ARMORSKIN BASE SHIRT BRAID 1"SLATE GREY POLY/RAYON SEWN ON PANTS Size S- XL 2XL-5XL Size S- XL 2XL-5XL Size S- XL 2XL-5XL Size S-3XL Size S-3XL BRAID 1 GOLD POLY/RAYON SEWN ON PANTS Size 28-42 Above sizes odd/even UD39900 TROUSERS NAVY 6 POCKET POLYESTER Size 44-50 Above sizes even only Size 52plus 52-56 even only OLYMPIC brand

NY blue Coolmax stretch shorts, zipper closing pockets, regular belt loops, 8" inseam. MAX575/10/3/ZIP Un-lined Small - 3X Un-lined 4X - 5X Un-lined 6X Large Lined, Small - 3X Lined 4X - 5X Lined 6X Un-lined Small - 3X Un-lined 4X - 5X EXTL11/22 NY Blue lightweight extreme stretch pants. Un-lined 6X Large Un-lined 6X Large Lined, Small - 3X Lined 4X - 5X Lined 6X CMP126/22, Transfer POLICE-4, EPAULETS-Add, NY Blue short sleeve polo, POLICE-4" reflective transfer on back, matching epaulets both shoulders, sewn on nametag-style 1-DK Navy/Silver/Black. NOTE: **ALL CAPS-1st initial & last name** Large - 3X 4X - 5X 6X Large Xlarge 2X Large 6023AC Waterproof Barrier jacket Royal/Police navy with: name keeper vertical, reflective piping at mid-chest, patches sewn on, shield keeper vertical, reflective tape cape, 2X Large 3X Large 4X Large 5X Large 6X Large 4S-APD01NV CAP NAVY ROUND 4STAR-NV CAP NAVY ROUND OTHER CLOTHING Vizguard S308V 31" reversible duty raincoat or equivalent Vizguard S305V reversible duty rain pants or equivalent S - 4XL S - 4XL Small - Xlarge Mock Turtle Neck 100% cotton, black in color, no seam neck construction w/spandex, shrinkage control system, Machine washable, with GPD embroidered on the neck (letter size 1/2" silver or gold. S/M L/XL 2XLarge 2X/3XL 3XLarge 74332 Covert khaki pants 48017 5-in-1 jacket w/zip out liner 74273 TacLite Pro pants Size 28-44 Size 46-54 Small - 2XLarge Size 3X - 4X Size 28-44 Size 46-54

TDUSHIRT BLACK S/S P SHIRT L/S TDU-RIP BK PANT TACLITE TDU BLACK L Size S - 2XLarge Size 3Xlarge - 4XLarge Size S - 2XLarge Size 3XLarge - 4XLarge Size Xsmall - 2XLarge Size 3XLarge - 4XLarge 3XL-6XL XS-2X 5.11 Tactical shirts 71049 s/s Size M - Xlarge Size 2Xlarge 3XL M - XLarge ANSI (VEA-551-) reflective vest M - 2X 2X - 4XLarge 4x - 6X HWC brand SUSPNYL1 Duty suspenders HATCH brand - RFK300 frisk gloves Small thru X- Large Strong Leather Company 79300-019 Badge Case 79300-106 ID Badge holder for wallet 71200-019 Badge holder for belt 71700-000 Universal badge and ID holder 811NO-019 Recessed clip-on badge holder GOULD & GOODRICH B821-3 RH Magazine pouch w/handcuff case B821-3LH LH Magazine pouch w/handcuff case B841-4 RH Magazine pouch w/handcuff case B841-4 LH Magazine pouch w/handcuff case B831-3 Magazine pouch for CID B820 Clip handcuff case MC248 Holster MC248-B Holster straps STD Holster straps SDTH Holster straps STD-B Holster straps SDTH-B Holster straps Tie down straps w/cuff case 410600CBK Case magazine CQC carbon

41SH01BK Shoulder harness Blackinton B1009 (Uniform) B957 (CID) B625 (Hat Badge) B1042 (Campaign) B1009 VHB (badge black letters) for Traffic Enforcement G.P.D. collar brass 5/16" cut letters. (Pair) Name tag w/ National Accreditation seal (letter size 5/16") Flashlights 74302 Stinger Strion LED rechargeable flashlight Rho-glo Karat clad Rho-glo Karat clad Rho-glo Karat clad Rho-glo Karat Clad Gun Metal Gold Silver Gold Silver 74175 Stinger Strion LED battery stick 85905 Stinger Strion LED black nylon holder 25011 SL-20XP LED rechargeable flashlight 25170 SL-20XP LED battery stick 25127 SL-20SP LED lamp module 88703 Super TAC LED tactical flashlight 85177 Super TAC LED lithium batteries 12 pack Duty Belt Equipment 88571 Double cuff case w/flap 77921 Open top single cuff case w/belt loop 88781 Single cuff case w/flap 88771 Small pepper spray case 88653 2" molded belt keeper (4-pk) 88361 Double mag pouch 88961 Glove pouch 87761 Ultra duty belt Small 87771 Ultra duty belt Medium 87781 Ultra duty belt Large 87791 Ultra duty belt X-Large 87792 Ultra duty belt 2X-Large 87793 Ultra duty belt 3X-Large 87794 Ultra duty belt 4X-Large 87831 Inner duty belt w/velcro Large 87841 Inner duty belt w/velcro X Large 87842 Inner duty belt w/velcro 2X Large

87943 Inner duty belt w/ Velcro 3X Large 87844 Inner duty belt w/ Velcro 4X Large 8884-1 Baton holder 21/26" Other Equipment 526112 6" ASP baton black chrome shaft 526322 6" ASP side break scabbards plain black GPW-1 Whistle gold NPW-1 Whistle silver GSC-1 Whistle chain w/shoulder strap hook gold NSC-1 Whistle chain w/shoulder strap hook silver Hinged handcuff (nickel) Chain handcuff (nickel) Holsters Safariland 6360-83-61 ALS duty holster - Right Hand Safariland 6360-83-62 ALS duty holster - Left Hand Safariland 6360-832-61 ALS duty holster w/itim3 light TLR-1 - Right Hand Safariland 6360-832-62 ALS duty holster w/itim3 light TLR-1 - Left Hand Safariland 6378-83-411 ALS paddle holster - Right Hand Safariland 6378-83-412 ALS paddle holster - Left Hand 6520 Taser X26 holster Eiseman-Ludmar Co. Police Soft Epaulettes Layout A/Perma Gold/Black/Two Star Layout A/Perma Gold/Black/One Star Layout A/Perma Gold/Black/Captain Bar Y/8320 Layout A/Perma Gold/Black/Lieutenant Bar Y/8754 Layout A/Perma Gold/Black/Sgt Y/8122 Layout A/Perma Gold/Black/Staff Sgt Y/9171 Layout A/Perma Gold/Black/Sgt 1st class Y/C761 Layout A/PermaSilver/Black/Private Y/A847 Layout A/PermaSilver/Black/Private 1st class Y/C762

Having read and responded to all attached specifications, the undersigned offers the above quoted prices, terms and conditions. Signed, sealed, and delivered In the presence of: Unofficial Witness (Name of Company) By: (Person authorized to sign binding contract) Title: Notary Public Commission Expires: Attest: (Officer of Company if Corporation) Title: