Three Year Contract for Work Uniforms for the Water Dept.

expired opportunity(Expired)
From: Louisiana(State)
JPP-50-00143844

Basic Details

started - 15 Nov, 2023 (5 months ago)

Start Date

15 Nov, 2023 (5 months ago)
due - 30 Nov, 2023 (5 months ago)

Due Date

30 Nov, 2023 (5 months ago)
Bid Notification

Type

Bid Notification
JPP-50-00143844

Identifier

JPP-50-00143844
State of Louisiana

Customer / Agency

State of Louisiana

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Bid Number 50-00143844 Three (3) Year Contract for Work Uniforms on an as needed basis for the Jefferson Parish Water Department BID DUE: November 30, 2023 AT 2:00 P.M. ATTENTION VENDORS!!! Please review all pages and respond accordingly, complying with all provisions in the technical specifications and Jefferson Parish Instructions for Bidders and General Terms and Conditions. All bids must be received on the Purchasing Department’s eProcurement site, www.jeffparishbids.net, by the bid due date and time. Late bids will not be accepted. Jefferson Parish Purchasing Department 200 Derbigny Street General Government Building, Suite 4400 Gretna, LA 70053 Buyer Name: Doris Abraham Buyer Email: DABRAHAM@jeffparish.net Buyer Phone: 504-364-2690 http://www.jeffparishbids.net/
mailto:DABRAHAM@jeffparish.net Bid Specifications for Bid No. 50-00143844 Page 1 of 3 JEFFERSON PARISH WATER DEPT. UNIFORMS Three (3) year contract for work uniforms on an as needed basis for Jefferson Parish Water Department. Water Department employees that are required to wear uniforms to perform their daily work, receive a maximum of 5 uniforms per year. As needed means, the uniforms will be ordered by each area of the Water Department as they have the need to order them. The successful bidder may receive an order for mass uniforms or may receive an order for very few uniforms. The quantities listed on the bid form are listed as (1), but more or less of each item could be purchased during the contract. All bidders: • Must indicate on their bid form if they will have a minimum order clause for any of the line items on this contract. • A material sample shall be provided upon request. • Must have a local storefront that provides sales and sizing services. • Must provide hemming services at local storefront. • Must provide embroidery at local storefront • Shipping and handling must be included in the bid price • Note: Item No. 0010 – Jefferson Parish Circle Logo is the only logo that shall be accepted (with either “Department of Water” or “Water Quality Lab” on lower portion of circle). Only exception is the rectangular “Director Logo”. Logo: Successful bidder will supply a sample logo for the Water Department’s approval. Hats: “Jefferson Parish Department of Water” or “Jefferson Parish Water Quality Lab” circle logo will need to be embroidered on the hat. Fitting: Successful bidder will be required to perform fittings at the Water Department area locations. Each area will have appointment times set up with the successful bidder. The appointment times will be required to be during the Water Department area’s normal business hours. Business hours vary by area. Bid Specifications for Bid No. 50-00143844 Page 2 of 3 New Hire Fitting: Successful bidder will be required to perform fittings of new hires at the vendor’s facility if only one or two employees. If we have mass of new hired employee’s the successful bidder will be required to make an appointment with the department to perform the fitting on Water Department’s area locations. Alterations: Any alterations or fitting services shall be included in the unit price of the garment, to assure a proper fitting garment, such as hems, inseams and other alterations as needed in regular fitting situations. Sample Uniform: Sample uniforms must be furnished upon request, at no additional charge to the Water Department. Defects: All defective uniforms must be replaced at no additional charge to the Water Department. Sizing: All garments must be in United States Sizes. Colors available for this contract should be as follows: Pants: Navy Blue. Button-up Shirts: Light Blue, White T-shirts: Light Blue, White, Safety Green, Pink Polo Shirts: ASSORTED COLORS Dri-Mesh Polo: ASSORTED COLORS Jackets: Navy Blue Sweaters: ASSORTED COLORS Caps: Navy Blue Hats: Navy Blue WATER DEPARTMENT AREAS: BLOCK LETTERS TO READ: WATER PLANT (EB & WB) WATER PLANT OUTSIDE MAINTENANCE (EB & WB) OUTSIDE MAINTENANCE UTILITY SERVICES (EB & WB) UTILITY SERVICES WATER QUALITY LAB WATER QUALITY LAB ADMINISTRATION ADMINISTRATION Bid Specifications for Bid No. 50-00143844 Page 3 of 3 EXAMPLES OF LOGOs (All shirts need 3 colors) EMBROIDERY WATER QUALITY LAB LOGO Exception: DIRECTOR OF WATER DEPARTMENT LOGO (ALL WHITE LETTERS WITH LIGHT BLUE WATER) (NO DEPARTMENT OR NAME NEEDED) DIRECTOR OF WATER DEPARTMENT LOGO INVITATION TO BID THIS IS NOT AN ORDERDATE: BID NO.: 11/15/2023 50-00143844 Page: 1 LATE BIDS WILL NOT BE ACCEPTED NOTE: ONLY BIDS WRITTEN IN INK OR TYPEWRITTEN, AND PROPERLY SIGNED BY A MEMBER OF THE FIRM OR AUTHORIZED REPRESENTATIVE, WILL BE ACCEPTED. PENCIL AND/OR PHOTOSTATIC FIGURES OR SIGNATURES SHALL RESULT IN BID REJECTION. HOWEVER, ELECTRONIC SIGNATURES AS DEFINED IN LSA - R.S. 9:2620(8) ARE ACCEPTABLE. SIGNATURE MUST BE A SECURED DIGITAL SIGNATURE. Visit our website at HTTP://PURCHASING.JEFFPARISH.NET JEFFERSON PARISH PURCHASING DEPARTMENT P.O. BOX 9 GRETNA, LA. 70054-0009 504-364-2678 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS THE FOLLOWING INSTRUCTIONS APPLY TO ALL BIDS PURCHASING SPECIALIST: All bids submitted are subject to these instructions and general conditions and any special conditions and specifications contained herein, all of which are made part of this bid proposal reference. By submitting a bid, vendor agrees to comply with all provisions of Louisiana Law as well be in compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish Resolution No. 136353 and/or Resolution No. 141125 as amended. Jefferson Parish adheres to the Louisiana Code of Governmental Ethics, contained in Louisiana Revised Statutes Annotated, R.S. 42:1101, et seq. Vendor/Proposer by this submission, warrants that there are no "conflicts of interest" related to this procurement that would violate applicable Louisiana Law. Violation of the Louisiana Code of Governmental Ethics may result in rescission of contract, permit or licenses, and the imposition of fines and/or penalties, without contractual liability to the public in accordance with applicable law. All vendors submitting bids should register as a Jefferson Parish vendor if not already yet registered. Registration forms may be downloaded from http://purchasing.jeffparish.net and by clicking on Vendor Information. Current W-9 forms with respective Tax Identification numbers and vendor applications may be submitted at any time; however, if your company is not registered and/or a current W-9 form is not on file, vendor registration is mandatory. Vendors may experience a delay in payment if your company is not a registered vendor with Jefferson Parish. All quotations shall be based on F.O.B. Agency warehouse or job site, anywhere within the Parish as designated by the Purchasing Department. This provision does not apply to public works projects JEFFERSON PARISH requires all products to be new (current) and all work must be performed according to standard practices for the project. Unless otherwise specified, no aftermarket parts will be accepted. Unless otherwise specified, all workmanship and materials must have at least one (1) year guaranty, in writing, from the date of delivery and/or acceptance of the project. Any deviations or alterations from the specifications must be indicated and/or supporting documentation supplied with bid submission. Bidders should submit all questions in writing via email to the Purchasing Specialist’s email address as indicated above, no later than Five (5) working days prior to the bid opening. Bid numbers should be mentioned in all requests. If submitting online, vendors may send questions via the E-Procurement site no later than Five (5) working days prior to the bid opening. If this bid requires a pre-bid conference (see Additional Requirements section), bidders are advised that such conference will be held to allow bidders the opportunity to identify any discrepancies in the bid specifications and seek further clarification regarding instructions. The Purchasing Department will issue a written response to bidders’ questions in the form of an Addendum. Please note that all official communication will be expressed in the form of an addendum. 2:00 PM, 11/30/2023BIDS WILL BE RECEIVED ONLINE VIA WWW.JEFFPARISHBIDS.NET UNTIL DABRAHAM@jeffparish.net AND PUBLICLY OPENED THEREAFTER IN THE WEST BANK PURCHASING DEPT, SUITE 4400, JEFFERSON PARISH GENERAL GOVERNMENT BUILDING, 200 DERBIGNY STREET, GRETNA, LA 70053. At no charge, bidders are to submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. Additional instructions are included in the text box highlighting electronic procurement. DATE: BID NO.: 11/15/2023 50-00143844 Page: 2 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS A. AWARD OF CONTRACT: JEFFERSON PARISH reserves the right to award contracts or place orders on a lump sum or individual item basis, or such combination, as shall in its judgment be in the best interest of JEFFERSON PARISH. Every contract or order shall be awarded to the LOWEST RESPONSIVE and RESPONSIBLE BIDDER, taking into consideration the CONFORMITY WITH THE SPECIFICATIONS and the DELIVERY AND/OR COMPLETION DATE. SPLIT AWARDS MADE TO SEVERAL VENDORS WILL ONLY BE GRANTED TO THOSE DEEMED RESPONSIVE AND RESPONSIBLE. All bid prices shall remain valid for 45 days. Jefferson Parish and the lowest responsive and responsible bidder(s) by mutual written consent may mutually agree to extend the deadline for award by one (1) or more extensions of thirty (30) calendar days. PROTESTS: Only those vendors that submit bids in response to this solicitation may protest any element of the procurement, in writing to the Director of the Purchasing Department. Written protest must be received within 48 hours of the release of the bid tabulation by the Purchasing Department. After consultation, the Parish Attorney’s Office will then respond to protests in writing. (For more information, please see Chapter 2, Article VII, Division 2, Sec. 2-914.1 of the Jefferson Parish Code of Ordinances.) PREFERENCE: Unless federal funding is directly spent by Jefferson Parish for this purchase, preference is hereby given to materials, supplies, and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside the state. “LSA – R.S. 38:2251-2261” B. USE OF BRAND NAMES AND STOCK NUMBERS: Where brand names and stock numbers are specified, it is for the purpose of establishing certain minimum standards of quality. Bids may be submitted for products of equal quality, provided brand names and stock numbers are specified. Complete product data may be required prior to award. C. CANCELLATION OF CONTRACT: JEFFERSON PARISH reserves the right to cancel all or any part if not shipped promptly. No charges will be allowed for parking or cartage unless specified in quotation. The order must not be filled at a higher price than quoted. JEFFERSON PARISH reserves the right to cancel any contract at anytime and for any reason by issuing a THIRTY (30) day written notice to the contractor. For good cause and as consideration for executing a contract with Jefferson Parish, vendor conveys, sells, assigns and transfers to Jefferson Parish or its assigns all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the State of Louisiana, relating to the particular good or services purchased or acquired by Jefferson Parish. D. PRICES: Jefferson Parish is exempt from paying sales tax under LSA-R.S. 47:301 (8)(c). All prices for purchases by Jefferson Parish of supplies and materials shall be quoted in the unit of measure specified and unless otherwise specified, shall be exclusive of state and local taxes. The price quoted for work shall be stated in figures. In the event there is a difference in unit prices and totals, the unit price shall prevail. Quantities listed are for bidding purposes only. Actual requirements may be more or less than quantities listed. Bidders are not to exclude from participation in, deny the benefits of, or subject to discrimination under any program or activity, any person in the United States on the grounds of race, color, national origin, or sex; nor discriminate on the basis of age under the Age Discrimination Act of 1975, or with respect to an otherwise qualified handicapped individual as provided in Section 504 of the Rehabilitation Act of 1973, or on the basis of religion, except that any exemption from such prohibition against discrimination on the basis of religion as provided in the Civil Rights Act of 1964, or Title VI and VII of the Act of April 11, 1968, shall also apply. This assurance includes compliance with the administrative requirements of the Revenue Sharing final handicapped discrimination provisions contained in Section 51.55 (c), (d), (e), and (k)(5) of the Regulations. New construction or renovation projects must comply with Section 504 of the 1973 Rehabilitation Act, as amended, in accordance with the American National Standard Institute’s specifications (ANSI A17.1-1961). NOTE: A sample corporate resolution can be downloaded from our website http://purchasing.jeffparish.net or you may provide your own document. A sample certification of sole proprietorship can also be downloaded from our website http://purchasing.jeffparish.net or you may provide your own document. All formal Addenda require written acknowledgement on the bid form by the bidder. Failure to acknowledge any Addendum on the bid form shall cause the bid to be rejected. JEFFERSON PARISH reserves the right to award bid to next lowest responsive and responsible bidder in this event. JEFFERSON PARISH will accept one price for each item unless otherwise indicated. Two or more prices for one item will result in bid rejection. Bidders are required to complete, sign and return the bid form and/or complete and return the associated line item pricing forms as indicated. Vendors must not alter the bid forms. Doing so will cause the bid to be rejected. A corporate resolution or written evidence of the individual signing the bid having such authority must be submitted with the bid. Failure to comply will cause bid to be rejected. For corporate entities, such written evidence may be a printout of the Louisiana Secretary of State’s website listing the signatory as an officer. Such printout shall be included with the bid submission. Bids submitted by Owners or Sole Proprietorships must include certification that he or she owns the entity for which the bid is signed. This documentation must be submitted with the bid. Failure to do so will result in bid rejection. ADDITIONAL REQUIREMENTS FOR THIS BID PLEASE MATCH THE NUMBERS PRINTED IN THIS BOX WITH THE CORRESPONDING INSTRUCTIONS BELOW. 10, 12, 13, 15 The general specifications for construction projects and the purchase of materials, services and/or supplies are those adopted by the JEFFERSON PARISH Council by Resolution No. 136353 or 141125 as amended. The general conditions adopted by this resolution shall be considered as much a part of this document as if they were written wholly herein. A copy may be obtained from the Office of the Parish Clerk, Suite 6700, Jefferson Parish General Government Building, 200 Derbigny Street, Gretna, LA 70053. You may also obtain a copy by visiting the Purchasing Department webpage at http://purchasing.jeffparish.net and clicking on Online Forms. IN ACCORDANCE WITH STATE REGULATIONS JEFFERSON PARISH OFFERS ELECTRONIC PROCUREMENT TO ALL VENDORS This electronic procurement system allows vendors the convenience of reviewing and submitting bids online. This is a secure site and authorized personnel have limited read access only. Bidders are to submit electronically using this free service; while the website accepts various file types, one single PDF file containing all appropriate and required bid documents is preferred. Bidders submitting uploaded images of bid responses are solely responsible for clarity. If uploaded images/documents are not legible, then bidder’s submission will be rejected. Please note all requirements contained in this bid package for electronic bid submission. Please visit our E-Procurement Page at www.jeffparishbids.net to register and view Jefferson Parish solicitations. For more information, please visit the Purchasing Department page at http://purchasing.jeffparish.net. DATE: BID NO.: 11/15/2023 50-00143844 Page: 3INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs. The purpose and intention of this invitation to bid is to afford all suppliers an equal opportunity to bid on all construction, maintenance, repair, operating supplies and/or equipment listed in this bid proposal. JEFFERSON PARISH WILL ACCEPT ONE BID ONLY FROM EACH VENDOR. Items bid must meet specifications. Advertised bids will be tabulated and a copy of the tabulation will be forwarded to each responding bidder. 1. All bidders must attend the MANDATORY pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LSA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the MANDATORY pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project. 2. Attendance to this pre-bid conference is optional. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. 3. Contractor must hold current applicable JEFFERSON PARISH licenses with the Department of Inspection and Code Enforcement. Contractor shall obtain any and all permits required by the JEFFERSON PARISH Department of Inspection and Code Enforcement. The contractor shall be responsible for the payment of these permits. All permits must be obtained prior to the start of the project. Contractor must also hold any and all applicable Federal and State licenses. Contractor shall be responsible for the payment of these permits and shall obtain them prior to the start of the project. DATE: BID NO.: 11/15/2023 50-00143844 Page: 4 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS 4. A LA State Contractor’s License will be required in accordance with LSA R.S. 37-2150 et. seq. and such license number will be shown on the outside of the bid electronic envelope. Failure to comply will cause the bid to be rejected. When submitting the bid electronically, the license number must be entered in the appropriate field in the electronic procurement system. Failure to comply will cause the bid to be rejected. 5. It is the bidder’s responsibility to visit the job site and evaluate the job before submitting a bid. 6. Job site must be clean and free of all litter and debris daily and upon completion of the contract. Passageways must be kept clean and free of material, equipment, and debris at all times. Flammable material must be removed from the job site daily because storage will not be permitted on the premises. Precaution must be exercised at all times to safeguard the welfare of JEFFERSON PARISH and the general public. 7. PUBLIC WORKS BIDS: All awards for public works in excess of $5,000.00 will be reduced to a formal contract which shall be recorded at the contractor’s expense with the Clerk of Court and Ex-Officio Recorder of Mortgages for the Parish of Jefferson. A price list of recordation costs may be obtained from the Clerk of Court and Ex-Officio Recorder of Mortgages for the Parish of Jefferson. All awards in excess of $25,000.00 will require both a performance and a payment bond. Unless otherwise stated in the bid specifications, the performance bond requirements shall be 100% of the contract price. Unless otherwise state in the bid specifications, the payment bond requirements shall be 100% of the contract price. Both bonds shall be supplied at the signing of the contract. 8. NON-PUBLIC WORKS BIDS: A performance bond will be required for this bid. The amount of the bond will be 100% of the contract price unless otherwise indicated in the specifications. The performance bond shall be supplied at the signing of the contract. 9. NON-PUBLIC WORKS BIDS: A payment bond will be required for this bid. The amount of the bond will be 100% of the contract price unless otherwise indicated in the specifications. The payment bond shall be supplied at the signing of the contract. 10. All bidders must comply with the requirements stated in the attached “Standard Insurance Requirements” sheet attached to this bid solicitation. Failure to comply with this instruction will result in bid rejection. 11. A bid bond will be required with bid submission in the amount of 5% of the total bid, unless otherwise stated in the bid specifications. All sureties must be in original format (no copies) When submitting a bid online, vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. 12. This is a requirements contract to be provided on an as needed basis. JEFFERSON PARISH makes no representations on warranties with regard to minimum guaranteed quantities unless otherwise stated in the bid specifications. 13. Freight charges should be included in total cost when quoting. If not quoted FOB DELIVERED, freight must be quoted as a separate item. Bid may be rejected if not quoted FOB DELIVERED or if freight charges are not indicated on bid form. 14. PUBLIC WORKS BIDS - Completed, Signed and Properly Notarized Affidavits Required; This applies to all solicitations for construction, alteration or demolition of public buildings or projects, in conformity with the provisions contained in LSA-RS 38:2212.9, LSA-RS 38:2212.10, LSA-RS 38:2224, and Sec 2-923.1 of the Jefferson Parish Code of Ordinances. For bidding purposes, all bidders must submit with bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavits, including: Non-Conviction Affidavit, Non-Collusion Affidavit, Campaign Contribution Affidavit, Debt Disclosures Affidavit and E-Verify Affidavit. For the convenience of vendors, all affidavits have been combined into one form entitled PUBLIC WORKS BID AFFIDAVIT. This affidavit must be submitted in its original format, and without material alteration, in order to be compliant and for the bid to be considered responsive. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid, however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. It shall be the duty of every parish officer, employee, department, agency, special district, board, and commission: and the duty of every contractor, subcontractor, and licensee of the parish, and the duty of every applicant for certification of eligibility for a parish contract or program, to cooperate with the Inspector General in any investigation, audit, inspection, performance review, or hearing pursuant to JPCO 2-155.10(19). By signing this document, every corporation, partnership, or person contracting with PARISH, whether by cooperative endeavor, intergovernmental agreement, bid, proposal, application or solicitation for a parish contract, and every application for certification of eligibility for a parish contract or program, attests that it understands and will abide by all provisions of JPCO 2-155.10. See Page 1 for Conflicts of Interest Statement 15. NON PUBLIC WORK BIDS - Completed, Signed and Properly Notarized Affidavits Required in conformity with the provisions contained in LSA – RS 38:2224 and Sec 2-923.1 of the Jefferson Parish Code of Ordinances. For bidding purposes, all bidders must submit with bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavits, including: Non-Collusion Affidavit, Debt Disclosures Affidavit and Campaign Contribution Affidavit. For the convenience of vendors, all affidavits have been combined into one form entitled NON PUBLIC WORKS BID AFFIDAVIT. This affidavit must be submitted in its original format, and without material alteration, in order to be compliant and for the bid to be considered responsive. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid, however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. 16. The ensuing contract for this bid solicitation may be eligible for FEMA reimbursement and/or Federal funding/reimbursement. As such, the referenced appendix will be applicable accordingly and shall be considered a part of the bid documents. All applicable certifications must be duly completed, signed and submitted as per the appendix instructions. Failure to submit applicable certifications per the appendix instructions will result in bid rejection. 17. For this project, the Contractor shall not pay any state or local sales or use taxes on materials and equipment which are affixed and made part of the immovable property of the project or which is permanently incorporated in the project (hereinafter referred to as "applicable materials and equipment."). All purchases of applicable materials or equipment shall be made by the contractor on behalf of and as the agent of Jefferson Parish (Owner), a political subdivision of the State of Louisiana. No state and local sales and use taxes are owed on applicable materials and equipment under the provisions of Act 1029 of the 1991 Regular Session - Louisiana Revised Statute 47:301(8)(c). Owner will furnish to contractor a certificate form which certifies that Owner is not required to pay such state or local sales and use taxes, and contractor shall furnish a copy of such certificate to all vendors or suppliers of the applicable materials and equipment, and report to Owner the amount of taxes not incurred. DATE: BID NO.: 11/15/2023 50-00143844 Page: 5 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS All Public Work Projects are required to use the Louisiana Uniform Public Work Bid Form DATE: BID NO.: DELIVERY: FOB JEFFERSON PARISH INDICATE DELIVERY DATE ON EQUIPMENT AND SUPPLIES FIRM NAME: ADDRESS: CITY, STATE: ZIP: FAX:( )TELEPHONE: ( ) EMAIL ADDRESS: AUTHORIZED SIGNATURE: Printed Name TITLE: TOTAL PRICE OF ALL BID ITEMS: $ 11/15/2023 50-00143844 LOUISIANA CONTRACTOR’S LICENSE NO.: (if applicable) NOTE: All bids should be returned with the BID NUMBER and BID OPENING DATE indicated on the outside of the envelope submitted to the Purchasing Department. All prices must be held firm unless an escalation provision is requested in this bid. Jefferson Parish will allow one escalation during the term of the contract, which may not exceed the U.S. Bureau of Labor Statistics National Index for all Urban Consumers, unadjusted 12 month figure. The most recently published figure issued at the time an adjustment is requested will be used. A request must be made in writing by the vendor, and the escalation will only be applied to purchases made after the request is made. Are you requesting an escalation provision? YES _______________ NO ______________ MAXIMUM ESCALATION PERCENTAGE REQUESTED __________% INITIAL BID PRICES WILL REMAIN FIRM THROUGH THE DATE OF _________________________. For the purposes of comparison of bids when an escalation provision is requested, Jefferson Parish will apply the maximum escalation percentage quoted by the bidder to the period to which it is applied in the bid. The initial price and the escalation will be used to calculate the total bid price. It will be assumed,for comparison of prices only, that an equal amount of material or labor is purchased each month throughout the entire contract. SIGNING INDICATES YOU HAVE READ AND COMPLY WITH THE INSTRUCTIONS AND CONDITIONS. Page: 6 NUMBER:Acknowledge Receipt of Addenda: NUMBER: NUMBER: NUMBER: BID FORM Non Public Works In the event that addenda are issued with this bid, bidders MUST acknowledge all addenda on the bid form.Bidder must acknowledge receipt of an addendum on the bid form by placing the addendum number as indicated. Failure to acknowledge any addendum on the bid form will result in bid rejection. THIS SECTION MUST BE COMPLETED BY BIDDER: INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 7 1.00 1.00 1.00 1.00 1.00 1.00 1 2 3 4 5 6 EA EA EA EA EA EA Three (3) Year Contract for Work Uniforms on as an needed basis for the Jefferson Parish Water Department 0010 JEFFERSON PARISH CIRCLE LOGO WITH "JEFFERSON PARISH" "DEPARTMENT OF WATER" -OR- "JEFFERSON PARISH" "WATER QUALITY LAB" APPROXIMATELY 3" X 3" ROUND DIRECTLY EMBROIDERED ONTO GARMENT. -EXCEPTION- FOR DIRECTOR-RECTANGULAR LOGO (IN WHITE/ LIGHT BLUE WATER--"Jefferson Parish" AND "State of Louisiana") EMBROIDERY COLORS FOR ROUND JP LOGO ARE: LIGHT COLOR SHIRTS: NAVY BLUE, LIGHT BLUE WATER, AND WHITE LETTERING DARK COLOR SHIRTS: WHITE, LIGHT BLUE WATER, AND NAVY BLUE LETTERING 0020 EMPLOYEE NAME APPROXIMATELY .4"-.5" HEIGHT (PROPORTIONAL TO LENGTH OF NAME) WITH ALL CAPITAL LETTERS (FONT TO MATCH LETTERING ON LOGO) TO BE DIRECTLY EMBROIDERED ONTO GARMENT. COLOR: TO MATCH BACKGROUND OF EITHER NAVY BLUE OR WHITE 0030 WATER DEPT. AREA NAME APPROXIMATELY 3" WIDE (HEIGHT TO BE PROPORTIONAL TO WIDTH) WITH ALL CAPITAL LETTERS (FONT TO MATCH LETTERING ON LOGO) TO BE DIRECTLY EMBROIDERED ONTO GARMENT (JUST UNDER LOGO) COLOR: TO MATCH BACKGROUND OF EITHER NAVY BLUE OR WHITE 0040 SILK SCREENING - 3 COLORS COLORS: NAVY BLUE, LIGHT BLUE, WHITE 1 LOGO 2 LOCATIONS (POCKET AREA & ON BACK) 0050 SET-UP CHARGE FOR LOGO EMBROIDERED FOR EACH DEPARTMENT AREA 0060 SET-UP FEE FOR SILK SCREENING OF LOGO (PER DESIGN) $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 8 1.00 1.00 1.00 1.00 1.00 1.00 7 8 9 10 11 12 EA EA EA EA EA EA 0070 MENS SHORT SLEEVE SHIRT 65/35, POLY/COTTON, 4.5 OZ., WITH POCKETS RED KAP SP24 SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE OR WHITE 0080 MENS SHORT SLEEVE SHIRT 65/35, POLY/COTTON, 4.5 OZ., WITH POCKETS RED KAP SP24 SIZE: 2XL COLORS: LIGHT BLUE OR WHITE 0090 MENS SHORT SLEEVE SHIRT 65/35, POLY/COTTON, 4.5 OZ., WITH POCKETS RED KAP SP24 SIZE: 3XL COLORS: LIGHT BLUE OR WHITE 0100 MENS SHORT SLEEVE SHIRT 65/35, POLY/COTTON, 4.5 OZ., WITH POCKETS RED KAP SP24 SIZE: 4XL COLORS: LIGHT BLUE OR WHITE 0110 MENS SHORT SLEEVE SHIRT 65/35, POLY/COTTON, 4.5 OZ., WITH POCKETS RED KAP SP24 SIZE: 5XL - LARGEST AVAILABLE COLORS: LIGHT BLUE OR WHITE 0120 MENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON 4.25 OZ. WITH $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 9 1.00 1.00 1.00 1.00 1.00 13 14 15 16 17 EA EA EA EA EA POCKETS RED KAP SP14 SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE OR WHITE 0130 MENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON 4.25 OZ. WITH POCKETS RED KAP SP14 SIZE: 2XL COLORS: LIGHT BLUE OR WHITE 0140 MENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON 4.25 OZ. WITH POCKETS RED KAP SP14 SIZE: 3XL COLORS: LIGHT BLUE OR WHITE 0150 MENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON 4.25 OZ. WITH POCKETS RED KAP SP14 SIZE: 4XL COLORS: LIGHT BLUE OR WHITE 0160 MENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON 4.25 OZ. WITH POCKETS RED KAP SP14 SIZE: 5XL - LARGEST AVAILABLE COLORS: LIGHT BLUE OR WHITE 0170 MENS SHORT SLEEVE UNIFORM SHIRT 100% WRINKLE RESISTANT COTTON 6 OZ. WITH POCKETS $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 10 1.00 1.00 1.00 1.00 1.00 18 19 20 21 22 EA EA EA EA EA RED KAP SC40 SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE OR WHITE 0180 MENS SHORT SLEEVE UNIFORM SHIRT 100% WRINKLE RESISTANT COTTON 6 OZ. WITH POCKETS RED KAP SC40 SIZE: 2XL COLORS: LIGHT BLUE OR WHITE 0190 MENS SHORT SLEEVE UNIFORM SHIRT 100% WRINKLE RESISTANT COTTON 6 OZ. WITH POCKETS RED KAP SC40 SIZE: 3XL COLORS: LIGHT BLUE OR WHITE 0200 MENS SHORT SLEEVE UNIFORM SHIRT 100% WRINKLE RESISTANT COTTON 6 OZ. WITH POCKETS RED KAP SC40 SIZE: 4XL COLORS: LIGHT BLUE OR WHITE 0210 MENS SHORT SLEEVE UNIFORM SHIRT 100% WRINKLE RESISTANT COTTON 6 OZ. WITH POCKETS RED KAP SC40 SIZE: 5XL - LARGEST AVAILABLE COLORS: LIGHT BLUE OR WHITE 0220 MENS LONG SLEEVE UNIFORM SHIRT 100% COTTON 6 OZ. WITH POCKETS RED KAP SC30 $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 11 1.00 1.00 1.00 1.00 1.00 1.00 23 24 25 26 27 28 EA EA EA EA EA EA SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE OR WHITE 0230 MENS LONG SLEEVE UNIFORM SHIRT 100% COTTON 6 OZ. WITH POCKETS RED KAP SC30 SIZE: 2XL COLORS: LIGHT BLUE OR WHITE 0240 MENS LONG SLEEVE UNIFORM SHIRT 100% COTTON 6 OZ. WITH POCKETS RED KAP SC30 SIZE: 3XL COLORS: LIGHT BLUE OR WHITE 0250 MENS LONG SLEEVE UNIFORM SHIRT 100% COTTON 6 OZ. WITH POCKETS RED KAP SC30 SIZE: 4XL COLORS: LIGHT BLUE OR WHITE 0260 MENS LONG SLEEVE UNIFORM SHIRT 100% COTTON 6 OZ. WITH POCKETS RED KAP SC30 SIZE: 5XL - LARGEST AVAILABLE COLORS: LIGHT BLUE OR WHITE 0270 POLO SHORT SLEEVE SHIRTS RIB KNIT NO CURL COLLAR 3 BUTTON PLACKET BLENDED 60/40 COTTON/POLY PIQUE WITH POCKET BLUE GENERATION BG-7206 SIZE: X-SMALL - X-LARGE COLORS: ASSORTED COLORS 0280 OXFORD LONG SLEEVE SHIRT MADE FROM A 60% COTTON/40% POLYESTER BLEND $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 12 1.00 1.00 1.00 1.00 1.00 29 30 31 32 33 EA EA EA EA EA BLUE GENERATION BG-8214 SIZE: SMALL - X-LARGE COLORS: ASSORTED COLORS 0290 POLO SHIRT WITH SHORT SLEEVES AND POCKET,5.5 OZ., 50/50 COTTON/POLY, MATCHING 3 BUTTON PLACKET PORT & COMPANY KP55P SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE OR WHITE 0300 POLO SHIRT WITH SHORT SLEEVES AND POCKET,5.5 OZ., 50/50 COTTON/POLY, MATCHING 3 BUTTON PLACKET PORT & COMPANY KP55P SIZE: 2XL COLORS: LIGHT BLUE OR WHITE 0310 POLO SHIRT WITH SHORT SLEEVES AND POCKET,5.5 OZ., 50/50 COTTON/POLY, MATCHING 3 BUTTON PLACKET PORT & COMPANY KP55P SIZE: 3XL COLORS: LIGHT BLUE OR WHITE 0320 POLO SHIRT WITH SHORT SLEEVES AND POCKET,5.5 OZ., 50/50 COTTON/POLY, MATCHING 3 BUTTON PLACKET PORT & COMPANY KP55P SIZE: 4XL COLORS: LIGHT BLUE OR WHITE 0330 POLO SHIRT WITH SHORT SLEEVES AND POCKET,5.5 OZ., 50/50 COTTON/POLY, MATCHING 3 BUTTON PLACKET $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 13 1.00 1.00 1.00 1.00 1.00 34 35 36 37 38 EA EA EA EA EA PORT & COMPANY KP55P SIZE: 5XL - LARGEST AVAILABLE COLORS: LIGHT BLUE OR WHITE 0340 MENS DRI-MESH POLO (NO POCKET) 100% MOISTURE WICKING POLY, 4 OZ. TAG FREE, 3 BUTTON PLACKET WITH MATCHED BUTTONS PORT AUTHORITY K540 SIZE: X-SMALL - X-LARGE COLORS: ASSORTED 0350 MENS DRI-MESH POLO (NO POCKET) 100% MOISTURE WICKING POLY, 4 OZ. TAG FREE, 3 BUTTON PLACKET WITH MATCHED BUTTONS PORT AUTHORITY K540 SIZE: 2XL COLORS: ASSORTED 0360 MENS DRI-MESH POLO (NO POCKET) 100% MOISTURE WICKING POLY, 4 OZ. TAG FREE, 3 BUTTON PLACKET WITH MATCHED BUTTONS PORT AUTHORITY K540 SIZE: 3XL COLORS: ASSORTED 0370 MENS DRI-MESH POLO (NO POCKET) 100% MOISTURE WICKING POLY, 4 OZ. TAG FREE, 3 BUTTON PLACKET WITH MATCHED BUTTONS PORT AUTHORITY K540 SIZE: 4XL COLORS: ASSORTED 0380 MENS DRI-MESH POLO (NO POCKET) 100% MOISTURE WICKING POLY, 4 OZ. $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 14 1.00 1.00 1.00 1.00 1.00 39 40 41 42 43 EA EA EA EA EA TAG FREE, 3 BUTTON PLACKET WITH MATCHED BUTTONS PORT AUTHORITY K540 SIZE: 5XL - LARGEST AVAILABLE COLORS: ASSORTED 0390 MENS DRI-MESH POLO WITH POCKET 100% MOISTURE WICKING POLY, 3.9 OZ. PORT AUTHORITY K540P SIZE: X-SMALL - X-LARGE COLORS: ASSORTED 0400 MENS DRI-MESH POLO WITH POCKET 100% MOISTURE WICKING POLY, 3.9 OZ. PORT AUTHORITY K540P SIZE: 2X COLORS: ASSORTED 0410 MENS DRI-MESH POLO WITH POCKET 100% MOISTURE WICKING POLY, 3.9 OZ. PORT AUTHORITY K540P SIZE: 3X - 4X COLORS: ASSORTED 0420 MENS DRI-MESH POLO WITH POCKET 100% MOISTURE WICKING POLY, 3.9 OZ. PORT AUTHORITY K540P SIZE: 4X COLORS: ASSORTED 0430 MENS DRI-MESH POLO WITH POCKET 100% MOISTURE WICKING POLY, 3.9 OZ. PORT AUTHORITY K540P SIZE: 5X - LARGEST AVAILABLE $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 15 1.00 1.00 1.00 1.00 1.00 1.00 44 45 46 47 48 49 EA EA EA EA EA EA COLORS: ASSORTED 0440 T-SHIRT, SHORT SLEEVE, 50/50 COTTON/POLY, 5.5 OZ. - NO POCKET PORT & COMPANY PC55 SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0450 T-SHIRT, SHORT SLEEVE, 50/50 COTTON/POLY, 5.5 OZ. - NO POCKET PORT & COMPANY PC55 SIZE: 2XL COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0460 T-SHIRT, SHORT SLEEVE, 50/50 COTTON/POLY, 5.5 OZ. - NO POCKET PORT & COMPANY PC55 SIZE: 3XL COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0470 T-SHIRT, SHORT SLEEVE, 50/50 COTTON/POLY, 5.5 OZ. - NO POCKET PORT & COMPANY PC55 SIZE: 4XL COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0480 T-SHIRT, SHORT SLEEVE, 50/50 COTTON/POLY, 5.5 OZ. - NO POCKET PORT & COMPANY PC55 SIZE: 5XL - LARGEST AVAILABLE COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0490 T-SHIRT SHORT SLEEVE WITH POCKET 50/50 COTTON/POLY, 5.5 OZ. $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 16 1.00 1.00 1.00 1.00 1.00 50 51 52 53 54 EA EA EA EA EA PORT & COMPANY PC55P SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0500 T-SHIRT SHORT SLEEVE WITH POCKET 50/50 COTTON/POLY, 5.5 OZ. PORT & COMPANY PC55P SIZE: 2XL - 3XL COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0510 T-SHIRT SHORT SLEEVE WITH POCKET 50/50 COTTON/POLY, 5.5 OZ. PORT & COMPANY PC55P SIZE: 4XL COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0520 T-SHIRT SHORT SLEEVE WITH POCKET 50/50 COTTON/POLY, 5.5 OZ. PORT & COMPANY PC55P SIZE: 5XL - LARGEST AVAILABLE COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0530 T-SHIRT LONG SLEEVE NO POCKET 50/50 COTTON/POLY BLEND PORT & COMPANY PC55LS SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0540 T-SHIRT LONG SLEEVE NO POCKET 50/50 COTTON/POLY BLEND $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 17 1.00 1.00 1.00 1.00 1.00 55 56 57 58 59 EA EA EA EA EA PORT & COMPANY PC55LS SIZE: 2XL - 3XL COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0550 T-SHIRT LONG SLEEVE NO POCKET 50/50 COTTON/POLY BLEND PORT & COMPANY PC55LS SIZE: 4XL COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0560 T-SHIRT LONG SLEEVE NO POCKET 50/50 COTTON/POLY BLEND PORT & COMPANY PC55LS SIZE: 5XL - LARGEST AVAILABLE COLORS: LIGHT BLUE, WHITE, PINK, OR SAFETY GREEN 0570 MENS TROUSERS NO PLEATS 100% WRINKLE RESISTANT COTTON TWILL 8.5 OZ. RED KAP PC20 SIZE: 28 - 42 COLOR: NAVY BLUE 0580 MENS TROUSERS NO PLEATS 100% WRINKLE RESISTANT COTTON TWILL 8.5 OZ. RED KAP PC20 SIZE: 44 - LARGEST AVAILABLE COLOR: NAVY BLUE 0590 MENS TROUSERS NO PLEATS 35/65 COTTON/POLY, 8 OZ., TWILL RED KAP PT20 $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 18 1.00 1.00 1.00 1.00 1.00 1.00 60 61 62 63 64 65 EA EA EA EA EA EA SIZE: 28 - 42 COLOR NAVY BLUE 0600 MENS TROUSERS NO PLEATS 35/65 COTTON/POLY, 8 OZ., TWILL RED KAP PT20 SIZE: 44 - LARGEST AVAILABLE COLOR NAVY BLUE 0610 MEN’S PLAIN FRONT SHORTS 35/65 COTTON/POLY, 10" INSEAM, 7.5 OZ., TWILL RED KAP PT26 SIZE: 28 - 42 COLOR: NAVY BLUE 0620 MEN’S PLAIN FRONT SHORTS 35/65 COTTON/POLY, 10" INSEAM, 7.5 OZ., TWILL RED KAP PT26 SIZE: 44 - LARGEST AVAILABLE COLOR: NAVY BLUE 0630 FLEECE FULL-ZIP HOODED SWEATSHIRT 50/50 COTTON/POLY, 9 OZ. PORT AND COMPANY PC90ZH SIZE: X-SMALL - X-LARGE COLOR: NAVY BLUE 0640 FLEECE FULL-ZIP HOODED SWEATSHIRT 50/50 COTTON/POLY, 9 OZ. PORT AND COMPANY PC90ZH SIZE: 2XL COLOR: NAVY BLUE 0650 FLEECE FULL-ZIP HOODED SWEATSHIRT 50/50 COTTON/POLY, 9 OZ. $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 19 1.00 1.00 1.00 1.00 1.00 66 67 68 69 70 EA EA EA EA EA PORT AND COMPANY PC90ZH SIZE: 3XL COLOR: NAVY BLUE 0660 FLEECE FULL-ZIP HOODED SWEATSHIRT 50/50 COTTON/POLY, 9 OZ. PORT AND COMPANY PC90ZH SIZE: 4XL COLOR: NAVY BLUE 0670 FLEECE FULL-ZIP HOODED SWEATSHIRT 50/50 COTTON/POLY, 9 OZ. PORT AND COMPANY PC90ZH SIZE: 5XL - LARGEST AVAILABLE COLOR: NAVY BLUE 0680 SOLID TEAM JACKET WITH PERMANENT LINING, 35/65 COTTON/POLY, TWILL, 7.5 OZ RED KAP JT38 SIZE: X-SMALL - X-LARGE COLOR: NAVY BLUE 0690 SOLID TEAM JACKET WITH PERMANENT LINING, 35/65 COTTON/POLY, TWILL, 7.5 OZ RED KAP JT38 SIZE: 2X COLOR: NAVY BLUE 0700 SOLID TEAM JACKET WITH PERMANENT LINING, 35/65 COTTON/POLY, TWILL, 7.5 OZ RED KAP JT38 $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 20 1.00 1.00 1.00 1.00 1.00 1.00 71 72 73 74 75 76 EA EA EA EA EA EA SIZE: 3X COLOR: NAVY BLUE 0710 SOLID TEAM JACKET WITH PERMANENT LINING, 35/65 COTTON/POLY, TWILL, 7.5 OZ RED KAP JT38 SIZE: 4X COLOR: NAVY BLUE 0720 SOLID TEAM JACKET WITH PERMANENT LINING, 35/65 COTTON/POLY, TWILL, 7.5 OZ RED KAP JT38 SIZE: 5X - LARGEST AVAILABLE COLOR: NAVY BLUE 0730 WOMENS SHORT SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ. RED KAP SP23 S/S SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE OR WHITE 0740 WOMENS SHORT SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ. RED KAP SP23 S/S SIZE: 2X COLORS: LIGHT BLUE OR WHITE 0750 WOMENS SHORT SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ. RED KAP SP23 S/S SIZE: 3X COLORS: LIGHT BLUE OR WHITE 0760 WOMENS SHORT SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ. $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 21 1.00 1.00 1.00 1.00 1.00 77 78 79 80 81 EA EA EA EA EA RED KAP SP23 S/S SIZE: 4X COLORS: LIGHT BLUE OR WHITE 0770 WOMENS SHORT SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ. RED KAP SP23 S/S SIZE: 5X - LARGEST AVAILABLE COLORS: LIGHT BLUE OR WHITE 0780 WOMENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ RED KAP SP13 L/S SIZE: X-SMALL - X-LARGE COLORS: LIGHT BLUE OR WHITE 0790 WOMENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ RED KAP SP13 L/S SIZE: 2X COLORS: LIGHT BLUE OR WHITE 0800 WOMENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ RED KAP SP13 L/S SIZE: 3X COLORS: LIGHT BLUE OR WHITE 0810 WOMENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ RED KAP SP13 L/S SIZE: 4X COLORS: LIGHT BLUE OR WHITE $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 22 1.00 1.00 1.00 1.00 1.00 1.00 1.00 82 83 84 85 86 87 88 EA EA EA EA EA EA EA 0820 WOMENS LONG SLEEVE UNIFORM SHIRT 65/35 POLY/COTTON, 4.25 OZ RED KAP SP13 L/S SIZE: 5X - LARGEST AVAILABLE COLORS: LIGHT BLUE OR WHITE 0830 LADIES LONG SLEEVE EASY CARE SHIRT PORT AUTHORITY L608 SIZES: XS - XLARGE COLORS: ASSORTED 0840 LADIES LONG SLEEVE EASY CARE SHIRT PORT AUTHORITY L608 SIZES: 2X COLORS: ASSORTED 0850 LADIES LONG SLEEVE EASY CARE SHIRT PORT AUTHORITY L608 SIZES: 3X COLORS: ASSORTED 0860 LADIES LONG SLEEVE EASY CARE SHIRT PORT AUTHORITY L608 SIZES: 4X COLORS: ASSORTED 0870 LADIES LONG SLEEVE EASY CARE SHIRT PORT AUTHORITY L608 SIZES: 5X - LARGEST AVAILABLE COLORS: ASSORTED 0880 WOMENS DRI-MESH POLO WITHOUT POCKET 100% MOISTURE WICKING POLY, $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 23 1.00 1.00 1.00 1.00 1.00 89 90 91 92 93 EA EA EA EA EA 3.9 OZ., OPEN CUFF SLEEVE PORT AUTHORITY L540 SIZE: X-SMALL - X-LARGE COLORS: ASSORTED 0890 WOMENS DRI-MESH POLO WITHOUT POCKET 100% MOISTURE WICKING POLY, 3.9 OZ., OPEN CUFF SLEEVE PORT AUTHORITY L540 SIZE: 2XL COLORS: ASSORTED 0900 WOMENS DRI-MESH POLO WITHOUT POCKET 100% MOISTURE WICKING POLY, 3.9 OZ., OPEN CUFF SLEEVE PORT AUTHORITY L540 SIZE: 3XL COLORS: ASSORTED 0910 WOMENS DRI-MESH POLO WITHOUT POCKET 100% MOISTURE WICKING POLY, 3.9 OZ., OPEN CUFF SLEEVE PORT AUTHORITY L540 SIZE: 4XL - LARGEST AVAILABLE COLORS: ASSORTED 0920 WOMENS INDUSTRIAL WORK PANTS 65/35 POLY/COTTON, 8 OZ. RED KAP PT61 SIZE: 04 - 16 COLOR: NAVY BLUE 0930 WOMENS INDUSTRIAL WORK PANTS 65/35 POLY/COTTON, 8 OZ. RED KAP PT61 $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 24 1.00 1.00 1.00 1.00 1.00 1.00 94 95 96 97 98 99 EA EA EA EA EA EA SIZE: 18 - LARGEST AVAILABLE COLOR: NAVY BLUE 0940 WOMEN’S PULL ON PANT POPLIN PANT PP73 SIZE: 06 - 16 COLOR: NAVY BLUE 0950 WOMEN’S PULL ON PANT POPLIN PANT PP73 SIZE: 18 - LARGEST AVAILABLE COLOR: NAVY BLUE 0960 WOMENS OPEN CARDIGAN 100% ACRYLIC SWEATER, HIP LENGTH WITH 2 LOWER POCKETS EDWARDS GARMENT 7059 SIZE: X-SMALL - X-LARGE COLORS: ASSORTED 0970 WOMENS OPEN CARDIGAN 100% ACRYLIC SWEATER, HIP LENGTH WITH 2 LOWER POCKETS EDWARDS GARMENT 7059 SIZE: 2XL COLORS: ASSORTED 0980 WOMENS OPEN CARDIGAN 100% ACRYLIC SWEATER, HIP LENGTH WITH 2 LOWER POCKETS EDWARDS GARMENT 7059 SIZE: 3XL COLORS: ASSORTED 0990 WOMENS OPEN CARDIGAN 100% ACRYLIC SWEATER, HIP LENGTH WITH 2 LOWER $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ $__________$_________ INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 11/15/2023 50-00143844 25 1.00 1.00 1.00 1.00 100 101 102 103 EA EA EA EA POCKETS EDWARDS GARMENT 7059 SIZE: 4XL COLORS: ASSORTED 1000 WOMENS OPEN CARDIGAN 100% ACRYLIC SWEATER, HIP LENGTH WITH 2 LOWER POCKETS EDWARDS GARMENT 7059 SIZE: 5XL - LARGEST AVAILABLE COLORS: ASSORTED 1010 KNIT HAT (BEANIE) TO INCLUDE CIRCLE LOGO OTTO STYLE 82-480 COLOR: NAVY BLUE 1020 CAP, MESH BACK WITH VELCRO CLOSURE PORT AUTHORITY C911 TO INCLUDE CIRCLE LOGO COLOR: NAVY BLUE 1030 CAP 100% POLY ANTI-ODOR SWEATBAND SOLID SIX PANEL LOW PROFILE BASEBALL CAP WITH VELCRO BACK TO INCLUDE CIRCLE LOGO STYLE #: OTTO 19-1122 COLOR: NAVY BLUE WATER DEPT.-ADMINISTRATION-SHERYL KELLY 504-736-6748 $__________$_________ $__________$_________ $__________$_________ $__________$_________ CORPORATE RESOLUTION EXCERPT FROM MINUTES OF MEETING OF THE BOARD OF DIRECTORS OF INCORPORATED. AT THE MEETING OF DIRECTORS OF ____________________________________ INCORPORATED, DULY NOTICED AND HELD ON _________________________, A QUORUM BEING THERE PRESENT, ON MOTION DULY MADE AND SECONDED. IT WAS: RESOLVED THAT _________________________________________, BE AND IS HEREBY APPOINTED, CONSTITUTED AND DESIGNATED AS AGENT AND ATTORNEY-IN- FACT OF THE CORPORATION WITH FULL POWER AND AUTHORITY TO ACT ON BEHALF OF THIS CORPORATION IN ALL NEGOTIATIONS, BIDDING, CONCERNS AND TRANSACTIONS WITH THE PARISH OF JEFFERSON OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS, INCLUDING BUT NOT LIMITED TO, THE EXECUTION OF ALL BIDS, PAPERS, DOCUMENTS, AFFIDAVITS, BONDS, SURETIES, CONTRACTS AND ACTS AND TO RECEIVE ALL PURCHASE ORDERS AND NOTICES ISSUED PURSUANT TO THE PROVISIONS OF ANY SUCH BID OR CONTRACT, THIS CORPORATION HEREBY RATIFYING, APPROVING, CONFIRMING, AND ACCEPTING EACH AND EVERY SUCH ACT PERFORMED BY SAID AGENT AND ATTORNEY-IN- FACT. I HEREBY CERTIFY THE FOREGOING TO BE A TRUE AND CORRECT COPY OF AN EXCERPT OF THE MINUTES OF THE ABOVE DATED MEETING OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RESCINDED. SECRETARY-TREASURER DATE Non-Public Works Bid Affidavit Instructions • Affidavit is supplied as a courtesy to Affiants, but it is the responsibility of the affiant to insure the affidavit they submit to Jefferson Parish complies, in both form and content, with federal, state and parish laws. • Affidavit must be signed by an authorized representative of the entity or the affidavit will not be accepted. • Affidavit must be notarized or the affidavit will not be accepted. • Notary must sign name, print name, and include bar/notary number, or the affidavit will not be accepted. • Affiant MUST select either A or B when required or the affidavit will not be accepted. • Affiants who select choice A must include an attachment or the affidavit will not be accepted. • If both choice A and B are selected, the affidavit will not be accepted. • Affidavit marked N/A will not be accepted. • It is the responsibility of the Affiant to submit a new affidavit if any additional campaign contributions are made after the affidavit is executed but prior to the time the council acts on the matter. Instruction sheet may be omitted when submitting the affidavit Page 1 of 3 Updated: 02.27.2014 Non-Public Works Bid AFFIDAVIT STATE OF _________________ PARISH/COUNTY OF _________________ BEFORE ME, the undersigned authority, personally came and appeared: _____________ ___________________, (Affiant) who after being by me duly sworn, deposed and said that he/she is the fully authorized _______________________ of ___________________ (Entity), the party who submitted a bid in response to Bid Number ___________, to the Parish of Jefferson. Affiant further said: Campaign Contribution Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all campaign contributions, including the date and amount of each contribution, made to current or former elected officials of the Parish of Jefferson by Entity, Affiant, and/or officers, directors and owners, including employees, owning 25% or more of the Entity during the two-year period immediately preceding the date of this affidavit or the current term of the elected official, whichever is greater. Further, Entity, Affiant, and/or Entity Owners have not made any contributions to or in support of current or former members of the Jefferson Parish Council or the Jefferson Parish President through or in the name of another person or legal entity, either directly or indirectly. Choice B ______ there are NO campaign contributions made which would require disclosure under Choice A of this section. Page 2 of 3 Updated: 02.27.2014 Debt Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all debts owed by the affiant to any elected or appointed official of the Parish of Jefferson, and any and all debts owed by any elected or appointed official of the Parish to the Affiant. Choice B ______ There are NO debts which would require disclosure under Choice A of this section. Affiant further said: That Affiant has employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure the public contract under which he received payment, other than persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project or in securing the public contract were in the regular course of their duties for Affiant; and [The remainder of this page is intentionally left blank.] Page 3 of 3 Updated: 02.27.2014 That no part of the contract price received by Affiant was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project were in the regular course of their duties for Affiant. ____________________________________ Signature of Affiant ____________________________________ Printed Name of Affiant SWORN AND SUBSCRIBED TO BEFORE ME ON THE _______ DAY OF ___________, 20___. ____________________________________ Notary Public ____________________________________ Printed Name of Notary ____________________________________ Notary/Bar Roll Number My commission expires ________________. 1 | P a g e Revised 10 22 2020 STANDARD INSURANCE REQUIREMENTS FOR BIDDING PURPOSES All required insurance under this bid shall conform to Jefferson Parish Resolution No. 113646 or No. 113647, as applicable. Contractors may not commence any work under any ensuing contract unless and until all required insurance and associated evidentiary requirements thereto have been met, along with any additional specifications contained in the Invitation to Bid. Except as where otherwise precluded by law, the Parish Attorney or his designee, with the concurrence of the Director of Risk Management or his designee, may agree on a case-by- case basis, to deviate from Jefferson Parish’s standard insurance requirements, as provided in this Section. Vendors requesting deviation therefrom shall submit such requests in writing, along with compelling substantiation, to the Purchasing Department prior to the bid’s due date. Any changes to the insurance requirements will be reflected in the bid specifications and addenda. Prior to contract execution and at all times thereafter during the term of such contract, contractors must provide and continuously maintain all coverages as required by the foregoing Resolutions, and the contract documents. Failure to do so shall be grounds for suspension, discontinuation or termination of the contract. For bidding purposes, bidders must submit with bid submission a current (valid) insurance certificate evidencing the required coverages. Failure to comply will cause bid to be rejected. The current insurance certificate will be used for proof of insurance at time of evaluation. Thereafter, and prior to contract execution, the low bidder will be required to provide final insurance certificates to the Parish which shall name the Jefferson Parish, its Districts Departments and Agencies under the direction of the Parish President and the Parish Council as additional insureds regarding negligence by the contractor for the Commercial General Liability and the Comprehensive Automobile Liability policies. Additionally, said certificates should reflect the name of the Parish Department receiving goods and services and reference the respective Jefferson Parish bid number. JEFFERSON PARISH REQUIRED STANDARD INSURANCE  WORKER’S COMPENSATION INSURANCE As required by Louisiana State Statute, exception; Employer's Liability, Section B shall be $1,000,000 per occurrence when Work is to be over water and involves maritime exposures to cover all employees not covered under the State Worker’s Compensation Act, otherwise this limit shall be no less than $500,000 per occurrence. Note: If your company is not required by law to carry workmen’s compensation insurance, i.e. not a Louisiana company, sole employee of the company, then bidders must request a workmen’s compensation insurance declaration affidavit prior to the bid opening date. This insurance declaration affidavit must be fully completed, signed, properly notarized and submitted with the bid. A scanned copy may be submitted with the bid; however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being 2 | P a g e Revised 10 22 2020 rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event.  COMMERCIAL GENERAL LIABILITY Shall provide limits not less than the following: $1,000,000.00 Combined Single Limit per Occurrence for bodily injury and property damage.  COMPREHENSIVE AUTOMOBILE LIABILITY Bodily injury liability $1,000,000.00 each person; $1,000,000.00 each occurrence. Property Damage Liability $1,000,000.00 each occurrence. Note: This category may be omitted if bidders do not/will not utilize company vehicles for the project or do not possess company vehicles. Bidder must request an automobile insurance declaration affidavit prior to the bid opening date. This insurance declaration affidavit must be fully completed, signed, properly notarized and submitted with the bid. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid; however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. DEDUCTIBLES - The Parish Attorney with concurrence of the Director of Risk Management have waived the deductible section of the Terms and Conditions for all Invitations to Bid, until further notice. UMBRELLA LIABILITY COVERAGE An umbrella policy or excess may be used to meet minimum requirements. FOR CONSTRUCTION AND RENOVATION PROJECTS: The following are required if selected below. Such insurance is due upon contract execution. ☐ OWNER’S PROTECTIVE LIABILITY To be for the same limits of liability for bodily injury and property damage liability established for commercial general liability. ☐ BUILDER’S RISK INSURANCE The contractor shall maintain Builder’s Risk Insurance at his own expense to insure both the owner (Parish of Jefferson) and contractor as their interest may appear.

1201 N. Third Street, Baton Rouge, Louisiana 70802Location

Address: 1201 N. Third Street, Baton Rouge, Louisiana 70802

Country : United StatesState : Louisiana

You may also like

Bid #2473 Annual Work Uniforms

Due: 14 May, 2024 (in 11 days)Agency: City of Alexandria

Recreation Instructor- Water Polo

Due: 31 Mar, 2026 (in 23 months)Agency: Department of Recreation

UNIFORMS - RENTAL OF WORK CLOTHES

Due: 31 Jan, 2025 (in 9 months)Agency: Suffolk County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.