City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee Bid Reference No

Size: px
Start display at page:

Download "City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee Bid Reference No"

Transcription

1 City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee INVITATION TO BID Bid Reference No April 26, 2017 Competitive sealed bids will be received by the City of Bristol, Tennessee for the following: Structural Firefighting Turnout Fear Bids will be accepted in the Purchasing Department, Bristol City Hall, 801 Anderson Street, Room 204, Bristol, Tennessee until May 11, 2017 at 2:00 p.m., prevailing local time, at which time the bids will be publicly opened and read. Include the bid reference number on the bid envelope. Contact Assistant Chief, Mike Carrier at , if you have technical questions. Contact Crystal Key at , if you have any questions regarding the bidding process.

2 City of Bristol, Tennessee Invitation to Bid Bid Reference No TABLE OF CONTENTS Enclosed I. Instructions to Bidders X II. General Conditions X III. Special Conditions IV. Description of Requirements and Specifications X V. Bid Pricing Sheet X VI. Requirements of Iran Divestment Act X VII. Title VI Voluntary Disclosure X

3 - End of Page -

4 City of Bristol, Tennessee Invitation to Bid INSTRUCTION TO BIDDERS 1. Each bid must be signed by the bidder with his/her original signature on the Bid Pricing Sheet for consideration. Bids by a Partnership must be signed with the partnership name by one of the members of the partnership, or by an authorized representative, followed by the signature and title of the person signing. Bids by Corporations must be signed with the name of the corporation, followed by the signature and designation of the president, secretary, or person authorized to legally bind the corporation. 2. Bids must be received prior to the specified time of closing as designated in the invitation. Bids received late will be returned unopened to the bidder. 3. Envelopes must be sealed when submitted and must be properly noted with the bid reference number and the description of the bid item. Separate bids must be submitted for each reference number. The City will not be held responsible for the premature opening of unmarked envelopes if sent through regular mailing system. Facsimile transmissions of bidding documents will not be accepted. 4. Bids containing erasures or corrections thereon will be rejected unless said erasures or corrections are noted over the initials or signature of the bidder. 5. Bids may be submitted on any one item or any group of items unless otherwise stated herein. The unit price must be shown for each item or group of items as requested. 6. References in the Description of Requirements and Specifications describing the material, supplies, or services required of a particular trade name, catalog or model number are made for descriptive purposes to guide the bidder in interpreting the type of material or supplies or nature of the work described. They should not be construed as excluding offers on other type of materials and supplies or of performing the work in a manner other than specified. However, the bidders attention is called to Paragraph 6 of the General Conditions which must be strictly adhered to. 7. All bids shall remain valid for a period of sixty (60) days after bid opening unless a longer period is otherwise stated herein. 8. Bids are to be mailed to or delivered to the Purchasing Department, Bristol City Hall, 801 Anderson Street, Room 204, Bristol, Tennessee One original and one copy of each bid proposal must be submitted for review, unless otherwise stated. 9. The City of Bristol is tax-exempt and sales taxes are not to be included on the bid. Any bid including sales taxes will be adjusted at the time of the bid opening. The City s sales tax exemption number will be provided to the successful bidder.

5 INSTRUCTION TO BIDDERS (CONTINUED) Page In the event bidder fails to honor bid, they will be declared non-responsible and removed from future bid opportunities. If bidder is submitting equipment from current inventory, the bid must be valid for a period of sixty (60) days after bid opening and cannot be subject to prior sale provisions. 11. In accordance with T.C.A all contractor license information, including electrical, plumbing, and HVAC must be listed on the outside of the bid envelope for projects of $25,000 or more. All masonry contractor information must be included for masonry portions of a project exceeding $100,000. In order to comply, list the name of the project, contract number, name, address, and contractor s license number of the Bidder, expiration date of the Contractor s license, the classification applying to this bid, and date and time of opening. All contractor information must be included for any of the above types of contractors. If this information is not listed, the bid will be deemed non-responsive. - End of Section -

6 City of Bristol, Tennessee Invitation to Bid GENERAL CONDITIONS 1. The City of Bristol reserves the right to reject any and all bids or parts thereof, and unless otherwise specified by the bidder, to accept any item in the bid. In case of error in extending the total amount of the bid, the unit price will govern. Bid pricing should be stated in both words and numbers. In the case of a discrepancy, the price in words will govern. The City also reserves the right to waive informalities on all or any part of any bid as deemed to be in the best interests of the City. 2. The purchaser is a municipality and invoices are processed for payment not less than twice a month. It shall be understood that the cash discount period will be extended to the date that invoices are paid. Payment will commence or be made in full after delivery and/or completion of the project and acceptance of equipment. All documents, invoice, title and exception certificate shall be presented to the Purchasing Department, 801 Anderson Street, Room 204, Bristol, Tennessee In case of default by the bidder or contractor, the City of Bristol may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned thereby. 4. All prices quoted shall be United States currency. Prices shall be stated in units of quantities specified. 5. Prices quoted, unless otherwise stated by bidder, will be considered as being based on delivery to destination as designated and to include any charges for packing, crating, containers, etc., and being in strict accordance with specifications as shown. 6. Whenever a reference is made in the specifications or in describing the materials, supplies or services required, or a particular trade name, manufacturer s catalog, or model number, the bidder, if awarded a contract, will be required to furnish the particular item referred to in strict accordance with the specifications or description unless a departure or substitution is clearly noted and described in the proposal by the bidder. 7. It is the intent of these specifications to secure and to insure the delivery of the specified unit(s) complete and ready to withstand the service and continuous use encountered by the City in the course of the work for which the unit(s) is/are intended. Omission of any essential detail from these specifications does not relieve the supplier from furnishing such unit.

7 GENERAL CONDITIONS (CONTINUED) Page 2 8. The bidder, by executing a contract or bid proposal on the terms of the invitation to bid, warrants the product that is supplied to the buyer shall remain fully in accordance with the specifications and to be of the highest quality. All bids must be for new equipment. This provision excludes surplus, used or demonstrator products unless so stated in the specifications. 9. In the event the product as supplied to the buyer is found to be defective or does not conform to the specifications, the buyer reserves the right to cancel the order upon written notice to the supplier and return such product to the supplier at the supplier s expenses. 10. All parts not specifically mentioned herein, but which are necessary in order to furnish complete materials and installation shall be supplied by the bidder. Each product furnished to the City shall conform to the best known practices for the most recent unit. 11. If a bidder has any exceptions to these specifications, such exceptions must be stated in writing and describe in detail what is proposed to be furnished in lieu of the specified requirements. When the detailed specifications require specific brand names, model numbers, dimensions or capacities of components, it is because they have been carefully selected and specified for the intended service due to their reliability and/or availability of replacement parts on a local basis. 12. The bidder, if awarded an order or contract, agrees to protect, defend, and save harmless the City against any demand for the use of any patented materials, process, article, or device, that may enter into the manufacture, construction, or form a part of the work covered by either order or contract and he further agrees to indemnify and save harmless the City from suits or actions of every nature and description brought against it, for or on account of any injuries or damages received or sustained by any party or parties, by or from any of the acts of the contractor, his servants, or agents. 13. It is the policy of the City of Bristol, Tennessee to ensure equal opportunity in all aspects of its programs and services without regard to race, color, sex, or national origin under Title VI of the Civil Rights Act of This policy applies to the administration of programs, facilities, benefits, or services that receive assistance from the Federal government. During the performance of this contract, the successful vendor agrees as follows: A. To comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, (hereafter referred to as Regulations ) as they may be amended.

8 GENERAL CONDITIONS (CONTINUED) Page 3 B. To ensure nondiscrimination on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and lease of equipment. The vendor shall not participate either directly or indirectly in discrimination prohibited by Section 21.5 of the Regulations, including employment practices. C. That during solicitations either by competitive bidding or negotiation made by the vendor for work to be performed under a subcontract, including procurement of materials or lease of equipment, all potential subcontractors be notified by the vendor of their obligations under this contract and Regulations relative to nondiscrimination on the grounds of race, color, sex, or national origin. D. That all information and reports required by the Regulations be readily accessible by the City of Bristol, Tennessee or the Tennessee Department of Transportation as may be pertinent to ascertain compliance with the Regulations. E. That in the event of noncompliance with the nondiscrimination provisions of the contract, the City shall impose contract sanctions as it or the Tennessee Department of Transportation may determine to be appropriate, including but not limited to: 1. Withholding payments until compliance is made, and/or 2. Cancellation, termination, or suspension of the contract, in whole or in part. F. That the vendor includes these provisions in all subcontracts, including procurement of materials and leases of equipment. 14. Samples, when requested, must be furnished free of expense prior to the opening of bids and if not destroyed will, upon request, be returned at the bidder s expense. 15. Terms and conditions, unless stated otherwise herein, are to be effective for one year from the date of bid acceptance by the City Council. 16. All federal, state, and local law requirements must be followed. 17. The City accepts responsibility of merchandise upon receipt at the City s delivery point unless otherwise noted herein. 18. The City reserves the right to purchase more or less of the Bid Items at the unit price listed on the Bid Pricing Sheet.

9 GENERAL CONDITIONS (CONTINUED) Page Special Conditions, if any, are enclosed and listed in the Table of Contents. A conflict between Special Conditions and General Conditions shall be construed in favor of the Special Conditions. 20. The Description of Requirements and Specifications for the procurement are enclosed herewith. 21. The specifications set forth are the minimum that are acceptable. The City of Bristol reserves the right to consider differences or variations in the character, quality or workmanship of the items offered, to reject any or all bids, and to accept any bid that it may deem to be in the best interest of the City. - End of Section

10 1.0 GENERAL City of Bristol, Tennessee DESCRIPTION OF REQUIREMENTS AND SPECIFICATIONS STRUCTURAL FIREFIGHTING TURNOUT GEAR Bid Reference The City of Bristol, Tennessee reserves the right to award the bid on the basis of individual, categorical, or in the aggregate, as may be deemed necessary and appropriate to meet the City s specific needs. The City reserves the right to purchase increased or decreased amounts of each item as may be deemed necessary at the prices quoted on this bid form. Prices quoted shall include shipping and remain firm for ninety (90) days after bid opening. All items shall be shipped to the City of Bristol, Tennessee; 211 Bluff City Highway; Bristol, Tennessee STRUCTURAL FIREFIGHTING TURNOUT GEAR 2.1 Structural Firefighting Coats Coat construction The coat is designed of a 3-panel construction in all layers of an innovative V-fit design. For optimum comfort and mobility, an inverted pleat on each side where back front and back body panel pieces meet shall be incorporated. Each pleat shall begin at the back of each shoulder and shall extend vertically down the side of the coat. A combination moisture barrier/thermal liner shall include a corresponding 1" inward dynamic fold approximately 1.5" from each sleeve seam at the shoulder. This fold shall provide for coat expansion when extending arms forward and shall interface with the inverted pleats of the outer shell to maximize mobility and function of the outer shell and thermal liner. Sleeves shall be of raglan design in the front and set in design in back Coat length When measured at the center of the back from the collar seam to the hem bottom, the coat shall measure 32" long Drag rescue device The Fire Fighter Recovery Harness shall be constructed of a one and one-half inch wide KEVLAR strap that shall be installed between the outer shell and the thermal

11 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page 2 liner. This harness shall have a hand loop (16" in circumference) that exits the outer shell through a 2" polymer coated aramid reinforced slot on the back of the coat just below the collar and is held in place by means of a piece of 1.5" x 2" hook on the strap and a piece of 1" x 2" loop attached to the outer shell. This strap is then secured under a 2.25" x 5.25" flap that is sewn in at the neck /collar area. Two (2) pieces 1" x 2" loop shall be set vertically on shell to align with two pieces of 1" x 2" hook set vertically to the underside of the flap. The harness is also held in proper alignment by means of a 2"x 2" piece of loop placed on the inside of the outer shell underneath the chest trim that corresponds to a piece of 1.5"x 2" hook located on the harness. Two (2) 1" x 3.5" self-fabric straps with 1" x 2" hook on one end and 1" x 2" loop on other end shall be set to coat in the shoulder cap area to keep straps in proper position for use. Fire Fighter Recovery Harness provides mechanical leverage for dragging a downed and incapacitated structural firefighter from a life-threatening environment. The design of the harness enables the rescuer to drag the downed firefighter in line with the axis of the firefighter's skeletal frame, in order to decrease the risk of further injury Coat outer shell material The outer shell shall be constructed of +/ oz./sq. yd. 40% NOMEX /60% KEVLAR highly constructed rip stop weave with extremely durable FPE water resistant Teflon FPE alloy reinforced with a matrix of 600 denier filament Kevlar cables. Color shall be black Coat liner and moisture barrier THERMAL LINER: 3.5 oz./sq. yd. Glide (NOMEX filament/spun) face cloth quilted to 1 layer E-89 spun lace aramid 85%NOMEX /15% KEVLAR weighing approximately 2.3 oz./sq. yd. with a Teflon finish; and 1 layer of apertured (11-13 apertures/sq. inch) E-89 spunlace aramid 85% NOMEX /15% KEVLAR weighing approximately 1.5 oz./sq. yd. with a Teflon finish. (Total weight +/- 7.3 oz. /sq. yd.) MOISTURE BARRIER: NOMEX substrate laminated to a lightweight breathable, CROSSTECH (Type 2F), Teflon membrane; weighing 4.7 oz./sq. yd. The liner shall have one 8.5 x 8.5 internal pocket, which shall be made of black outer shell material. The liner pocket shall be located on the left side of coat liner. Quilt Thermal Liner Construction: The moisture barrier shall be sewn to the thermal liner at its perimeter with the breathable membrane oriented inward toward the thermal liner and away from the outer shell. All moisture barrier seams shall be sealed as required by NFPA The moisture barrier/thermal liner shall finish no more than 1" from the cuffs and 2" from the hem.

12 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page 3 MOISTURE BARRIER/THERMAL LINER ATTACHMENT: Completely Removable: The moisture barrier/thermal liner shall be completely detachable from the outer shell for ease of cleaning by the use of hook and loop, zippers, and snaps. There shall be a brass zipper and two snaps down each front facing, hook and loop shall also be located around the entire neck opening. In addition, there will be a snap for alignment along the bottom of the liner, and one snap and hook and loop at each sleeve end. All moisture barrier seams shall be sealed as required by NFPA Reflective trim All trim shall be sewn with four (4) rows lockstitch 301, minimum (6) stitches/inch for most secure trim attachment. Ventilated Trim shall be of 3" Scotchlite II (triple trim) of lime/yellow perforated with 0.08 mm holes (114 per square inch) to provide a conduit for the release of vapor that can occur when moisture is heated and the trim compressed. Coat trim shall be applied as follows: New York Pattern: One 3" strip shall be set full circumference at the bottom sweep of the outer shell; one 3" strip shall be set around each sleeve approximately 2" above the cuff; one 3" strip shall be set around each sleeve just above the elbow; and one 3" strip shall be set full circumference at the chest Coat collar MOISTURE BARRIER/THERMAL LINER CONSTRUCTION: Design shall be compatible with the outer shell so that the liner does not buckle, pull, or otherwise restrict body motion. The left and right fronts of the moisture barrier/thermal liner shall be attached to the facings at the front closure of the outer shell. The neck of the moisture barrier/thermal liner shall be secured to the neck of the outer shell collar such that when donning the coat an arm may not be accidentally caught between the outer shell and its inner linings along the neck between the armholes. Liner shall have a 4" wide, 2-ply CROSSTECH /Black and 1.5 self- material extension sewn the full length of the neck. FR loop, 3/4" wide, shall be sewn on extension to tuck into pleat in outer shell collar. COLLAR: The collar shall be of three piece split layered contoured 4-layer configuration such that when the collar is raised it shall remain standing while providing continuous thermal and moisture protection around the neck and face. To ensure this protection, the two layers of outer shell collar shall be fully lined with one layer of Gore RT7100 PTFE moisture barrier material and two layers of 1.5 oz. apertured E-89 thermal liner. The collar shall provide proper interface with liner to insure no moisture penetration through the collar seam to inside of coat. The collar shall be contoured and shall completely cover the neck and throat area when in the raised position. Raised height shall be approximately three inches with a contoured overlap at the front of the coat. Collar closure shall be provided by FR hook and loop

13 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page 4 1.5" x 4", with hook portion sewn on right side of collar, and loop portion sewn on left, set horizontal. Collar shall be of such design so as not to interfere with SCBA facemasks, nor helmet. When examined prior to donning, the turned up collar shall completely wrap around the front of the neck opening such that left and right collars touch or overlap to maximize facial protection. The three piece contoured 4-layer collar shall be sewn with a pleat on the innermost layer. Pleat shall have 3/4" FR hook sewn on the underside to engage the moisture barrier extension on the liner Hanger loop An external hanger loop constructed of a double layer of outer shell material and reinforced with two 42-stitch bartacks shall be provided on the outside of the coat at the collar seam. It shall be designed to provide long service and shall not tear or separate from the coat when the coat is hung by the hanger loop, loaded evenly with a weight of 80 lbs. and allowed to hang for one minute Coat inner yoke reinforcement A layer of (3.0 oz./sq. yd. Teflon treated Chambray (NOMEX spun) face cloth quilted to araflo/e-89 (Total weight +/ oz./sq. yd)) shall be positioned between the moisture barrier and thermal liner for extra thermal protection in a high heat and compression area of the coat. It shall be sewn to the inside of the upper back portion of the thermal liner across the upper back from the back shoulder and collar seams 7" down, over the tops of shoulders and down the front approximately 4" ending at the armhole Coat shoulder reinforcement A 4" wide area at the top of the shoulders extending 6" from the collar seam shall be capped with outer shell material for abrasion resistance and thermal protection Coat elbow reinforcement The sleeve shall have an insert throughout all layers that shall provide a natural bend in the sleeve. This elbow shall include cut outs, shaped pieces, and darts to create free movement with few restrictions. The insert shall consist of black polymer coated aramid for abrasion resistance and thermal protection Coat cuff reinforcement The extended cuff of the sleeve shall be reinforced with a binding of black polymer coated aramid not less than 3" in total width for abrasion resistance and thermal protection. One leather tab with female snap fastener shall be set in the cuff to attach outer shell to liner.

14 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page Coat wristlets An internal wristlet shall consist of a 2-ply knit of 48% NOMEX / 48% KEVLAR and 4% Spandex for superior recovery. Wristlet to be combination of natural and bronze colors producer dyed by DuPont, and with extremely durable Teflon water resistant alloy not less than 8" extending completely over the palm with a thumbhole preventing the wristlet from sliding back. Wristlets shall be double stitched and bound to the moisture barrier/thermal liner providing extended thermal and slash protection Waterwells - Ever-Dri A combination (3.0 oz./sq. yd. Teflon treated Chambray (NOMEX spun) face cloth quilted to araflo/e-89 (Total weight +/ oz./sq. yd)) and one layer of breathable CROSSTECH (Type 2C) moisture barrier leader shall be sewn no more than 1" back from the combination liner sleeve end. This leader shall be approximately 4" in length and end with a gathering of 1" elastic. This sleeve well shall prevent water and hazardous materials from entering the sleeve when arms are in a raised position. The combination liner sleeve ends shall be inserted into the outer shell sleeve ends by means of lining up the snaps then attaching the FR loop fastener of the combination liner sleeve end with the FR hook fastener of the outer shell cuff. This method of combination liner attachment shall prevent any gaps from occurring between the combination liner and sleeve well during a full range of motion. The combination liner shall extend to within 1" of the sleeve end Coat closure system THERMAL FRONT PANEL CONSTRUCTION: There shall be continuous thermal and moisture protection around the entire torso including the storm flap. To ensure this protection, as well as reduce potential for wicking moisture to inside of liner, both right and left inside front facings of the coat outer shell shall incorporate outer shell fabric extending from collar to hem. COAT FRONT CLOSURE DESIGN: The complete outer shell coat front closure design shall consist of a FRONT CLOSURE SYSTEM completely protected by an OUTSIDE STORM FLAP, which shall have its own independent STORM FLAP CLOSURE SYSTEM. STORM FLAP: A storm flap measuring not less than 2.5" wide, nor less than 22" in length shall be set on the outside of the right side of the coat opening for maximum thermal protection and clear drainage. The inner lining of the storm flap shall be Gore RT7100 PTFE moisture barrier meeting all requirements for moisture barriers sandwiched between two layers of outer shell fabric.

15 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page 6 FRONT/STORM FLAP CLOSURES: The front closure shall consist of a #9 brass zipper with a 1 3/4" polymer coated aramid tab added to left bottom for fast closure and exit. The storm flap closure shall consist of 1.5" wide FR hook and loop attachment with FR hook fastener sewn on the left front of the coat, and corresponding FR loop fastener sewn on the inner side of the outer storm flap. The hook and loop closure shall extend the full length of the outer storm flap eliminating all exposed frontal hardware Coat options Coat options listed below: Mic Tab There shall be a 1" X 3" triple layer self -fabric mic tab attached with bar tacks on each side. Bar tacks shall be a minimum 42-stitch bar tack. Location shall be on the right chest. Flashlight Strap There shall be a 1.25"x 8.5" self fabric flashlight holder x-stitched to the outer shell of coat. Strap shall have 1"x 2" hook applied to one end of the strap and 1"x 2" loop applied to opposite end of strap. There shall be a 703 hook applied to outer shell 5" above the self fabric strap. It shall be securely fastened to the coat by means of a self fabric strap looped through the end of the 703 hook and bar tacked to the outer shell. Location shall be on the right chest. Sewn On Lettering There shall be 3" lime yellow Scotchlite letters, sewn-on. Lettering shall be BRISTOL TN and location shall be arched across the yoke. Lettering Patches There shall be one 5"x18" contoured 2-layer self-fabric one-line Letter Patch attached to hang from back hem. Lettering Patch Attachment Hook & loop shall be used to attach patch to coat. Lettering Patch Attachment LETTER PATCH ATTACHMENT: There shall be one (1) male snap at each top corner of hanging letter patch (total of two (2) male snaps) and two (2) female logo snaps on the inside of the shell to align with the male snaps. Sewn On Lettering There shall be 3" lime yellow Scotchlite letters, sewn-on.

16 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page 7 Lettering Lettering shall be (Firefighter s last name). Location for Lettering Shall be on a patch Liner inspection system COAT LINER INSPECTION SYSTEM: There shall be an opening located on the coat liner approximately 11" in length at the center back of the neck separating the thermal barrier and moisture barrier. This opening will provide the ability to completely invert the coat liner to properly view the integrity of the entire liner system. There shall be one piece.75"x 4" FR loop sewn to the back side of the liner system with a corresponding piece of.75"x 4" FR hook sewn to the inside of the outer shell to ensure proper alignment when installing the liner system into the outer shell. This Liner Inspection System is completely hidden when the liner is properly installed into the outer shell Coat pockets Turn-Out Pockets located on left and right of the front bottom: 9 x 9 hand warmer pocket that expand by means of a 2 pleat. The pockets shall be lined and reinforced with self-fabric 4.5 up on the inside of the pocket with a selfmaterial backer. The pocket shall be set at the bottom of the coat hem and reflective trim shall be set on each pocket. Pockets and flaps shall be set with stitch 301, seam Ssb-2 with the top and bottom pocket corners and top corners of flap reinforced with bar tacks for additional strength. Drainage of moisture to be provided by brass eyelets. Each pocket flap shall measure 3" x 9.5". Pocket flaps shall close to the pocket using 2 pieces of 1.5" x 2.75" loop horizontally on the pocket and 2 pieces of 1.5" x 2.75" hook vertically on underside of flap. Turn-Out Pockets located on left side of the chest: One 3.5" wide x 8" deep full bellows radio pocket that expands by means of side and front gussets to a thickness of 2" in front and back. Pocket and flap shall be set with stitch 301, seam Ssb-2 with the top and bottom pocket corners and top corners of flap reinforced with a minimum 42-stitch bar tack. A brass eyelet shall provide drainage of moisture. Pocket flaps shall be 4.5 x 4. Pocket shall be fully lined with poly-cotton on three sides inside pocket and flap. Pocket flap shall close to the pocket top using one piece of 2"x 2" loop on pocket horizontally and one piece of 2"x 3" hook on flap vertically.

17 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page Structural firefighting pants Pant model/design PANT CONSTRUCTION: The pant shall have a low-rise waist design. WAISTBAND: The waist of the pants shall be reinforced on the inside with 1-ply of outer shell fabric material not less than 1.5" in width. The pant waist shall be contour shaped for better comfort and hemmed to provide strength with the independent waistband, which shall then be double stitched to the outer shell Pant outer shell material The outer shell shall be constructed of +/- 6.5 oz./sq. yd. 35% NOMEX /665% KEVLAR highly constructed ripstop weave with extremely durable FPE water resistant Teflon FPPE alloy reinforced with a matrix of 600 denier filament Kevlar cables. Color shall be black Pant liner and moisture barrier THERMAL LINER: 3.6 oz./sq. yd. Glide (NOMEX filament/spun) face cloth quilted to 1 layer E-89 spunlace aramid 85%NOMEX /15% KEVLAR weighing approximately 2.3 oz./sq. yd. with a Teflon finish, and 1 layer of apertured (11-13 apertures/sq. inch) E-89 spunlace aramid 85% NOMEX /15% KEVLAR weighing approximately 1.5 oz./sq. yd. with a Teflon finish. (Total weight +/- 7.3 oz./sq. yd.) MOISTURE BARRIER: NOMEX substrate laminated to a lightweight breathable, CROSSTECH (Type 2F), Teflon membrane; weighing 5.0 oz./sq. yd. MOISTURE BARRIER/THERMAL LINER CONSTRUCTION: Design shall be compatible with the outer shell so that the liner does not buckle, pull, or otherwise restrict body motion. To deter the wicking of moisture up the thermal liner leg the bottom nine inches of each thermal leg shall be constructed of Semper Dri (3.0 oz./sq. yd. Teflon treated Chambray (NOMEX spun) face cloth quilted to one layer E-89 spunlace aramid 85%NOMEX /15% KEVLAR weighing approximately 2.3 oz./sq. yd. with a Teflon finish and one layer of apertured (11-13 apertures/sq. inch) E-89 spunlace aramid 85% NOMEX /15% KEVLAR weighing approximately 1.5 oz./sq. yd. with a Teflon finish. (Total weight +/- 6.8 oz./sq. yd.)). The waist of the moisture barrier/thermal liner shall be secured to the waist of the outer shell such that when donning the pant leg may not be accidentally caught between the outer shell and its inner linings along the waist and between the legs of the pant. Quilt Thermal Liner Construction: The moisture barrier shall be completely sewn to a Teflon treated NOMEX facecloth at its perimeter. The moisture barrier substrate/facecloth combination will be sewn to the quilted thermal liner at its perimeter with the breathable membrane oriented inward toward the thermal liner and away from

18 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page 9 the outer shell. The quilted thermal liner will be oriented toward the wearer. All moisture barrier seams shall be sealed as required by NFPA The moisture barrier/thermal liner shall finish no more than 3" from the pant cuffs. Completely Removable: The moisture barrier/thermal liner shall be completely detachable from the outer shell for ease of cleaning by using snaps and hook and loop. Eight (8) evenly spaced snaps shall secure the liner to the integral waistband; two (2) snaps shall be set in leather leg tabs at each leg end and hook and loop on each side of fly facing Reflective trim All trim shall be sewn with four (4) rows lockstitch 301, minimum six (6) stitches/inch for most secure trim attachment. All trim shall be: 3" Scotchlite II (triple trim) lime/yellow. Pant trim shall be applied as follows: (1) strip set full circumference around the bottom of the cuff 3" from the bottom cuff Pant fly closure STORM FLY/CLOSURE: The outer shell shall have a sewn on overlapping fly front running the full length of the fly on the right side. The flap shall not be less than 2.5" wide at the waistband. The bottom of the fly shall be reinforced with a 42 stitch bartack. The storm fly shall be held closed along its length by means of a hook and loop fastener closure 1.5" minimum width, along the leading edge for a distance of not less than 6" from the bottom of the fly closure to the waist area for proper alignment and secure closure. Additionally, one (1) snap shall be positioned at the inside top of the fly. Pant closure shall be provided by #9 brass zipper. The storm fly shall be outer shell material, lined with a 4. strip of CROSSTECH (Type 2C) moisture barrier material. THERMAL FLY ASSEMBLY: A 3/4" wide x 9" long loop fastener shall be sewn to the moisture barrier/thermal liner to engage corresponding hook fastener on the underside of the outside storm fly and facing. WAISTBAND: The waist of the pants shall be reinforced on the inside with one (1) ply of outer shell fabric material not less than 1.5" in width. The pant waist shall be contour shaped for better comfort and hemmed to provide strength with the independent waistband, which shall then be double stitched to the outer shell Pant knee reinforcement V-FIT KNEE: The knee shall have an insert throughout all layers that shall provide a natural bend in the leg. This knee shall include cut outs, shaped pieces, and darts to create free movement with few restrictions. The insert shall consist of black polymer coated aramid for abrasion resistance and thermal protection. For added thermal protection, an additional layer of uninterrupted 1/8 thick, fire retardant closed-cell

19 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page 10 foam shall be positioned between the moisture barrier and thermal liner. In addition to reinforcement, knees shall be padded using one layer of uninterrupted 1/8" thick, fire retardant closed-cell foam. This reinforcement material shall be oriented between the outer shell and knee insert reinforcement Pant cuff reinforcement The cuff area of the pant shall be reinforced with a binding of black polymer coated aramid not less than 2" in total width for greater strength, abrasion resistance, and thermal protection Miscellaneous pant options The back portion of the cuff will gradually curve upward from each side seam to a maximum of 2 at the center back of the pant leg to prevent wear on the back of the cuff Leg tabs 2 Leather leg tabs 3/4" wide x 1 3/4" long with female snaps. Bartacked 2" up from bottom edge on inside. (1 on inseam 1 on outseam) Liner inspection system PANT LINER INSPECTION SYSTEM: There shall be an opening located on the pant liner system to the right side of the waist separating the thermal barrier and moisture barrier, approximately 10" in length. This opening will provide the ability to completely invert the pant liner to properly view the integrity of the entire liner system. There shall be a piece of 1" x 3" FR loop sewn to the moisture barrier 3" over from beginning of opening and a corresponding piece of 1" x 3" FR hook sewn to the inside of the outer shell to ensure proper alignment when installing the liner system into the outer shell. This Liner Inspection System is completely hidden when the liner is properly installed into the outer shell Belts and harnesses There shall be five (5) self-fabric belt loops, each made using 2 separate 1"x 3" straps that close with 1" x 2" hook & loop. Three (3) loops bartacked even at waist and two (2) at crotch Pant pockets Turn-Out Pockets shall be located on each thigh: 9" wide x 10" high, outside full bellows pockets that expand by means of side and bottom gussets to a thickness of 2" in front and back. Pockets shall be fully lined with KEVLAR twill on all 4 sides inside of pocket; two layers of KEVLAR lined selffabric on shell inside pocket. First layer 6.5" high, second layer 4.5" high. Both layers stitched in 3" increments to create six tool compartments. Pocket and flap shall be set with stitch 301, seam Ssb-2 with the top and bottom pocket corners and top corners of

20 DESCRIPTION OF REQUIREMENTS & SPECIFICATIONS (CONTINUED) Page 11 flap reinforced with bar tacks for additional strength. Drainage of moisture is to be provided by brass eyelets. Pocket flaps shall be 5" x 10". A hook and loop fastener closure system shall be set with 2" x 9" loop fastener horizontally on the pocket and three pieces of 1.5" x 3" hook fastener vertically on the underside of the flap. Please List Any Exceptions to These Requirements and Specifications: - End of Section-

21 City of Bristol, Tennessee BID PRICING SHEET Bid Reference No Structural Firefighting Turnout Gear Total Price: $ (Price in Numbers) (Price in Words) Delivery Date: Non-Collusive Bid Statement: The undersigned bidder, having fully informed himself regarding the accuracy of the statements made herein, certifies that: (1) The bid has been arrived at by the bidder independently and has been submitted without collusion with, and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment, or services described in the bid, designed to limit independent bidding or competition, and (2) The contents of the bid have not been communicated by the bidder or its employees or agents to any person not any employee or agent of the bidder or its surety on any bond furnished with the bid, and will not be communicated by any such person prior to the official opening of the bid. Signature of Authorized Official Name and Title (Printed) Legal Name of Business Physical Address Mailing Address Telephone Number Fax Number Date

22 Bid Reference REQUIREMENTS OF IRAN DIVESTMENT ACT Name of Bidder: By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the Iran investment activities list created pursuant to T.C.A Name of & Title of Signer (Print or Type): Signature: Date: Complete and return with bid package.

23 Bid Reference TITLE VI VOLUNTARY DISCLOSURE BY VENDORS/CONTRACTORS The purpose of this request is to provide statistical information related to Title VI regulations. This is a VOLUNTARY disclosure. The information requested pertains to the company owner. Race: White/Caucasian Black/African American Hispanic Asian American Indian and Alaskan Native Native Hawaiian or other Pacific Islander Other Gender: Male Female This form will be maintained on file in the Purchasing Department for review by the City of Bristol, Tennessee and the Tennessee Department of Transportation Title VI Compliance Office.

City of Pigeon Forge Fire Department Tony L. Watson, Chief

City of Pigeon Forge Fire Department Tony L. Watson, Chief Notice of Bid The City of Pigeon Forge is requesting bids from qualified vendors on Structural Firefighting Gear for the City of Pigeon Forge. Bid specifications are enclosed or may be obtained at the

More information

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912) INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of Turn Out Gear and related equipment for the Ware County Fire Department. Ware County has no intention

More information

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912) INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of Bunker Gear and related equipment for the Ware County Fire Department. Ware County has no intention

More information

Bidder is responsible for completing the remaining portion of this bid document QTY DESCRIPTION UNIT TOTAL PRICE

Bidder is responsible for completing the remaining portion of this bid document QTY DESCRIPTION UNIT TOTAL PRICE INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/975-2716 Bid Name / Number FIRE FIGHTERS PROTECTIVE CLOTHING / #5647 Due Day / Date / Time Tuesday / November 20, 2012 / 1:00

More information

Appendix A THUNDER BAY FIRE RESCUE SERVICE FIRE FIGHTER TURNOUT GEAR SPECIFICATIONS FOR STRUCTURAL FIREFIGHTING ( )

Appendix A THUNDER BAY FIRE RESCUE SERVICE FIRE FIGHTER TURNOUT GEAR SPECIFICATIONS FOR STRUCTURAL FIREFIGHTING ( ) Appendix A THUNDER BAY FIRE RESCUE SERVICE FIRE FIGHTER TURNOUT GEAR SPECIFICATIONS FOR STRUCTURAL FIREFIGHTING (2014-2015) ALL MATERIALS AND CONSTRUCTION MUST MEET OR EXCEED THE CURRENT N.F.P.A. 1971-2013

More information

CITY OF GRAND FORKS NORTH DAKOTA REQUEST FOR BID

CITY OF GRAND FORKS NORTH DAKOTA REQUEST FOR BID CITY OF GRAND FORKS NORTH DAKOTA REQUEST FOR BID Vendor Contact Information: PLEASE SUBMIT YOUR PRICE ON THE ITEMS LISTED BELOW AND RETURN THIS FORM TO: FINANCE & ADMINISTRATIVE SERVICES By USPS: P. O.

More information

EVALUATED INVITATION TO BID CITY OF KNOXVILLE Personal Protective Equipment

EVALUATED INVITATION TO BID CITY OF KNOXVILLE Personal Protective Equipment EVALUATED INVITATION TO BID CITY OF KNOXVILLE Personal Protective Equipment The City of Knoxville seeks to establish a fixed price agreement for firefighter personal protective equipment (PPE or "turn

More information

City of Lewiston Finance Department

City of Lewiston Finance Department City of Lewiston Finance Department Norman Beauparlant, Director of Budget/Purchasing 2017-046 Fire Turnout Gear June 12, 2017 Sir/Madam: Sealed bids will be received in the office of the Director of Budget/Purchasing

More information

REQUEST FOR PROPOSALS SPECIFICATIONS FOR FIRE FIGHTER PROTECTIVE TURN-OUT GEAR

REQUEST FOR PROPOSALS SPECIFICATIONS FOR FIRE FIGHTER PROTECTIVE TURN-OUT GEAR REQUEST FOR PROPOSALS SPECIFICATIONS FOR FIRE FIGHTER PROTECTIVE TURN-OUT GEAR 1. GENERAL INFORMATION 1.1 Lincoln Fire & Rescue (LFR) currently employs approximately 280 Fire Fighters that respond to an

More information

SPECIFICATIONS AND DOCUMENTS. Fire Fighting Turnout Gear

SPECIFICATIONS AND DOCUMENTS. Fire Fighting Turnout Gear SPECIFICATIONS AND DOCUMENTS FOR Fire Fighting Turnout Gear For City of Bolivar CITY OF BOLIVAR 345 SOUTH MAIN AVENUE P.O. BOX 9 BOLIVAR, MO 65613 417-326-2489 FAX 417-777-3212 NOTICE TO Bidders May, 2014

More information

City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee Bid Reference No

City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee Bid Reference No City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee 37621-1189 INVITATION TO BID Bid Reference No. 18018 September 5, 2018 Competitive sealed bids will be received by the City of Bristol, Tennessee

More information

General Specifications

General Specifications IMPORTANT NOTICE: This specification details design and materials criteria to afford protection to the upper and lower body, excluding head, hands, feet, against adverse environmental effects during structural

More information

Snohomish County Fire District #5

Snohomish County Fire District #5 Snohomish County Fire District #5 Bid Proposal Information & Specifications For Structural Firefighting Turnout Gear Contact: Firefighter Andrew Mclaurin Snohomish County Fire District #5 PO Box 149 Sultan,

More information

Downloaded from

Downloaded from INCH-POUND January 29, 2015 COMMERCIAL ITEM DESCRIPTION PROXIMITY FIREFIGHTING PROTECTIVE ENSEMBLE The General Services Administration has authorized the use of this commercial item description for all

More information

MIDLAND FIRE DEPARTMENT TENDER FOR THE SUPPLY OF THIRTY-FIVE (35) SETS OF BUNKER GEAR

MIDLAND FIRE DEPARTMENT TENDER FOR THE SUPPLY OF THIRTY-FIVE (35) SETS OF BUNKER GEAR TOWN OF MIDLAND FIRE DEPARTMENT TENDER FOR THE SUPPLY OF THIRTY-FIVE (35) SETS OF BUNKER GEAR TOWN OF MIDLAND TOM TOOLE MIDLAND FIRE DEPARTMENT DEPUTY FIRE CHIEF 550 BAYSHORE DRIVE September 2014 MIDLAND,

More information

KODIAK ISLAND BOROUGH INVITATION FOR BIDS KIB FIRE DEPARTMENTS Personal Protective Equipment

KODIAK ISLAND BOROUGH INVITATION FOR BIDS KIB FIRE DEPARTMENTS Personal Protective Equipment KODIAK ISLAND BOROUGH INVITATION FOR BIDS KIB FIRE DEPARTMENTS Kodiak Island Borough 710 Mill Bay Road Kodiak, AK 99615 (907) 486-9343 April 2017 Office of the Borough Manager 710 Mill Bay Road Kodiak,

More information

City of Lewiston Finance Department

City of Lewiston Finance Department City of Lewiston Finance Department Norman Beauparlant, Director of Budget/Purchasing 2016-049 Fire Turnout Gear June 7, 2016 Sir/Madam: Sealed bids will be received in the office of the Director of Budget/Purchasing

More information

Detailed Technical Specifications. for. Protective Clothing for Structural Firefighting Coat and Pant

Detailed Technical Specifications. for. Protective Clothing for Structural Firefighting Coat and Pant Detailed Technical Specifications for Protective Clothing for Structural Firefighting Coat and Pant San Francisco Fire Department 698 2nd Street San Francisco, CA 94107-2015 This specification dated December

More information

Prospect Heights Fire Protection District Legal Notice Invitation to Submit Proposals

Prospect Heights Fire Protection District Legal Notice Invitation to Submit Proposals Prospect Heights Fire Protection District Legal Notice Invitation to Submit Proposals The Prospect Heights Fire Protection District, IL will accept sealed proposals for Protective Firefighting Gear. Specifications

More information

City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee Bid Reference No

City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee Bid Reference No City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee 37621-1189 INVITATION TO BID Bid Reference No. 18017 August 1, 2018 Competitive sealed bids will be received by the City of Bristol, Tennessee

More information

City of Rochester, New Hampshire Invitation To Bid

City of Rochester, New Hampshire Invitation To Bid City of Rochester, New Hampshire Invitation To Bid The City of Rochester, New Hampshire is accepting sealed bids from qualified applicants to provide. Protective Jacket And Trousers For Structural Fire

More information

INVITATION TO BID. Fire Rescue Personal Protective Equipment - Turnouts. City of Springfield Fire and Life Safety Department Springfield, Oregon 97477

INVITATION TO BID. Fire Rescue Personal Protective Equipment - Turnouts. City of Springfield Fire and Life Safety Department Springfield, Oregon 97477 INVITATION TO BID Fire Rescue Personal Protective Equipment - Turnouts City of Springfield Fire and Life Safety Department Springfield, Oregon 97477 October 22, 2010 I. Project Overview A primary concern

More information

Re: 4568Q Supply and Delivery of Turn Out Gear for Richmond Fire-Rescue - Addendum # 1

Re: 4568Q Supply and Delivery of Turn Out Gear for Richmond Fire-Rescue - Addendum # 1 September 26, 2011 File 02-0775-50-4342/Vol 01 Business and Financial Services Department Finance Division Telephone: 604-276-4218 Fax: 604-276-4162 Attention: To All Proponents Dear Madame/Sir: Re: 4568Q

More information

City of Conway Mayor s Office 1201 Oak Street Conway, AR Invitation and Bid

City of Conway Mayor s Office 1201 Oak Street Conway, AR Invitation and Bid City of Conway Mayor s Office 1201 Oak Street Conway, AR 72032 www.cityofconway.org Invitation and Bid 2012 25 INVITATION TO THE VENDOR ADDRESSED: Bidders are invited to offer to purchase the items listed

More information

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

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of Turn Out Gear for the Galesburg Fire Department Instructions to Bidders 1.

More information

CITY OF URBANA REQUEST FOR BIDS. September 3, Notice to Bidders INVITATION TO BID

CITY OF URBANA REQUEST FOR BIDS. September 3, Notice to Bidders INVITATION TO BID CITY OF URBANA REQUEST FOR BIDS September 3, 2013 Notice to Bidders INVITATION TO BID Sealed bids will be received by the City of Urbana until 2:00 p.m., local time, on September 18, 2013, in the Office

More information

NOTICE TO BIDDERS FIREFIGHTER BUNKER GEAR

NOTICE TO BIDDERS FIREFIGHTER BUNKER GEAR NOTICE TO BIDDERS On behalf of Peoria Fire Department, sealed bids will be received in the Office of the Ottawa County Clerk, Reba G. Sill, at 102 East Central Avenue, Suite 103 in Miami, Oklahoma 74354,

More information

City of Conway Office of the Mayor Mayor Tab Townsell

City of Conway Office of the Mayor Mayor Tab Townsell City of Conway Office of the Mayor Mayor Tab Townsell www.cityofconway.org INVITATION TO BID TO THE VENDOR ADDRESSED: Bidders are invited to furnish the items listed herein in accordance with the terms

More information

INVITATION TO BID CITY OF KNOXVILLE. Personal Protective Equipment Structural Firefighting Turnout Coat and Pant

INVITATION TO BID CITY OF KNOXVILLE. Personal Protective Equipment Structural Firefighting Turnout Coat and Pant INVITATION TO BID CITY OF KNOXVILLE Personal Protective Equipment Structural Firefighting Turnout Coat and Pant The City of Knoxville seeks to establish a fixed price agreement for personal protective

More information

REQUEST FOR PROPOSAL. Supply Structural Firefighter Turnout Gear and Other Firefighting Protective Equipment RFP # FIRE

REQUEST FOR PROPOSAL. Supply Structural Firefighter Turnout Gear and Other Firefighting Protective Equipment RFP # FIRE REQUEST FOR PROPOSAL Supply Structural Firefighter Turnout Gear and Other Firefighting Protective Equipment RFP # FIRE-2017-16 Please submit complete proposal, by fax or email quoting above proposal number

More information

COVER PAGE. Invitation for Bid #1892 TURN-OUT GEAR FOR THE FIRE DEPARTMENT

COVER PAGE. Invitation for Bid #1892 TURN-OUT GEAR FOR THE FIRE DEPARTMENT COVER PAGE Invitation for Bid #1892 TURN-OUT GEAR FOR THE FIRE DEPARTMENT Sealed bids and electronic submitted bids for the above will be received until 10:00 AM CST, Tuesday, July 10, 2012, and publicly

More information

Detailed Technical Specifications. for. Protective Clothing for Structural Firefighting Coat and Pant

Detailed Technical Specifications. for. Protective Clothing for Structural Firefighting Coat and Pant Detailed Technical Specifications for Protective Clothing for Structural Firefighting Coat and Pant Osage Beach Fire Protection District 1170 Bluff Dr Osage Beach, MO 65065-2007 This specification dated

More information

INVITATION FOR BID BID NO FOR: TURNOUT GEAR COMMODITY CODE: , ,

INVITATION FOR BID BID NO FOR: TURNOUT GEAR COMMODITY CODE: , , Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: April 27, 2010 THE COUNTY OF MERCED

More information

CITY of NOVI CITY COUNCIL

CITY of NOVI CITY COUNCIL CITY of NOVI CITY COUNCIL Agenda Item C July 7, 2014 SUBJECT: Approval to award bid for the purchase of Fire Department protective turnout gear to Apollo Fire Equipment, the lowest qualified bidder, for

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

More information

Alameda County, California CONTRACT DOCUMENTS FOR PROJECT: FIRE FIGHTER PROTECTIVE CLOTHING BID # BID OPENING: June 16, 2:00 P.M.

Alameda County, California CONTRACT DOCUMENTS FOR PROJECT: FIRE FIGHTER PROTECTIVE CLOTHING BID # BID OPENING: June 16, 2:00 P.M. Subject: Fire Fighter Protective Clothing Bid #12-014 Alameda County, California CONTRACT DOCUMENTS FOR PROJECT: FIRE FIGHTER PROTECTIVE CLOTHING BID #12-014 BID OPENING: June 16, 2011 @ 2:00 P.M. Deliver

More information

TEXAS DEPARTMENT OF TRANSPORTATION REFLECTIVE RAINWEAR

TEXAS DEPARTMENT OF TRANSPORTATION REFLECTIVE RAINWEAR TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * REFLECTIVE RAINWEAR PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

More information

COMMERCIAL ITEM DESCRIPTION GEAR, FIRE PROTECTIVE

COMMERCIAL ITEM DESCRIPTION GEAR, FIRE PROTECTIVE INCH-POUND 22 June 2005 COMMERCIAL ITEM DESCRIPTION GEAR, FIRE PROTECTIVE The General Services Administration has authorized the use of this commercial item description, for all federal agencies. 1. SCOPE.

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

TURNOUT GEAR For The WINSTON-SALEM FIRE DEPT. Bids Will Be Opened 9:00 AM, Thursday, September 8, 2016

TURNOUT GEAR For The WINSTON-SALEM FIRE DEPT. Bids Will Be Opened 9:00 AM, Thursday, September 8, 2016 INVITATION FOR BID TURNOUT GEAR For The WINSTON-SALEM FIRE DEPT. Bids Will Be Opened 9:00 AM, Thursday, September 8, 2016 IN SUITE 324, CITY HALL BUILDING 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA

More information

City of Jonesboro Invitation to Bid - Not an Order P.O. Box South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403

City of Jonesboro Invitation to Bid - Not an Order P.O. Box South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403 City of Jonesboro Invitation to Bid - Not an Order P.O. Box 845 300 South Church St. Room 42 (7240) Purchasing Office Jonesboro, Arkansas 72403 Bid No. 209:07 Date January 7, 209 Sealed bids, subject to

More information

NEW DIMENSION PLUS 4 POCKET TROUSER EVEN 4-24 Dark Navy HS2734 HS2735 Black HS2736 HS2737 Silver Tan HS2738 HS2739 $47.99 $47.

NEW DIMENSION PLUS 4 POCKET TROUSER EVEN 4-24 Dark Navy HS2734 HS2735 Black HS2736 HS2737 Silver Tan HS2738 HS2739 $47.99 $47. SHIRT Performance fabric // Liquid repellence on the outside & moisture wicking on the inside // UltraDye technology reduces fading through superior dye penetration // 10% stretch fabric for increased

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

More information

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Gary Rikard, Chief of Police INVITATION TO BID

More information

REQUEST for PROPOSAL BAND UNIFORMS

REQUEST for PROPOSAL BAND UNIFORMS REQUEST for PROPOSAL BAND UNIFORMS Issue Date: May 26, 2017 Proposal Due Date: June 16, 2017 at 1:00 p.m. Bid Contact: Uniform Contact: Roy Lashbrook Purchasing Manager - DPO St. Joseph School District

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

HUSKY ENERGY SPECIFICATION FOR PPE COVERALS, OUTERWEAR AND RELATED PPE REFENCE NUMBER

HUSKY ENERGY SPECIFICATION FOR PPE COVERALS, OUTERWEAR AND RELATED PPE REFENCE NUMBER HUSKY ENERGY SPECIFICATION FOR PPE COVERALS, OUTERWEAR AND RELATED PPE REFENCE NUMBER 8.24.1.300 1.0 Purpose The purpose of this spec is to ensure that coveralls worn by personnel working on husky installations

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

CITY OF ELBERTON. Invitation to Bid Bid # Tables and Chairs. Due: January 30, 2007 At 2:00 p.m.

CITY OF ELBERTON. Invitation to Bid Bid # Tables and Chairs. Due: January 30, 2007 At 2:00 p.m. Invitation to Bid Tables and Chairs Due: January 30, 2007 At 2:00 p.m. Submit Bids to: City of Elberton Attn: City Clerk s Office PO Box 70, 203 Elbert Street Elberton, Georgia 30635 FAX: 706.213.3125

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

SECTION 4 SPECIFIC SPECIFICATIONS AND SPECIAL CONDITIONS PROTECTIVE CLOTHING SFED EVENT#

SECTION 4 SPECIFIC SPECIFICATIONS AND SPECIAL CONDITIONS PROTECTIVE CLOTHING SFED EVENT# SECTION 4 SPECIFIC SPECIFICATIONS AND SPECIAL CONDITIONS PROTECTIVE CLOTHING SFED EVENT# - 2299 4.0 The purpose of these specifications is to describe the requirements for protective clothing items for

More information

INVITATION FOR BID BID #1005 UNIFORM SHIRTS AND HATS

INVITATION FOR BID BID #1005 UNIFORM SHIRTS AND HATS INVITATION FOR BID BID #1005 UNIFORM SHIRTS AND HATS ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT:

More information

AD- CLARENDON COUNTY INVITATION FOR BID

AD- CLARENDON COUNTY INVITATION FOR BID AD- CLARENDON COUNTY INVITATION FOR BID PROTECTIVE CLOTHING AND GEAR FOR STRUCTURAL FIREFIGHTING Clarendon County is accepting sealed bids for PROTECTIVE CLOTHING AND GEAR FOR STRUCTURAL FIREFIGHTING for

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. BID Gasoline and Diesel Fuels REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment & Bid Number: M-15-050J ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION Bid Opening Date: April 7, 2015 Time: 11:00 a.m. BID OPENING LOCATION: AHTD

More information

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07 REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07 Illinois Valley Community College District No. 513 (the College) is accepting sealed bids for multi-purpose paper,

More information

City of Johannesburg Supply Chain Management Unit

City of Johannesburg Supply Chain Management Unit REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website) The City

More information

Fire Fighting Suit according to EN 469 Level 2. Protection and Comfort

Fire Fighting Suit according to EN 469 Level 2. Protection and Comfort Protection and Comfort by selection of materials by design Lining code XX = 61 + Legs` mobility + Scotchlite TM Reflective Material + Mobility by golfe pleats + Matrix + elbows reinforced by coated para-aramid

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion 1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Bidders Name: DOCUMENT 330 BID FORM

Bidders Name: DOCUMENT 330 BID FORM Bidders Name: DOCUMENT 330 BID FORM TO: The City of Topeka, Kansas Contracts & Procurement Division 215 S.E. 7th St., Room 60 Topeka, Kansas 66603 Project No. and Description: 1. The undersigned Bidder

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

Steve A. Kent Purchasing Agent (870)

Steve A. Kent Purchasing Agent (870) City of Jonesboro Invitation to Bid - Not an Order P.O. Box 1845 300 South Church St. Rm 421 (72401) Purchasing Office Jonesboro, Arkansas 72403 Bid No. 2017:08_ Date February 11, 2017 Sealed bids, subject

More information

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734) LIVONIA PUBLIC SCHOOLS 15125 FARMINGTON ROAD LIVONIA, MI 48154-5474 (734) 744-2500 The Livonia Public Schools Board of Education, Livonia, Michigan, hereby invites the submission of sealed bids for the

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STATION WEAR FOR RICHMOND FIRE-RESCUE: SHIRTS AND TROUSERS Bidders are requested to respond to this Quotation

More information

McLane/ Black Lake Fire Department Policy & Procedural Guideline PPG#

McLane/ Black Lake Fire Department Policy & Procedural Guideline PPG# Policy & Procedural Guideline PPG# 4200.11 Subject: PERSONAL PROTECTIVE CLOTHING Section: PPG# 4200.11 Chapter: Operations Effective Date: 7/1/98 1.0 POLICY 1.1 1.2 1.3 1.4 Thurston County Fire District

More information

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Public Works Director REQUEST FOR

More information

CNP Bid Refer to Bid# CNP Equipment-2018

CNP Bid Refer to Bid# CNP Equipment-2018 Selma City Public Schools CNP Bid Refer to Bid# CNP Equipment-2018 BID INSTRUCTIONS General Overview The Selma City Public Schools is seeking sealed bid proposals for various cooking/kitchen equipment

More information

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile: Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer

More information

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016. ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8,

More information

Date: November 26, 2018

Date: November 26, 2018 REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Date: November 26, 2018

More information

MR 73/2018 TENDER FOR SUPPLY OF ELECTRIC ARC FLASH PROTECTIVE CLOTHING FIJI ELECTRICITY AUTHORITY

MR 73/2018 TENDER FOR SUPPLY OF ELECTRIC ARC FLASH PROTECTIVE CLOTHING FIJI ELECTRICITY AUTHORITY MR 73/2018 TENDER FOR SUPPLY OF ELECTRIC ARC FLASH FIJI ELECTRICITY AUTHORITY REVISION HISTORY & DOCUMENT CONTROL Rev no. Notes Prepared By Reviewed By Date Issue 0.1 Issued for internal review Zainal

More information

Date: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit

Date: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Date: November 30, 2016

More information

Request for Bids BID #1058

Request for Bids BID #1058 Request for Bids BID #1058 Case Community Park Shade Structures February 27, 2018 NOTICE TO BIDDERS Case Community Park Shade Structures BID #1058 The City of Sand Springs will accept sealed bids from

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 25, 2018 RFP # REQUEST FOR PROPOSAL JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed

More information

COMMERCIAL ITEM DESCRIPTION ENSEMBLE, STEAM SUIT, SUBMARINE

COMMERCIAL ITEM DESCRIPTION ENSEMBLE, STEAM SUIT, SUBMARINE INCH-POUND A-A-59764 1 February 2005 COMMERCIAL ITEM DESCRIPTION ENSEMBLE, STEAM SUIT, SUBMARINE The General Services Administration has authorized the use of this commercial item description, for all

More information

ALASKA. Request for. the following: 3277 West ship. Creek Ave. submitting. your. Offeror s Name b.) c.) a.) Project title.

ALASKA. Request for. the following: 3277 West ship. Creek Ave. submitting. your. Offeror s Name b.) c.) a.) Project title. ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 August 4, 2017 Request for Quote #17-205429 The Alaska Railroad Corporation (ARRC) is soliciting bid from interested concerns for

More information

Colour Plotter / Scanner

Colour Plotter / Scanner Colour Plotter / Scanner Request for Quotes 2018-COMP-01 A project for The Corporation of The City of Thorold SUBMISSION DUE DATE: 2:00 pm Tuesday March 27, 2018 ALL INQUIRIES TO BE DIRECTED TO: Matt Watson

More information

City Of Hammond Purchasing Department. RFP # For Fire Gear Base Set; PX Series Fire Helmet; Gauntlet Gloves; Haix - Xtreme

City Of Hammond Purchasing Department. RFP # For Fire Gear Base Set; PX Series Fire Helmet; Gauntlet Gloves; Haix - Xtreme City Of Hammond Purchasing Department RFP # 16-26 For Fire Gear Base Set; PX Series Fire Helmet; Gauntlet Gloves; Haix - Xtreme Sealed Bids Shall Be Received by the Purchasing Department, City of Hammond

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

CITY OF HOPKINSVILLE

CITY OF HOPKINSVILLE CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241 TITLE: HOPKINSVILLE CHRISTIAN COUNTY EMERGENCY COMMUNICATIONS CENTER (ECC)

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

Request for Bids Capital Region Airport Authority

Request for Bids Capital Region Airport Authority Request for Bids Capital Region Airport Authority Bid Number 18-02 RFB Title Runway De-Icing Fluid Issue Date September 24, 2018 Purpose Deadline for Bid Submissions Submit Bid to This Address Required

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 ryped by: DATE Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 nm 11/15/2016 4982 Buyer:003 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor,

More information

INVITATION TO BID B I D F O R M. Please submit bid on or before 1:15 pm 101 North Halagueno Street May 30, 2014, at the office of the

INVITATION TO BID B I D F O R M. Please submit bid on or before 1:15 pm 101 North Halagueno Street May 30, 2014, at the office of the BID NO.: 2014-37 INVITATION TO BID B I D F O R M Refuse Containers, Roll-Out Refuse Containers, Lids, Lid Assemblies, Front & Rear Replacement Lids, Piano and Loop Hinges City of Carlsbad Please submit

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO I. INVITATION AND INTENT The City of Salida invites all interested, qualified persons or firms capable of providing

More information

City of Greenville 411 S. Lafayette St. Greenville, MI Phone Fax

City of Greenville 411 S. Lafayette St. Greenville, MI Phone Fax City of Greenville 411 S. Lafayette St. Greenville, MI 48838 616.754.8887 Phone 616.754.5885 Fax REQUEST FOR QUOTE GREENVILLE AREA COMMUNITY CENTER (GACC) THEATRE SEATING & FLOORCOVERING PROJECT The City

More information