STATE OF WASHINGTON



State of Washington

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 ( Olympia, Washington 98504-1017 ( (360) 902-7400



INVITATION FOR BID (IFB)

Clothing for the Disabled

|Contract Number |Prebid Meeting Date & Time |Bid Opening Date & Time |

|06306 |September 25, 2006, 10.00 AM |October 12, 2006, 2:00 PM |

bids must be received& Stamped on or before the opening date & time at this location:

210 11th AVe SW, Rm. 201, General Administration Building Olympia WA 98504-1017

Salvatore C. Cheraso, CPPB

Contracts Specialist

Phone (360) 902-7428

Fax (360) 586-2426

E-mail scheras@ga.

Any questions concerning this IFB are to be directed to Contracts Specialist Salvatore Cheraso. Bidders shall mail or hand-deliver one signed original bid. Bidders will be responsible for actual delivery of the bid to the address shown above before the bid opening date and time. Any bids received after the bid opening date and time will be returned unopened.

For a site map to the Capitol Campus, click .

Driving directions and parking information

Table of Contents

1. ANNOUNCEMENT AND SPECIAL INFORMATION 3

1.1 PUBLIC DISCLOSURE 3

1.2 SCOPE 3

1.3 PRE-BID CONFERENCE 4

2. CHECK LIST 5

3. BID SUBMITALS 6

3.1 OFFER AND AWARD 6

3.2 BID INFORMATION 7

3.3 References 8

3.4 MINIMUM SPECIFICATIONS 10

3.5 PRICE SHEETS 27

3.7 REQUEST FOR SAMPLES 30

3.8 EQUAL PRODUCTS 30

3.9 CERTIFICATION OF INMATE WAGES 30

4. BID EVALUATION 30

4.1 EVALUATION / AWARD 30

4.2 EVALUATION CONFERENCE 30

5. CONTRACT REQUIREMENTS 31

5.1 RETENTION OF RECORDS 31

5.2 REPORTS 31

6. SPECIAL TERMS AND CONDITIONS 31

6.1. PACKAGING AND LABELING 31

6.2 DELIVERY AND PRODUCT WARRANTY 31

6.3. PRICING AND ADJUSTMENTS 32

6.4 CONTRACTOR PERFORMANCE 33

6.5 PURCHASING CARD ACCEPTANCE 33

6.6 Purchases by Nonprofit Corporations 33

ANNOUNCEMENT AND SPECIAL INFORMATION

Bidders are required to read and understand all information contained within this entire bid package. The Competitive Procurement Standards, which are referred to in this bid package are not automatically printed or sent out with this IFB. By responding to this IFB the bidder agrees to read and understand these documents. These documents are available on our website at .

In support of the State’s economic and environmental goals, we encourage you to consider the following elements in responding to our bids. These are not a factor of award (unless otherwise specified in this document):

• Using environmentally preferable products and products that exceed EPA guidelines

• Supporting a diverse supplier pool, including small, minority, and women-owned firms

• Featuring products made or grown in Washington

1.1 PUBLIC DISCLOSURE

Bid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, only the name of the bidder and time of bid receipt will be read aloud.

1.2 SCOPE

The purpose of this IFB is to establish a mandatory contract for the Department of Social and Health Services, for the as needed purchase of Clothing (blouses, pants, etc.) for the disabled. This contract will be Convenience Use to all other state agencies, and to all Political Subdivisions of Washington and Oregon State(s), Qualified Non-profit Corporations, Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges).

A. Estimated Usage: We estimate that purchases over the two-year initial term of the contract may approximate $300,000.00. Estimates are based on past usage. The State does not guarantee any minimum purchase. Orders will be placed on an as needed basis.

B. Purchasing Cooperatives While use of the contract by members of the WSPC and DASCPP/ORCPP is optional, the state encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The state accepts no responsibility for payment by WSPC or DASCPP/ORCPP members.

Based upon contractor’s agreement, the contract will be made available to political subdivisions and non-profit organizations which are members of the State of Washington Purchasing Cooperative (WSPC) and/or State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP). A list of Washington members is available on the Internet . A list of Oregon members is available at Contractors shall not process state contract orders from unauthorized purchasers.

C. Term: From December 1, 2006 or date of award, whichever is later for a 24-month term, with the option to extend for additional terms or portions. Extensions will be subject to mutual agreement. The total contract term may not exceed six (6) years.

1.3 PRE-BID CONFERENCE

An optional conference to address contractual requirements will be held at the time and location indicated below. Prospective bidders are encouraged to be present. If changes are required as a result of the conference, written bid amendments will be issued.

Note: Assistance for disabled, blind or hearing-impaired persons who wish to attend is available with pre-arrangement with the Office of State Procurement (OSP), contact the Contracts Specialist identified on the face page of this document.

|Pre Bid Date/Time: |September 25, 2006 at 10:00 AM |

|Pre Bid Location: |Office of State Procurement |

| |210 11th Ave SW GA Building Room 201 |

| |Corner of 11th and Columbia |

| |Olympia Washington 98504-1017 |

CHECK LIST

This checklist is provided for bidder's convenience only and identifies the bid documents that are to be submitted with each package. Any bid packages received without these documents may be deemed non-responsive and may not be considered for award.

|Bid submittal entitled: Offer and Award | |

|Bid submittal entitled: Bid Information | |

|Bid submittal entitled: Specifications | |

|Bid submittal entitled: Price Sheets | |

|Certification of Inmate Wages as applicable | |

|Bid submittal entitled References | |

|Technical Documentation/Descriptive Literature (if bidding equal Products) | |

| |

|The following documents need not be returned with bid submission. However, contractor will be required to submit such documents at a later date |

|as required by contract terms or as requested by the Contracts Specialist. |

|Certificate of Insurance, please reference the Standard Terms and Conditions: |

| |

|Sales/Service And Subcontractor Report: |

|Samples (Section 3.7) |

BID SUBMITALS

3.1 OFFER AND AWARD

Bidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at .

STANDARD DEFINITIONS revised 06/02/03

STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03

STANDARD TERMS AND CONDITIONS revised 07/31/06

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

|(Company Name) | |(Typed or Printed Name) |

| | | |

|(Address) | |(Title) |

| | | |

|(City) (State) (Zip) | |(Phone No.) |

| | | |

|(Federal Tax Identification Number) | |(Bidder’s Signature) (Date) |

| | | |

|Email | | |

CONTRACT AWARD

(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective December 1, Year 2006. This is a Total award for 06306

Authorized Signatures

| | | | | | | |

|(Contracts Specialist) | |(Date) | |(Unit Manager) | |(Date) |

3.2 BID INFORMATION

Bidder shall complete the following:

1. Prompt Payment Discount % 30 days. Note: Prompt payment discount periods equal to (or greater than) 30 calendar days will receive consideration and bid pricing will be reduced (for evaluation purposes only) by the amount of that discount(s).

1. Purchasing (Credit) Cards accepted Yes ______________ No ______________

(Washington State Purchasing card is VISA)

If yes, please list major brands below:

| | | |

| | | |

| | | |

Payment discount for transactions involving card use: __________% Discount.

2. Authorized Representative:

|Primary Contact-Contract Administration |Alternate Contact - Contract Administration |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

|Customer Service/Order Placement State Usage Reports |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

3. Addresses:

|Orders to be sent to: |Billing will be from: |Payment to be sent to: |

| | | | | |

| | | | | |

| | | | | |

5. Delivery: supplier guarantees delivery within _____ calendar days ARO (Reference section 6.2)

6. Cooperative Purchasers:

A. Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No___. If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by political subdivisions.

B. Bidder agrees to sell the goods and services on this contract to self-certified nonprofit corporations which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No___. If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by nonprofit organizations

C. Bidder agrees to sell the goods and services on this contract to political subdivisions and nonprofit organizations which are members of the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP): Yes___ No___. If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members.

If required, indicate percent increase to bid pricing for delivery to State of Oregon DASCPP/ORCPP Members: _________%.

3.3 References

Identify at least three (3) commercial or governmental references that your firm has supplied clothing similar to that being offered in response to this bid. Provide the name of the company/organization, their address and the name and telephone number of a contact person who may be contacted to verify level of satisfaction and quality of products provided by your firm during the past two years. To determine responsibility for bid evaluation purposes, references will be pass/fail. Any response deemed to be negative or have negative remarks regarding performance of a similar contract, or negative quality product issues, may be cause to reject bid as not meeting the responsibility requirements.

1. Company Name: _________________________________________

Address: _________________________________________

Contact Name: _________________________________________

Title: _________________________________________

Telephone: _________________________________________

Brief description of the products provided:

______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

2. Company Name: _________________________________________

Address: _________________________________________

Contact Name: _________________________________________

Title: _________________________________________

Telephone: _________________________________________

Brief description of the products provided:

______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

3. Company Name: _________________________________________

Address: _________________________________________

Contact Name: _________________________________________

Title: _________________________________________

Telephone: _________________________________________

Brief description of the products provided:

______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

3.4 MINIMUM SPECIFICATIONS

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

|1. |Super Polo Shirt Long-sleeves. | | |

| |Crew neck Polo Shirt for both men and women. | | |

| |NOT colored T-Shirts | | |

| |Contrast or matching rib knit collar band with drop | | |

| |shoulder, fuller cut design. | | |

| |Fabric to be of striped and solid jerseys and | | |

| |interlocks with a minimum of 9 oz. per square yard. | | |

| |Option available to specify: "Shuffle assorted colors".| | |

| |Option available to specify: "Spring Colors, Men’s", | | |

| |"Spring Colors, Women's", "Fall Colors, Men's", "Fall | | |

| |Colors, Women's", etc. | | |

| |Assortment must include a minimum of 10 different | | |

| |colors and/or striped patterns per dozen- pack. | | |

| |Must have 5-thread over-lock safety stitching | | |

| |throughout. | | |

| |50% Poly 50% Cotton jerseys and interlocks with minimum| | |

| |of 8.5 oz. per yard. | | |

| |All seams must be 5-thread over-lock safety stitched. | | |

| |All hems and pockets to be single needle lock stitched.| | |

| |Sleeve opening seam and all points of stress to be | | |

| |bar-tacked. | | |

| |Thread: # 70-3 ply Poly core. | | |

| |Sizes: Small, Medium, Large, Extra Large, 2X, 3X, 4X, | | |

| |5X. | | |

| |First Quality – No irregulars or seconds. | | |

| |Care Apparel Style # 5487 or equal. | | |

|2. |Super Polo Shirt Short-sleeves. | | |

| |Crew neck Polo Shirt for both men and women. | | |

| |NOT colored T-Shirts. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Contrast or matching rib knit collar band with drop | | |

| |shoulder, fuller cut design. | | |

| |Fabric to be of striped and solid jerseys and | | |

| |interlocks with a minimum of 9 oz. per square yard. | | |

| |Assortment must include a minimum of 10 different | | |

| |colors and/or striped patterns per dozen- pack. Option | | |

| |available to specify: Shuffle Assorted colors. Option | | |

| |available to specify: "Spring Colors, Men's", "Spring | | |

| |Colors, Women's", "Fall Colors, Men's", "Fall Colors, | | |

| |Women's", etc. | | |

| |Must have 5-thread over-lock safety stitching | | |

| |throughout. | | |

| |50% Poly 50% Cotton jerseys and interlocks with minimum| | |

| |of 8.5 oz. per yard. | | |

| |All seams must be 5-thread over-lock safety stitched. | | |

| |All hems and pockets to be single needle lock stitched.| | |

| |Sleeve opening seam and all points of stress to be | | |

| |bar-tacked. | | |

| |Thread: # 70-3 ply Poly core. | | |

| |Sizes: Small, Medium, Large, Extra Large, 2X, 3X, 4X, | | |

| |5X. | | |

| |First Quality – No irregulars or seconds. | | |

| |Care Apparel Style # 5487 or equal. | | |

|3. |Women’s 2-pocket Elastic Waist Slack. | | |

| |Garment to include full-cut comfort with 2 front slash | | |

| |and/or side seam pockets. | | |

| |Waist to be elastic back with flat pleated front. | | |

| |1¼” wide boil-proof elastic is to be used and must be | | |

| |fully covered with fabric and stitched down with 2 rows| | |

| |of stitching. | | |

| |Minimum of 6 colors per dozen. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Minimum of 6 colors per dozen. Option available to | | |

| |specify: Shuffle Assorted colors. Option available to | | |

| |specify: "Spring Colors, Men's", "Spring Colors, | | |

| |Women's", "Fall Colors, Men's", "Fall Colors, Women's",| | |

| |etc. | | |

| |Fabric: 65% Poly, 35% Cotton Twill with minimum of 6.5 | | |

| |oz. per square yard. | | |

| |All seams must be 5-thread over-lock safety stitched. | | |

| |All hems and pockets to be single needle lock stitched | | |

| |and have matching color thread. | | |

| |Joining elastic waist seam and all points of stress to | | |

| |be bar-tacked. | | |

| |Thread: #70-3 ply Poly core. | | |

| |Sizes: Small Medium, Large, Extra Large, 2X, #X, 4X, | | |

| |5X. | | |

| |First Quality only – no Irregulars or Seconds. | | |

|4. |Woman’s Knit slacks. | | |

| |Garment is to be full cut. | | |

| |All elastic waist to be 1¼” wide boil proof elastic, | | |

| |fully covered with fabric and elastic stitched down | | |

| |with no less than 2 rows of stitching. | | |

| |Outer seams to be sewn with 5 thread over-lock safety | | |

| |stitch and single needle lock stitched with matching | | |

| |thread. | | |

| |Straight leg openings are to be finished with ½” hem | | |

| |safety locked stitched and length is graded per size. | | |

| |Fabric to be 50% Poly, 50% Cotton interlock knit which | | |

| |is a minimum of 8.5 oz, per square yard, with no more | | |

| |than 2-5% shrinkage. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Colors must be an assortment of solids with a minimum | | |

| |of 6 different colors per dozen. Option available to | | |

| |specify: Shuffle Assorted colors. Option available to | | |

| |specify: "Spring Colors, Men's", "Spring Colors, | | |

| |Women's", "Fall Colors, Men's", "Fall Colors, Women's",| | |

| |etc. | | |

| |Construction: All seams must be 5-thread over-lock | | |

| |safety stitched. | | |

| |All hems to be single needle lock stitched. | | |

| |Thread: #70-3 ply Poly core. | | |

| |Sizes: Small, Medium, Large, Extra Large, 2X, 3X, 4X, | | |

| |5X. | | |

| |First Quality only – no Irregulars or Seconds. | | |

| |Care Apparel Style # 1601 or equal. | | |

|5. |Woman’s Elastic Waist Jeans. | | |

| |Garment to include full cut comfort with 2 front slash | | |

| |pockets. | | |

| |Waist to be fully elasticized for greater comfort. | | |

| |1¼” wide boil proof elastic is to be used and must be | | |

| |fully covered with fabric and stitched down with 2 rows| | |

| |of stitching. | | |

| |Out seams to be sewn with 5- thread over-lock safety | | |

| |stitch and single needle lock stitched with contrasting| | |

| |gold thread. | | |

| |Waist, pockets, out seams, and hems to be top stitched | | |

| |with contrast gold color thread. | | |

| |Fabric: 50% Poly, 50% Cotton pre-shrunk Stretch Denim | | |

| |with minimum of 12 oz. per square yard. | | |

| |Construction: All seams must be 5 thread over-lock | | |

| |safety stitched. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Joining elastic waist seam and all | | |

| |points of stress to be bar-tacked. | | |

| |Thread: 70-3 ply Poly core. | | |

| |Sizes: Small, Medium, Large, Extra Large, 2X, 3X, 4X, | | |

| |5X | | |

| |First quality only – no Irregulars or Seconds. | | |

|6. |Woman’s Preshrunk Jeans. | | |

| |14 oz. 100% Cotton jeans with brass button at waist, | | |

| |brass fly, leatherette label and minimum of 6 belt | | |

| |loops. | | |

| |2 front pockets, 1 change pocket and 2 back patch | | |

| |pockets | | |

| |Pre-washed and/or stone washed. | | |

| |All seams must be 5 thread over-lock safety stitched | | |

| |and/or double lapped seams. | | |

| |All pockets to be single needle lock stitched. All | | |

| |pockets to be heavy duty, reinforced with rivets at | | |

| |point of stress. | | |

| |All points of stress to be bar-tacked. | | |

| |Sizes: 8-22, inseam 30,32,and 34 | | |

| |Colors: Indigo Blue and assorted colors. | | |

| |Care Apparel Style # 4600 or equal | | |

|7 |Men’s Preshrunk Jeans | | |

| |Same specifications and colors as above. | | |

| |Sizes 30 – 60 in lengths as specified. | | |

|8. |Men’s all-elastic putter pants. | | |

| |2” all elastic waist with mock fly, one back patch | | |

| |pocket. | | |

| |Fabric shall be 65/35 polyester/cotton 10 to 14 oz. Per| | |

| |sq. Yd., Tightly twisted yarns and tightly woven. | | |

|9. |Men’s broadcloth v-neck slipover pajamas. | | |

| |Gripper-snap closure. | | |

| |Short sleeves. | | |

| |One front shirt pocket. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Pants have 1-1/2” elastic waist with gripper snap front| | |

| |fly. | | |

| |Option available to specify: Shuffle Assorted. Colors. | | |

| |Blends of 50/50 or 65/35 polyester/cotton, 3.25 to 4.25| | |

| |oz. per sq. Yd. | | |

| |Fabric to have wash and wear properties. | | |

| |Option available to specify: Shuffle Assorted colors. | | |

| |Option available to specify: "Spring Colors, Men's", | | |

| |"Spring Colors, Women's", "Fall Colors, Men's", "Fall | | |

| |Colors, Women's", etc. | | |

|10. |Sweater, medium weight, unisex. | | |

| |50/50 polyester/cotton fleece, cardigan. | | |

| |Snap closure front. | | |

| |Set-in full-length sleeves. | | |

| |Individually polyester packaged. | | |

| |Colors: various. | | |

|11. |Men’s Flannel Pajamas, long sleeves. | | |

| |Double fabric V-neck styling with one pocket affixed to| | |

| |side seam and hem of pajama top. | | |

| |Tops to be full cut with non-tapered waist, full-cut | | |

| |sleeve opening and straight hem bottom. | | |

| |Inside facing must be finished, no raw or pinked edges.| | |

| |Front closure to be stainless steel button-snaps able | | |

| |to withstand institutional laundering. | | |

| |Pants to be full cut, with generous self-closing, fly | | |

| |opening and full elastic waist. | | |

| |Waist to be 1¼” wide, boil proof elastic sewn to | | |

| |garment with minimum of 4 rows of stitching and must be| | |

| |covered with fabric. | | |

| | No exposed elastic will be accepted. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Fabrications to include pastel solids and/or stripes. | | |

| |Fabric: 50% Poly 50% Cotton Flannel. | | |

| |Colors: Assorted solids and stripes. Option available | | |

| |to specify: Shuffle Assorted colors. | | |

| |Construction: seams must be sewn with 5 thread | | |

| |over-lock stitch. | | |

| |All hems and binding sewn with single needle lock | | |

| |stitch. | | |

| |All stress points to be bar tacked including sleeve | | |

| |openings. | | |

| | Thread: #70-3 ply Poly core. | | |

| |Sizes: small, Medium, Large, Extra Large, 2X, 3X, 4X, | | |

| |5X. | | |

| |First Quality-no Irregulars or Seconds. | | |

| |Care Apparel Style # 6030 or equal. | | |

|12. |Woman’s Flannel pajamas, long sleeves, Snap front | | |

| |closure. | | |

| |Round Neck styling. | | |

| |Tops to be full cut with non-tapered waist, full cut | | |

| |sleeve opening and straight hem bottom. | | |

| |Inside facing must be finished, no raw or pinked edges.| | |

| |Snap front closures must withstand institutional | | |

| |laundering. | | |

| |Pants to be full cut with full elastic waist. | | |

| |Waist to be of 1 ¼” wide boil proof elastic sewn to | | |

| |garment with minimum of 4 rows of stitching and must be| | |

| |fully covered with fabric. | | |

| |No exposed elastic will be accepted. | | |

| |Fabrications include pastel solids. | | |

| |Fabric: 50% Poly 50% Cotton or 100% cotton flannel with| | |

| |minimum thread count of 78x54. | | |

| |Colors: Assorted solids and/or prints. Option available| | |

| |to specify: “Shuffle Assorted colors.” | | |

| |All stress points to be bar tacked including sleeve | | |

| |openings. | | |

| |Thread: #70-3 ply Poly core. | | |

| |Sizes: small, Medium, Large, Extra Large, 2X, 3X. | | |

| |First Quality-no Irregulars or Seconds. | | |

| |Care Apparel Style # 2080 or equal. | | |

|13. |Sweatshirt. | | |

| |Men's, Pullover, long sleeve, 50% | | |

| |Polyester, 50% cotton | | |

| |Crew neck, shrink resistant, heavy weight, raglan | | |

| |sleeves, machine washable. | | |

| |Assorted colors. Option available to specify: Shuffle | | |

| |Assorted colors. Option available to specify: "Spring | | |

| |Colors, Men's", "Spring Colors, | | |

| |Women's", "Fall Colors, Men's", "Fall Colors, Women's",| | |

| |etc. Red Maroon and Khaki color required for DOC | | |

| |Note: see item # 15 & 16 for matching pants. | | |

|14. |Belts. | | |

| |Men's, leather, 1 inch wide #2 cowhide with metal | | |

| |buckle. | | |

| |Available colors - brown and black | | |

| |Genuine cowhide – not banded leather. | | |

|15. |Handkerchiefs, bandanna. | | |

| |100% cotton, black with white, 22" x 24". | | |

|16. |Sweatpants | | |

| |50% polyester, 50% cotton. | | |

| |Shrink resistant, heavy weight, machine washable. | | |

| |Assorted colors. Option available to specify: “Shuffle | | |

| |Assorted colors.” Option available to specify: "Spring | | |

| |Colors, Men's", "Spring Colors, Women's", "Fall Colors,| | |

| |Men's", "Fall Colors, Women's", etc. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

|17. |Sweatpants - straight-leg, no cuffs. | | |

| |50% polyester, 50% cotton. | | |

| |SIZES XL & ABOVE WITH NO ELASTIC IN "ANKLE-OPENING", | | |

| |double-stitched hem / soft cuff. | | |

| |Shrink resistant, heavy weight, machine washable. | | |

| |Assorted colors. Option available to specify: “Shuffle| | |

| |Assorted colors.” Option available to specify: "Spring | | |

| |Colors, Men's", "Spring Colors, Women's", "Fall Colors,| | |

| |Men's", "Fall Colors, Women's", etc. | | |

|18. |Athletic/gym shorts | | |

| |65% polyester 35% cotton knit blend. | | |

| |Wide leg with all elastic waist, with 6-8" inseam" | | |

| |Assorted colors including navy, burgundy, green and | | |

| |light blue. Option available: “Shuffle assorted | | |

| |colors.” | | |

|19. |Waltz Length Gown – Flannel | | |

| |Pull over design. | | |

| |Rounded neckline to have 2 stainless steel button | | |

| |grippers at neck opening. | | |

| |Gowns to have machine washable binding and ruffled lace| | |

| |at neckline and shirring at yoke. | | |

| |Long sleeves to be roomy for greater comfort and ease | | |

| |of dressing and must be bar-tacked at sleeve opening | | |

| |and finished with ½” finished hem. | | |

| |Assorted prints and/or solids with minimum of 8 prints | | |

| |per dozen shipped. Option available to specify “Shuffle| | |

| |Assorted colors.” | | |

| |Fabric: 50% Poly 50% Cotton Flannel | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Flannel Construction: All seams must be sewn with 5 | | |

| |thread over-lock safety stitch, all hems and binding | | |

| |sewn with single needle lock stitch. | | |

| |Thread: #70 -3 ply Poly core white. | | |

| |Sizes: S-M-L-XL-2X-3X. Prefer to have size options up | | |

| |to 5X, if possible, for additional cost if necessary. | | |

| |Colors: Assorted sleepwear prints and/or solids. | | |

| |First quality only. No irregulars or seconds | | |

| |Care Apparel Inc. Style #2070 or equal. | | |

|20. |Waltz Length Gown. | | |

| |Pull over design with minimum of two styles to include | | |

| |v-neck and round neckline. | | |

| |Round neck to have 2 stainless steel button grippers at| | |

| |neck opening. | | |

| |Gowns to have machine washable binding and ruffled lace| | |

| |at neckline and shirring at yoke. | | |

| |Short sleeves to be roomy for greater comfort and ease | | |

| |of dressing and Must be bar-tacked at sleeve opening. | | |

| |Sleeve to be finished with machine washable lace | | |

| |secured with double needle cover stitch. | | |

| |Assorted prints and/or solids with minimum of 8 prints | | |

| |per dozen shipped. | | |

| |Fabric: 50% Poly 50% Cotton broadcloth with minimum | | |

| |thread count of 78x54 | | |

| |Construction: All seams must be sewn with 5 thread | | |

| |over-lock safety stitch, all hems and binding sewn with| | |

| |single needle lock stitch. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Lace to be sewn with double needle cover stitch. | | |

| |Thread: #70 -3 ply Poly core white. | | |

| |Sizes: S-M-L-XL-2X-3X. Prefer to have size options up| | |

| |to 5X, if possible, for additional cost if necessary. | | |

| |3X Colors: Assorted sleepwear prints and/or solids. | | |

| |First quality only. No irregulars or seconds. | | |

| |Care Apparel Inc. Style #2000 or equal. | | |

|21. |Ski Hat. | | |

| |High bulk tightly knit ski hat made of 100% soft | | |

| |acrylic. | | |

| |136 needle construction. 14” long for comfortable | | |

| |turn-back. | | |

| |Clean finished “X” at inside dome. | | |

| |Machine washable. | | |

| |Construction: over-lock surging, one size fits all. | | |

| |Colors: Assorted. | | |

| |First quality only. No irregulars or seconds. | | |

| |Care Apparel style # H200 or equal. | | |

|22. |Baseball Cap. | | |

| |Poly foam, seamless front baseball cap with matching | | |

| |nylon mesh back and plastic snap size adjuster. | | |

| |Minimum 7 rows of stitching on bill of cap and must | | |

| |have padded sweat band. | | |

| |Center top riveted button to be covered in matching | | |

| |self material. | | |

| |Fabric: Front- Nylon tricot and foam. Back- Mesh in | | |

| |matching color. | | |

| |Construction: All seams must be single needle lock | | |

| |stitched. | | |

| |No raw or pinked edges showing. | | |

| |Sizes: One size fits all. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Colors: Minimum of 6 assorted men’s colors. | | |

| |First quality only. No irregulars or seconds. | | |

| |Care Apparel style # H300 or equal. | | |

|23. |Women’s Straw Hat. | | |

| |A wide brim, 4-8”, style hat made of tightly woven | | |

| |straw to shield sunlight from face and ears. | | |

| |The crown may be rounded or flat and be 4-6” in height | | |

| |with adequate ventilation for air circulation. | | |

| |The styling is appropriate for female wearer with the | | |

| |crown trimmed with decorative contrast fabric band in | | |

| |an assortment of prints and/or solid colors. | | |

| |Material: Woven Straw. | | |

| |Size: One size fits most. | | |

| |First quality only. No Irregulars or seconds. | | |

| |Care Apparel # H2000 or equal. | | |

|24. |Men’s Straw Hat. | | |

| |A fedora style man’s hat made of tightly woven straw to| | |

| |shed sunlight from face and ears. | | |

| |The crown should be 4-6” in height with adequate | | |

| |ventilation for air circulation. | | |

| |The crown is trimmed with decorative, contrast fabric | | |

| |in an assortment of prints and colors. | | |

| |Material: woven Straw. | | |

| | One size fits all. | | |

| |First quality. No Irregulars or seconds. | | |

| |Care Apparel # H1000 or equal. | | |

|25. |Men’s pull-over shirt-short sleeve. | | |

| |Pullover golf style shirt. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Assorted solids and stripes with matching or | | |

| |contrasting knit collars for greater variety. Option | | |

| |available to specify “Shuffle assorted colors.” | | |

| |Top placket to be made of one piece. | | |

| |Color band to be finished with 2 or 3 pearlized | | |

| |buttons. | | |

| |Bottom hem should be sewn in the round with ½” finished| | |

| |lockstitch hem. | | |

| |Fabric: 50% Poly 50% Cotton Jersey with minimum 8.5 oz.| | |

| |per square weight. | | |

| |Construction: All seams to be 5 thread over-lock | | |

| |stitched. All hems to be single needle lock stitched. | | |

| |All points of stress to be bar tacked. Closure: | | |

| |Pearlized 4-hole buttons. | | |

| |Thread: #70-3 ply Poly core. | | |

| |Sizes: Small Medium Large, Extra Large, 2XL, 3XL. | | |

| |First quality only. No irregulars or seconds. | | |

| |Care Apparel style # H5400 or equal. | | |

|26. |Men’s pull-over shirt-long sleeve. | | |

| |Pullover golf style shirt. | | |

| |Assorted solids and stripes with matching or | | |

| |contrasting knit collars for greater variety. Option | | |

| |available to specify: “Shuffle Assorted colors.” | | |

| |Top placket to be made of one piece. | | |

| |Color band to be finished with 2 or 3 pearlized | | |

| |buttons. | | |

| |Bottom hem should be sewn in the round with ½” finished| | |

| |lockstitch hem. | | |

| |Sleeves to be finished with same color cuff knit as | | |

| |collar. | | |

| |Fabric: 50% Poly 50% Cotton Jersey with minimum 8.5 oz.| | |

| |per square weight. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Construction: All seams to be 5 thread over-lock | | |

| |stitched. All hems to be single needle lock stitched. | | |

| |All points of stress to be bar tacked. | | |

| |Closure: Pearlized 4- hole buttons. | | |

| |Thread: #70-3 ply Poly core. | | |

| |Sizes: Small Medium Large, Extra Large, 2XL, 3XL. | | |

| |First quality only. No irregulars or seconds. | | |

| |Care Apparel style # H5450 or equal. | | |

|27. |Unisex Fleece Belted Kimono Robe. | | |

| |Beefy weight fleece fabric. | | |

| |Kimono wrap-around style with 2 oversized patch | | |

| |pockets. | | |

| |¾ sleeve and drop shoulder styling. | | |

| |Belt to be 1½” wide and must be permanently attached to| | |

| |the back of the garment at the waist. | | |

| |Front facing to be stitched down with 4 rows of | | |

| |stitching for greater strength and may have matching or| | |

| |contrasting front facing. | | |

| |Assorted colors to be suitable for both unisex wear | | |

| |with minimum of 4 variations per dozen shipped. Option | | |

| |available to specify: "Shuffle Assorted colors". | | |

| |Option available to specify: "Spring Colors, Men's", | | |

| |"Spring Colors, Women's", "Fall Colors, Men's", "Fall | | |

| |Colors, Women's", etc. | | |

| |Fabric: 50% Poly 50% Cotton Fleece Construction: All | | |

| |seams to be 5 thread over-lock stitched. All hems and | | |

| |pockets to be single needle lock stitched. Sleeve | | |

| |opening seam and all points of stress to be bar-tacked.| | |

| |Belt must be permanently stitched to back of garment. | | |

| |with minimum 9 oz. or better. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Thread: #70-3 ply Poly core. | | |

| |Sizes: One-size fits all. Option for sizes XL & above,| | |

| |with any necessary price increase. | | |

| |Bust measurement bust be 52”across chest under armhole.| | |

| |Length to be Minimum 44” from center-back of neckline | | |

| |to bottom hem. Bottom sweep to be minimum 60”. Front | | |

| |facing and belt to finish 1½” wide. | | |

| |First quality only. No irregulars or seconds. | | |

| |Care Apparel style # H5800 or equal. | | |

|28. |Winter Parka Coats – Unisex. | | |

| |Three Quarter length coats to be fully lined and have | | |

| |Poly-fill insulating material. | | |

| |Assorted colors. Option available to specify: "Shuffle | | |

| |assorted colors". Option available to specify: "Men's | | |

| |Colors", "Women's Colors" | | |

| |Assorted styles to contain heavy duty zipper and | | |

| |gripper front closure, multi-pocket. Contemporary | | |

| |styling with or without hood. | | |

| |Coats to be machine washable. | | |

| |Fabric: Heavy duty, durable twill style shell. | | |

| |Poly-fill insulation. Nylon or Flannel lining. All | | |

| |fabricated to be machine washable. | | |

| |Construction: all seams must be 5 thread over-lock | | |

| |safety stitched. All hems and pockets to be single | | |

| |needle licked stitched. Sleeve opening seam and all | | |

| |points of stress to be bar-tacked. Closure: Heavy duty| | |

| |Nylon Zipper and gripper closures. | | |

| |Thread: #70-3 ply Poly core. | | |

| |Sizes Small – 2X. | | |

| |First quality only. No irregulars or seconds. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Care Apparel style # 9501 or equal. | | |

|29. |Men’s Gloves | | |

| |Assorted colors. Option available to specify: "Shuffle| | |

| |Assorted. Colors.” | | |

| |Winter weight | | |

| |NOT knit | | |

| |Sizes: Medium to XL | | |

|30. |Women’s Gloves | | |

| |Assorted colors. Option available to specify: "Shuffle| | |

| |Assorted colors.” | | |

| |Winter weight | | |

| |Sizes: Small to XL | | |

|31. |Women’s Jumpsuits - Short-sleeve | | |

| |50% Cotton, 50% Polyester twill | | |

| |Snap/Velcro fastener in back. | | |

| |Assorted colors. Screen print with bright colors – no | | |

| |grey, brown or white Option available to specify: | | |

| |"Shuffle Assorted colors.” | | |

| |NO OPEN FLY | | |

| |No elastic in waist or legs. | | |

| |Double sew bar tack at bottom of zipper. | | |

| |Sizes: Medium to 5XL | | |

|32. |Men’s Overalls – Short-sleeve | | |

| |50% Cotton, 50% Polyester twill | | |

| |Assorted colors – no grey, brown or white Option | | |

| |available to specify: “Shuffle Assorted colors.” | | |

| |NO OPEN FLY | | |

| |No elastic in waist or legs. | | |

| |Double sew bar tack at bottom of zipper. | | |

| |Sizes: Medium to 5XL | | |

|33. |Men’s Overalls – Short-sleeve | | |

| |50% Cotton, 50% Polyester twill | | |

| |Assorted colors – no grey, brown or white Option | | |

| |available to specify: “Shuffle Assorted colors.” | | |

| |WITH OPEN FLY | | |

| |No elastic in waist or legs. | | |

| |Double sew bar tack at bottom of zipper. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Sizes: Medium to 5XL | | |

|34. |Women’s Daytime Dresses | | |

| |Minimum of 3 different styles with 10 different fabric | | |

| |patterns for each style. | | |

| |Assorted prints, stripes and plaids.. Option available| | |

| |to specify: “Shuffle Assorted colors.” All stripes and | | |

| |plaids must line up across yokes and fronts | | |

| |Styling to include ¾ front opening with either zipper, | | |

| |button or button-snap closures. No duster styles. | | |

| |Must have self-material belt securely fastened to | | |

| |garment at side seam. No belt loops. | | |

| |All points of stress to be bar-tacked including armhole| | |

| |opening sleeve seams.. | | |

| |Two pockets | | |

| |50% Cotton, 50% broadcloth with minimum of 78 x 54 | | |

| |thread count. All seams must be 5 thread over-lock | | |

| |safety stitched. All hems, | | |

| |Pockets, and zippers to be single needle lock stitched.| | |

| |Sleeve opening seam and all points of stress to be | | |

| |bar-tacked. Hem on bottom to be 1 inch. Must have | | |

| |self-repairing zippers. | | |

| |Thread size: #70-3 ply Poly core. | | |

| |Sizes: 8-20, 14½ - 24, 26½ - 62½. Size 16 bust | | |

| |measurement to be 42” across under armhole with 2” | | |

| |increments between sizes. Length to be minimum of 42” | | |

| |from center back of neckline to bottom hem | | |

| |Made in USA – First quality only, no irregulars or | | |

| |seconds. | | |

| |Care Apparel style # 1399 or equal | | |

| |Sizes Medium to 5XL | | |

|35. |Men’s Short Sets | | |

| |Outerwear and matching top. | | |

| | |Check If As | |

|Item |Description |Specified |Describe Fully If Not As Specified |

| | | |See Standard Terms & Conditions III.26 Quality Standards |

| |Assorted colors. Option available to specify: “Shuffle| | |

| |Assorted colors.” | | |

| |50%Cotton, 50% Polyester interlock knit. | | |

| |Inseam no less than 6 inches. | | |

| |Sizes Medium to 5XL. | | |

|36 |Women’s Short Sets | | |

| |Outerwear and matching top. | | |

| |Assorted colors. Women’s colors and prints. Option | | |

| |available to specify: “Shuffle Assorted colors.” | | |

| |50%Cotton, 50% Polyester interlock knit, | | |

| |Inseam no less than 6 inches. | | |

| |Sizes Medium to 5XL. | | |

| |Care Apparel style # 1613 or equal | | |

3.5 PRICE SHEETS

Multiply your prices by the quantity shown for both size columns and total each. Subtotal both

size columns and sum again for one grand total (final evaluation price)

Discount for orders of 12 dozen or more of a single type of garment. Discount:___% or $______

(Not part of Evaluation)

The quantities identified in the price sheet represent a typical order. The primary customer, DSHS, typically submits orders approximately one time per month. Please base your pricing on the ordering history as well as the anticipated volume of $300,000.00/2 years.

Please note: Pricing for garments above sizes 3XL are not part of this evaluation.

|ITEM |DESCRIPTION |QTYdoz. |

|GRAND TOTAL(SUBTOTAL SM-XL PLUS SUBTOTAL 2X – 3X)→ → → → → → → → → → → → |$ |

3.7 REQUEST FOR SAMPLES

Product samples shall be requested from the apparent low bidder. Samples will be determined and selected by the Evaluation Committee. An e-mail request from the Contracts Specialist will be sent to the apparent low bidder requesting selected samples. Samples will be inspected to verify compliance with bid specifications and overall quality prior to contract award.

3.8 EQUAL PRODUCTS

Bidders who bid equal items shall also submit technical documents/descriptive literature with their bid. (Pass/fail item) The literature/documents shall fully and clearly confirm the equality of the product bid. Failure to provide this information with your bid or failure to clearly confirm the equality may be grounds for bid rejection.

3.9 CERTIFICATION OF INMATE WAGES

To receive consideration, eligible bidders requesting preference under RCW 43.19.535 must complete and submit a Certificate of Inmate Wages form with their bid. This form is available via our Internet site at or main page , or by calling (360) 902-7400.

BID EVALUATION

4.1 EVALUATION / AWARD

The contract shall be awarded to the lowest responsive and responsible bidder subject to the preferences provided by law, based upon lowest cost to Washington State by evaluated total. To be considered responsive, bidder must offer all clothing products listed in the specifications and must quote a bid price for all quantities and sizes listed. Quantities shown on the price pages are based on previous order history, and do not reflect any initial order or current product requirement. .Award criteria shall include all factors identified in RCW 43.19 and the contractual requirements provided herein. All prices will be summed to determine a single total evaluation price. A single award shall be made to the lowest responsive, responsible bidder for all line items specified herein.

4.2 EVALUATION CONFERENCE

To aid in the evaluation process, after bid opening, the state may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

CONTRACT REQUIREMENTS

5.1 RETENTION OF RECORDS

The contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

5.2 REPORTS

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at . Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

SPECIAL TERMS AND CONDITIONS

1 PACKAGING AND LABELING

A, Specifications: Unless otherwise specified, goods are to be packaged in cartons meeting federal specifications.

B. Labeling: Individual shipping cartons shall be labeled with the name of the ordering agency, order number, contract number, contractor, state stock numbers, and where applicable, date of manufacture, batch number, storage requirements, conditions, and recommended shelf life. Bidders are encouraged to offer product packaging with recycled content.

6.2 DELIVERY AND PRODUCT WARRANTY

• Delivery of all products ordered shall be within 30 calendar days ARO (after receipt of order).

• Successful bidder shall guarantee all contract garments against manufacturing defects for useful life of the garment. All clothing and accessories shall carry the manufacturer's standard warranty and shall be guaranteed against defects in materials, workmanship and performance. During this warranty period the vendor shall repair or replace defective product at no cost to the State of Washington.

PRICING AND ADJUSTMENTS

Unless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, a percent increase to bid pricing to accommodate additional freight costs to Oregon locations may be indicated in Section 3.2, Bid Submittals.

All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period pricing shall remain firm and fixed for at least 180 calendar days after effective date of contract. Thereafter, adjustments in pricing will be at the discretion of the State Procurement Officer and shall:

• be the result of increases at the manufacturer's level, incurred after contract commencement date, and verified by the Producers Price Index.

a not produce a higher profit margin than that on the original contract.

b clearly identify the items impacted by the increase.

c be filed with Contracts Specialist a minimum of 45 calendar days before the effective date of proposed increase.

d be accompanied by documentation acceptable to the Contracts Specialist sufficient to warrant the increase.

• Any approved price increases shall remain firm and fixed for at least 180 calendar

days after effective date of increase.

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

4 CONTRACTOR PERFORMANCE

General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

6.5 PURCHASING CARD ACCEPTANCE

In an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time, it is not mandatory that contractors accept credit card purchases, we encourage all state contractors to consider this alternate payment process. Please indicate in Bid Submittals which card(s) you presently accept and payment discount you may offer the state. The current card available for state agency use is a VISA product.

6.6 Purchases by Nonprofit Corporations

Legislation allows nonprofit corporations to participate in state contracts for purchases administered by OSP. By mutual agreement with OSP, the contractor may sell goods or services at contract pricing awarded under this contract to self certified nonprofit corporations. Such organizations purchasing under this contract shall do so only to the extent they retain eligibility and comply with other contract and statutory provisions. The contractor may make reasonable inquiry of credit worthiness prior to accepting orders or delivering goods or services on contract. The state accepts no responsibility for payments by nonprofit corporations. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies.

End of bid

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download