Bid Package for Sign Blanks, Sheeting, and Posts
|
|
- Leonard Banks
- 6 years ago
- Views:
Transcription
1 Bid Package for Sign Blanks, Sheeting, and Posts City of Sevierville Public Works Department 310 Robert Henderson Rd. P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Frank Rogers May 2018
2 INFORMATION FOR BIDDERS RECEIPT AND OPENING OF BIDS The City of Sevierville, Tennessee (herein called the Owner ) invites bids on the form(s) attached hereto for SIGN BLANKS, SHEETING, and POSTS. The owner will RECEIVE BIDS UNTIL 3:00 PM MAY 17, 2018 at Sevierville City Hall, 120 Gary Wade Boulevard, Sevierville, Tennessee, (Mailing address: P. O. Box 5500, Sevierville, Tennessee, ). Bids will then be publicly opened and read aloud at Sevierville City Hall, 120 Gary Wade Boulevard, Sevierville, Tennessee. The envelope containing the bid must be sealed, addressed to Tracy Baker, Assistant City Administrator, and must bear the following information: Name of Bidder Bidder s Address Date and Time of Bid Opening Bid Enclosed: SIGN BLANKS, SHEETING, and POSTS The owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof, and may waive any informality or reject any and all bids. Any bid received after the time and date specified shall not be considered. Note: Each bidder shall submit three (3) copies of the completed bid packet. QUALIFICATIONS OF BIDDERS The owner may make such investigations as he/she deems necessary to determine the ability of the bidder to supply the necessary equipment, and the bidder shall furnish to the owner all such information and data for the purpose as the owner may request. The owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the owner that such bidder is properly qualified to carry out the obligation of the contract by supplying the equipment contemplated therein. Conditional bids will not be accepted. METHOD OF AWARD - LOWEST QUALIFIED BIDDER If at the time this contract is to be awarded the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the owner as available to finance the contract; the contract will be awarded on the bid. If such bid exceeds such amount, the owner may reject all bids or may award the contract on the lowest bid with such deductible alternates to produce a net amount, which is within the available funds. Multiple awards may be made from this contract. Awards will be based on the low evaluated bidder per schedule. In order to fairly evaluate all bids there must be a unit price for each item listed. If an item is no longer available, the bidder shall insert the replacement item on the bid form. Incomplete bids may be rejected. The owner reserves the right to determine the low bidder by durability and maintenance costs over the life of the equipment. This may be done by means of past experience or research. Initial cost may not determine low bid. In case of error or discrepancy in the mathematics of the bid price, the unit prices shall prevail. 2
3 QUANTITIES AND LENGTH OF CONTRACT This is a yearly contract at unit prices. Exact quantities may vary. Orders will be placed on an as needed basis over the contract period and will be released in order totals of no less than five hundred ($500) dollars per order. This contract is for an approximate one (1) year period from the date of award to June 30, 2019, and may be renewed on an annual basis in one (1) year increments up to three (3) additional years if all terms, conditions, and prices remain unchanged and both parties are in written agreement. Prices contained herein are to be firm for the term of the contract. The owner reserves the right to re-bid anytime during the term of the contract. OBLIGATION OF BIDDERS At the time of the opening of bids, each bidder will be presumed to have read and to be thoroughly familiar with the specifications. The failure or omission of any bidder to examine all the forms, instruments, and documents shall in no way relieve the bidder from any obligation in respect to his/her bid. Each bidder is requested to fill out and return the attached Title VI Information sheet, vendor sheet, and W-9 form as a part of the bid package. VENDOR INFORMATION All equipment offered under this bid shall be new and unused and of the latest model year available from the manufacturer. The unit offered for bid shall meet or exceed the specifications attached to this bid package and shall be considered as minimums unless otherwise indicated. Adequate vendor information shall be included with the bid for determination of meeting the specifications. Any exceptions shall be explained in writing and submitted as a part of the bid package. SHIPPING/DELIVERY The sign blanks, sheeting, and posts shall be delivered to the Sevierville Public Works Facility at 310 Robert Henderson Road, Sevierville, Tennessee Delivery shall be FOB Sevierville, Tennessee. Any and all shipping and/or handling charges to be included in the bid price. Prompt delivery is of the utmost importance and is required within twenty (20) working days after receiving order. For each working day over the required twenty (20) working days, one (1%) percent of the total order will be deducted from the payment as liquidated damages. OTHER PURCHASES Bidder shall also supply a full catalog with prices with applicable discounts on other piping supplies that may not be covered in this bid. Owner may purchase these items at bid prices under this contract. INSURANCE COVERAGE REQUIREMENTS These minimum coverage requirements apply to Vendors providing products and services: Commercial General Liability Insurance - $1,000,000 limit per occurrence for property damage and bodily injury, including product liability and completed operations liability. 3
4 CONDITIONS FOR ALL COVERAGES Additional Insured: The City of Sevierville, its Board of Mayor and Aldermen, and all officers, employees, agents, representatives, boards, commissions, committees, and volunteers (hereinafter referred to as Owner) are to be covered as Additional Insured respecting: liability arising out of activities performed by or on behalf of the Vendor; products and completed operations of the Vendor; premises owned, leased or used by the Vendor or premises on which Vendor is performing services on behalf of the Owner. The coverage shall contain no special limitations on the scope of protection afforded to the Owner. Notice of Cancellation or Non-renewal: Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days prior written notice has been given to the Department Head authorizing this service and/or to the Risk Manager for the Owner. Acceptability of Insurers: Insurance is to be placed with financially sound Tennessee admitted insurers (Best s rating of A or better) or approved by Owner s Risk Manager. City of Sevierville Risk Manager: Jamie Tyler, phone Certificates of Insurance: Vendor shall furnish the Owner with certificates of insurance with original endorsements affecting coverage required by this clause. The certificates and endorsements for each policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the Owner before work commences. The certificates of insurance should be directed to Jamie Tyler, Risk Manager. 4
5 SPECIFICATIONS FOR SIGN BLANKS, SHEETING AND POSTS SPECIFICATIONS FOR REFLECTIVE SHEETING AND FILM (SCHEDULE I) Electronic Cuttable Film (as listed in Supplemental Bid Sheet Schedule I): Shall be 3M Scotchlite Electronic Cuttable Film, Series 1170 or approved equal. Shall be 3 mil thickness, durable, transparent, acrylic, colored film with pressure sensitive adhesive for application over reflective sheeting designed specifically to produce traffic control and guidance signs. Reflective Sheeting (as listed in Supplemental Bid Sheet Schedule I): Shall be flexible white or colored, wide angle retroreflective sheeting, tape and related processing materials designed to enhance nighttime visibility of traffic control signs and objects. The sheeting shall be part of a family of matched component products required for the manufacture and imaging of permanent traffic control signs. Three grades of this sheeting have been identified in the supplemental bid sheet: 1. 3M Scotchlite Diamond Grade, Series 4000 ASTM,Type 11,a highly reflective, durable, wideangle, full cubed corner sheeting with pressure sensitive adhesive backing. Sheeting shall consist of prismatic lens elements with a distinctive interlocking diamond seal pattern and datum orientation marks visible from the face of a smooth surface. Guaranteed to retain at least eighty percent (80%) of its initial retroreflectivity at the end of seven (7) years. 2. 3M Scotchlite Diamond Grade VIP, Fluorescent Reflective Sheeting, Yellow Green and Yellow, Series 4000 ASTM, Type 11 respectively, meeting the same specifications as Series 4000 referenced above. 3. 3M Scotchlite High Intensity Reflective Sheeting, Series HIP 3930, a highly reflective, durable, wide-angle, prismatic reflective sheeting with pressure sensitive adhesive backing. Guaranteed to retain at least eighty percent (80%) of its initial retroreflectivity at the end of seven (7) years. Graphic Film (as listed in Supplemental Bid Sheet Schedule I): Shall be 3M Scotchcal Graphic Film, Series 3650 or approved equal. Shall be 2 mil thickness, glossy finish, non-transparent, colored film with pressure sensitive adhesive for application over reflective sheeting designed specifically to produce traffic control signs. Bids submitted for the above reflective sheeting must meet or exceed the qualities and capabilities of the trade names mentioned above. Certification and Testing: Bids submitted shall include applicable certification and testing results for, but not limited to the following: Color, Coefficient of Retroreflection, Specular Gloss, Color Processing, Shrinkage, 5
6 Flexibility, Adhesive, Impact Resistance, Resistance to Accelerated Weathering, Colorfastness, and Resistance to Heat, Cold, Humidity, and Fungus. The sheeting manufacturer shall also submit, with each lot or shipment, a certification that states the material supplied will meet all the requirements listed herein. Technical Assistance: The manufacturer supplying the retroreflective sheeting shall provide at no additional charge to the owner, the services of a qualified technician for training at the facility designated by the owner annually, or whenever a new procedure is employed in the sign making process. SPECIFICATIONS FOR SIGN BLANKS (SCHEDULE II) Material: Aluminum pre-cut sign blanks shall be new domestic material, Alloy 5052-H38. Thickness shall be Finish: Each aluminum pre-cut sign blank shall be alodized with Alodine 1200F or equal, using the Power Spray 7 Step Method. Bidder must state type finish he proposes to supply failure to do so will disqualify the bid. The chemical conversion treatment shall impart a golden discoloration to the aluminum. Only those chemical conversion treatments which have been qualified under U.S. Specification MIL-C- 5541B or ASTM B449-67, Class I or II may be employed and the processing cycle shall consist of: 1. Cleaning: A liquid etching type alkaline cleaner, Amchem Ridoline #34 or Ridosol #510 or equal must be used per manufacturer s recommendations. 2. Rinsing: An overflowing water rinse shall be used. 3. Deoxidizing: Amchem Deoxider #6-16 shall be used to desmut and remove heat treatment and residual oxides remaining on the metal. 4. Rinsing: An overflowing water rinse shall be used. 5. Chemical Conversion Treatment: A chemical conversion treatment (Amchem Alodine No. 1200F or equal) shall be utilized to produce a protective golden coating. 6. Rinsing: An overflowing water rinse shall be used. 7. Drying: A forced, hot air drying process shall be used. Size: Aluminum sign blanks shall be provided in the sizes shown on the Supplemental Bid Sheet Number 2. Blanks shall have standard corner radii in accordance with the Blank Standards specified in Section 6 of the U.S. Department of Transportation manual, Standard Highway Signs, latest edition. Certification: The bidder must submit a Certificate of Compliance certifying that each of the proposed items bid meet all of the requirements of this specification. In addition, the successful bidder shall submit certified test results from the material manufacturer on the actual material delivered. These certified test results must be included with each shipment. 6
7 SPECIFICATIONS FOR SIGN POSTS AND HARDWARE (SCHEDULE III) Material: U- Channel posts are to be rolled from new billet steel meeting the mechanical properties of ASTM designation A Square Tube posts are to be square tube formed from USS 14 gage and USS 12 gage ASTM A-446 cold rolled carbon steel or A-570 hot rolled carbon sheet steel. The minimum yield strength for 14 gage posts shall be 60,000 lbs. per sq. inch and 33,000 lbs. per sq. inch for 12 gage posts. The square tubes shall be welded directly in the corners by high frequency resistance welding or equal. The support posts are to be externally scarfed to agree with standard corner radii of 5/32 plus or minus 1/64. Hardware shall be cast from high strength aluminum under four hundred (400) tons pressure, tensile strength 45,000 p.s.i. Aluminum brackets shall be provided with cadmium plated set screws and bolts. Cross-Section: U-Channel posts shall be of a uniform, modified flanged channel section. The backside of the post shall be formed so as to have two (2) extended ribs, one (1) on each side. The dimensions shall be as described below, subject to rolling tolerances: 2.00lb: total width of 3 1/16 Depth of 1 15/ lb: total width of 3 ½ Depth of 1 7/8 Square Tube posts shall be uniform with the following dimensions. 14 gage: 2 square 12 gage (anchor): 2.25 square Note: the 12 gage anchor must accept the 14 gage post. Weight: The weight of the u-channel post shall be two (2) or three (3) pounds per foot before holes are punched, with a weight tolerance of plus or minus five percent (5%). The required weight respective to post length shall be as specified on the supplemental bid sheet. The weight of the square tube post shall be lbs. per ft. for 14 gage post and lbs. per ft. for 12 gage post. Length: All post lengths shall be as specified on the supplemental bid sheet III. Punching: U-Channel posts shall be punched with 3/8 holes on one inch centers starting one inch from the top of the post for the entire length of the post. Post to be furnished with square cut ends. 7
8 Square tube posts shall be punched with 7/16 holes on one inch centers starting one inch from the top of the post for the entire length of the post. Post to be furnished with square cut ends. Finish: U-channel posts shall be hot-dipped galvanized, after fabrication, ASTM A123. Square tube posts shall be galvanized to conform to ASTM-525, designation C-90 or its corrosionresistance equivalent. When tested in accordance with ASTM B-117 standards. Certification: The bidder must submit a Certificate of Compliance certifying that each of the proposed items bid meet all of the requirements of this specification. In addition, the successful bidder shall submit certified test results from the material manufacturer on the actual material delivered. These certified test results must be included with each shipment. 8
9 BID FORM FOR SIGN BLANKS, SHEETING, AND POSTS Company: Contact Name: Address: Address: Phone: Federal Tax Identification Number: Business License # Manufacturer: Fax: City: Model Name/No. Bid Prices: Schedule Description Total I Reflective Sheeting and Film (from Supplemental Bid Sheet Schedule I) II Aluminum Sign Blanks (from Supplemental Bid Sheet Schedule II) III Galvanized Sign Posts and Hardware (from Supplemental Bid Sheet Schedule III) Total for Comparison Estimated delivery time from place of order: It is further understood and agreed by the undersigned in submitting this proposal that the Owner reserves the following rights and privileges: a. To accept or reject any or all bids, and/or waive any of the informalities in the bidding. b. To reject all items of equipment and materials which do not conform to or exceed these specifications, without altering bid price of this proposal. c. To re-bid anytime during the term of the contract. Note: Bidders shall not add any conditions or qualifying statements to this bid, except as provided herein, as otherwise the bid may be declared irregular as not being responsive to the Advertisement for Bids. 9
10 If you have questions regarding the specifications contained in this bid package, please contact: Bid Submitted by: Frank Rogers Department of Public Works P.O. Box 5500, Sevierville, TN (865) , voice; (865) , fax Authorized Signature Name (Printed) Title Date 10
11 SUPPLEMENTAL BID SHEET SCHEDULE I 3M SCOTCHLITE REFLECTIVE SHEETING AND ELECTRONIC CUTTABLE FILM # Item Description Qty Size Unit Price Total Electronic Cuttable Film, Series 1170, non-punched, 3mil thickness 1 Violet, Yellow, Red, Orange, Blue, Green, Black, 5 9"x50 yds Brown 2 Violet, Yellow, Red, Orange, Blue, Green, Black, 5 12"x50 yds Brown 3 Violet, Yellow, Red, Orange, Blue, Green, Black, 5 15"x10 yds Brown 4 Violet, Yellow, Red, Orange, Blue, Green, Black, 5 15"x50 yds Brown 5 Violet, Yellow, Red, Orange, Blue, Green, Black, 2 18"x50 yds Brown 6 Violet, Yellow, Red, Orange, Blue, Green, Black, 2 24"x50 yds Brown 7 Violet, Yellow, Red, Orange, Blue, Green, Black, 2 30"x10 yds Brown 8 Violet, Yellow, Red, Orange, Blue, Green, Black, 2 30"x50 yds Brown 9 Violet, Yellow, Red, Orange, Blue, Green, Black, 1 36"x50 yds Brown 10 TPM-5 Clear Transfer Tape 3 6"x100 yds 11 TPM-5 Clear Transfer Tape 3 9"x100 yds 12 TPM-5 Clear Transfer Tape 3 12"x100 yds 13 TPM-5 Clear Transfer Tape 3 18"x100 yds 14 TPM-5 Clear Transfer Tape 3 24"x100 yds 15 TPM-5 Clear Transfer Tape 3 36"x100 yds Diamond Grade, Series 4000 ASTM Type White, Yellow, Red, Blue, Green 5 6"x50 yds 17 White, Yellow, Red, Blue, Green 5 9"x50 yds 18 White, Yellow, Red, Blue, Green 5 12 x50 yds 19 White, Yellow, Red, Blue, Green 2 18"x50 yds 20 White, Yellow, Red, Blue, Green 2 24"x50 yds 21 White, Yellow, Red, Blue, Green 2 30"x50 yds 22 White, Yellow, Red, Blue, Green 2 36"x50 yds Diamond Grade Fluorescent Reflective Sheeting, Series 4000 Type Yellow Green 2 24"x50 yds 24 Yellow Green 2 30"x50 yds 25 Yellow Green 2 36"x50 yds 26 Yellow 2 24"x50 yds 27 Yellow 2 30"x50 yds 28 Yellow 2 36"x50 yds 11
12 High Intensity Reflective Sheeting, Series HIP White, Yellow, Red, Blue, Green, Brown 5 6"x50 yds 30 White, Yellow, Red, Blue, Green, Brown 5 9"x50 yds 31 White, Yellow, Red, Blue, Green, Brown 5 12 x50 yds 32 White, Yellow, Red, Blue, Green, Brown 2 18"x50 yds 33 White, Yellow, Red, Blue, Green, Brown 2 24"x50 yds 34 White, Yellow, Red, Blue, Green, Brown 2 30"x50 yds 35 White, Yellow, Red, Blue, Green, Brown 2 36"x50 yds Graphic Film, Scotchcal Series 3650, non-punched, 2 mil thickness WHITE 2 12''x50yds BLACK 2 31''x50 yds BLACK 2 37''x50 yds Fluorescent Diamond Grade Screen Ready Sheets 37 Diamond Shape -3924F 20 36''x36'' Subtotal for Bid Schedule I (Transfer this total to Page 8 for comparison) Company: Prepared by: 12
13 SUPPLEMENTAL BID SHEET SCHEDULE II ALUMINUM SIGN BLANKS Item Description Qty Size (inches) Unit Price Total Stop Sign Blank, Standard Holes 20 24x24 Stop Sign Blank, Standard Holes 30 30x30 Stop Sign Blank, Standard Holes 10 36x36 Yield Sign Blank, Standard Holes & Radius Corners 10 30x30x30 Yield Sign Blank, Standard Holes & Radius Corners 10 36x36x36 Yield Sign Blank, Standard Holes & Radius Corners 10 48x48x48 School Pentagon, Sign Blank, Standard Holes & Radius 10 36x36 Corners Interstate Shield, Sign Blank, Standard Holes 20 24x24 Blank, Double Punched 30 12x6 Blank, Double Punched 30 12x18 Blank, Double Punched 30 12x24 Blank, Double Punched 30 12x36 Blank, Double Punched 30 18x24 Blank, Double Punched 30 18x36 Blank, Double Punched 30 21x15 Blank, Double Punched 30 24x30 Blank, Double Punched 30 24x36 Blank, Double Punched 30 30x30 Blank, Double Punched 30 36x36 Blank, Standard Holes & Radius Corners 30 12x6 Blank, Standard Holes & Radius Corners 30 12x12 Blank, Standard Holes & Radius Corners 30 12x18 Blank, Standard Holes & Radius Corners 30 12x24 Blank, Standard Holes & Radius Corners 30 12x36 Blank, Standard Holes & Radius Corners 30 18x18 Blank, Standard Holes & Radius Corners 30 18x24 Blank, Standard Holes & Radius Corners 30 18x36 Blank, Standard Holes & Radius Corners 25 21x15 Blank, Standard Holes & Radius Corners 20 24x8 Blank, Standard Holes & Radius Corners 25 24x10 Blank, Standard Holes & Radius Corners 30 24x24 Blank, Standard Holes & Radius Corners 30 24x30 Blank, Standard Holes & Radius Corners 30 30x30 Blank, Standard Holes & Radius Corners 30 30x36 Blank, Standard Holes & Radius Corners 30 36x36 Blank, Standard Holes & Radius Corners 30 48x24 Blank, Standard Holes & Radius Corners 10 48x30 Blank, Standard Holes & Radius Corners 10 48x36 13
14 Blank, Standard Holes & Radius Corners 10 60x30 Blank, Standard Holes & Radius Corners 10 60x36 Flat Blade, Standard Radius Corners 30 6x18 Flat Blade, Standard Radius Corners 30 6x24 Flat Blade, Standard Radius Corners 30 6x30 Flat Blade, Standard Radius Corners 30 6x36 Flat Blade, Standard Radius Corners 30 6x42 Flat Blade, Standard Radius Corners 30 6x48 Flat Blade, Standard Radius Corners 30 6x54 Flat Blade, Standard Radius Corners 30 6x60 Flat Blade, Standard Radius Corners 30 9x18 Flat Blade, Standard Radius Corners 30 9x24 Flat Blade, Standard Radius Corners 30 9x30 Flat Blade, Standard Radius Corners 30 9x36 Flat Blade, Standard Radius Corners 30 9x42 Flat Blade, Standard Radius Corners 30 9x48 Flat Blade, Standard Radius Corners 30 9x54 Flat Blade, Standard Radius Corners 30 9x60 Flat Blade, Standard Radius Corners 30 9x66 Flat Blade, Standard Radius Corners 30 9x72 Flat Blade, Standard Radius Corners 30 12x18 Flat Blade, Standard Radius Corners 30 12x24 Flat Blade, Standard Radius Corners 30 12x30 Flat Blade, Standard Radius Corners 30 12x36 Flat Blade, Standard Radius Corners 30 12x42 Flat Blade, Standard Radius Corners 30 12x48 Flat Blade, Standard Radius Corners 30 12x54 Flat Blade, Standard Radius Corners 30 12x60 Flat Blade, Standard Radius Corners 30 12x66 Flat Blade, Standard Radius Corners 30 12x72 Flat Blade, Standard Radius Corners 30 12x78 Flat Blade, Standard Radius Corners 30 12x84 Flat Blade, Standard Radius Corners 30 18x18 Flat Blade, Standard Radius Corners 30 18x24 Flat Blade, Standard Radius Corners 30 18x30 Flat Blade, Standard Radius Corners 30 18x36 Flat Blade, Standard Radius Corners 20 18x42 Flat Blade, Standard Radius Corners 20 18x48 Flat Blade, Standard Radius Corners 20 18x54 Flat Blade, Standard Radius Corners 20 18x60 Flat Blade, Standard Radius Corners 20 18x66 Flat Blade, Standard Radius Corners 20 18x72 Flat Blade, Standard Radius Corners 20 18x78 Flat Blade, Standard Radius Corners 20 18x84 Flat Blade, Standard Radius Corners 20 18x90 Flat Blade, Standard Radius Corners 20 18x96 Flat Blade, Standard Radius Corners 20 18x102 Flat Blade, Standard Radius Corners 20 18x108 Flat Blade, Standard Radius Corners 20 18x114 Flat Blade, Standard Radius Corners 20 18x120 Subtotal for Bid Schedule II (Transfer this total to Page 8 for Comparison) 14
15 Company: Prepared by: 15
16 SUPPLEMENTAL BID SHEET SCHEDULE III GALVANIZED SIGN POSTS AND HARDWARE Sign Post (u-channel) Two (2) pounds per foot galvanized sign post Qty. Unit Price Total 1 10 ft. post ft. post ft. post 150 Subtotal Three (3) pounds per foot galvanized sign post Qty. Unit Price Total 1 10 ft.post ft. post ft.post 100 Subtotal Square tube 14 Gage, 2 sq., pounds per foot galvanized sign post Qty. Unit Price Total 1 10 ft. post ft. post ft. post ft. post 50 Subtotal Square tube 12 Gage, 2.25 sq., pounds per foot galvanized sign post Qty. Unit Price Total 1 30 Anchor Post Anchor Post 150 Subtotal Total Posts Sign Hardware (bolt-thru) Sign Brackets (5/16" holes) Qty. Unit Price Total 1 5.5" 90 degree bracket for flat blade " 180 degree bracket for flat blade " cross piece for flat blade " 90 degree bracket for flat blade " 180 degree bracket for flat blade " cross piece for flat blade " cantilever bracket for flat blade " cantilever extension for flat blade 15 Total Hardware Subtotal for Bid Schedule III (Post + Hardware) (Transfer this total to Page 8 for comparison) Company: Prepared by: 16
17 TITLE VI INFORMATION The City of Sevierville complies with all applicable federal and state civil rights laws, including but not limited to Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000e.), and the City does not discriminate based on race, color, gender, religion, age or national origin. By virtue of submitting a response to this solicitation, bidders agree to comply with the same nondiscrimination policy. Bid Item/Project Name: Bid Date: *For Title VI compliance, we ask for voluntary disclosure of the following information for the majority owner of the business: Company Name: Gender: Male Female Race: Caucasian African American Other (please specify) 17
18 P.O. Box 5500 Sevierville, TN *Fax VENDOR INFORMATION FORM Name: Federal Tax ID Number: Business License Number: County and State of License: Mailing Address: Shipping Address: Phone Number: Fax Number: Contact Person: Address: Corporation, Sole Proprietor, or Partnership: (If the business is a sole proprietor the owners name): NEW VENDORS WILL BE ADDED AFTER RECEIPT OF THIS COMPLETED FORM AND VERIFICATION OF A CURRENT BUSINESS LICENSE. VENDORS WITHOUT A CURRENT BUSINESS LICENSE WILL NOT BE ACCEPTED. IT IS THE RESPONSIBILITY OF THE FINANCE DEPARTMENT TO ENTER AND UPDATE ALL VENDOR INFORMATION. THANK YOU. Revised 1/22/
19 19
Scott Eagle Attack Thermal Imaging Camera
Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.
More informationFinance & Technology Administrator (815) ext 223
2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative
More informationINVITATION TO BID CITY OF HOPKINSVILLE
INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,
More informationINTRODUCTION WORK SCOPE AND PROJECT CONDITIONS
Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road
More informationCity, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.
MINIMUM BID SPECIFICATIONS BID FORM Construction of a 30X60X20 All-Steel Building with 16X25 Lean-To City of Glasgow Department of Public Works We, the undersigned, propose to furnish the item listed below
More informationINVITATION TO BID B I D F O R M. Please submit bid on or before 2:15 pm 101 North Halagueno Street June 6, 2013, at the office of the
BID NO.: 2013-30 INVITATION TO BID B I D F O R M Refuse Containers, Roll-Out Refuse Containers, Lids, Lid Assemblies, Front & Rear Replacement Lids, Piano and Loop Hinges City of Carlsbad Please submit
More informationMain Building Auditorium
Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform
More informationUltra Aluminum Fence, Rail & Gate Specifications
Ultra Aluminum Fence, Rail & Gate Specifications [This specification contains options and notes in square brackets. The various choices relate to the color, style, size, and component dimensions of the
More informationSection 906. STRUCTURAL STEEL
906.01 Section 906. STRUCTURAL STEEL 906.01. General Requirements. Finished rolled shapes must be free from imperfections that affect strength and durability in accordance with ASTM A 6. Rolled shapes
More informationALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT
City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE
More informationDAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower
DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate
More informationPeralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department
Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart
More informationBid: Seventy-First High School Gym Floor Refinishing
REQUEST FOR QUOTATION CUMBERLAND COUNTY SCHOOLS PLANT OPERATIONS FACILITY 810 GILLESPIE STREET FAYETTEVILLE, NC 28306 May 31, 2013 Kathy Miller, Director Operations (910) 678-2645 fax - (910) 678-2642
More informationTown of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS
Advertisement for Bids ROAD MAINTENANCE PROJECTS Notice is hereby given by the Town of Wascott, Douglas County, WI, that it will receive sealed bids for crack routing and sealing, chip seal coating, and
More informationSECTION LAGUNA SERIES TOP HUNG SLIDING DOOR SYSTEM
Page 1 of 6 SECTION 08 32 20 LAGUNA SERIES TOP HUNG SLIDING DOOR SYSTEM USE THIS SECTION WHEN SPECIFYING OVERHEAD SUPPORTED GLASS SLIDING DOORS. SECTION INCLUDES OVERHEAD SLIDING TUBE ASSEMBLY, MOUNTING
More informationOak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion
1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO
More informationRR-F-191/3D 14 May SUPERCEDING RR-F-191/3C July 22, 1981 FEDERAL SPECIFICATION SHEET
14 May 1990 ----------- SUPERCEDING RR-F-191/3C July 22, 1981 FEDERAL SPECIFICATION SHEET FENCING, WIRE AND POST, METAL (CHAIN-LINK FENCE POSTS, TOP RAILS AND BRACES) (DETAIL SPECIFICATION) This Federal
More information1.02 DESCRIPTION A. This Section specifies furnishing and installing Surface Applied Detectable/Tactile Warning Surface Tiles where indicated.
SURFACE APPLIED DETECTABLE/TACTILE WARNING SURFACE TILE PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Special Conditions and Division 1 Specifications
More informationTRANSPORT II " 10.5" MOUNTING POSTS FENCE LINE POST. Classic gate shown GATE OPENING CANTILEVER GATE SAFETY WARNING
TRANSPORT ESTATE TRANSPORT IS TRANSPORT LINK ADAPTRACK 2"sq x.25" UPRIGHTS & DIAGONAL BRACES 1"sq x.125" PICKETS GATE TRACKS PRE-DRILLED FOR LEFT OR RIGHT OPENINGS FENCE LINE POST 13.8125" 10.5" MOUNTING
More informationCOMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT
COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later
More informationCITY OF FARGO SPECIFICATIONS SIGNING
SIGNING PART 1 DESCRIPTION OF WORK The work to be done under this section of the Specifications and the accompanying plans consists of furnishing all labor, material and accessories necessary to complete
More informationNorthpointe Renovation EPN #1701 F/A Project #17027 September 8, 2017
SECTION 055213 - PIPE AND TUBE RAILINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification
More informationBITUMINOUS MIXTURE # 13A BID SHEET
BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,
More informationBoth envelopes must have the following information in the lower left hand corner:
SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including
More informationDiamond Grade DG 3 Reflective Sheeting Series 4000
Product Bulletin 4090 March 2006 Diamond Grade DG 3 Reflective Sheeting Series 4000 Health & Safety Refer to the package label and, if relevant, the Material Safety Data Sheet for health, safety, and handling
More informationEscanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10
Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,
More informationREQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS
OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017
More informationSECTION [ ] COILING COUNTER DOORS. Display hidden notes to specifier. (Don't know how? Click Here)
SECTION 08332 [08 33 13] COILING COUNTER DOORS Display hidden notes to specifier. (Don't know how? Click Here) PART 1 GENERAL 1.1 SECTION INCLUDES A. Coiling Metal Counter Doors. B. Coiling Metal Counter
More informationSpecifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.
Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications
More informationINVITATION to BID. 11:00 a.m.
L E G A L N O T I C E INVITATION to BID The Town of Ridgefield invites all interested parties to submit sealed bids on the following: Bid DUE DATE: June 22, 2017 Bid DUE TIME: Bid ITEMS: 11:00 a.m. Aluminum
More informationSECTION DIRECTORIES
PART 1 - GENERAL 1.1 DESCRIPTION: SECTION 10 13 00 DIRECTORIES SPEC WRITER NOTES: 1. Delete // // if not applicable to project. Also delete any other item or paragraph not applicable in the section and
More informationSign & Post Installation. Standard Specifications and Standard Drawings. July 2017 Edition
Standard Specifications Sign & Post Installation Utility Services Department 500 George Street North, Peterborough, Ontario, K9H 3R9 Transportation Division Telephone: 705-742-7771 Fax: 705-876-4621 Sign
More informationSECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.1 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,
More informationAddendum No. 1. ITB for Emergency Management/Utilities Administration Building Renovation Addendum Release Date April 06, 2017
City of Wilton Manors Finance Department 2020 Wilton Drive Wilton Manors, FL 33305 Phone (954) 390-2171 Fax (954)390-2199 www.wiltonmanors.com Addendum No. 1 ITB # 2016-16 ITB for Emergency Management/Utilities
More informationSECTION CRL50 AND CRL51 HEAVY GLASS TOP HUNG SLIDING DOOR SYSTEMS
SECTION 08 32 20 CRL50 AND CRL51 HEAVY GLASS TOP HUNG SLIDING DOOR SYSTEMS Page 1 of 6 USE THIS SECTION WHEN SPECIFYING OVERHEAD SUPPORTED GLASS PANEL PARTITIONS. SECTION INCLUDES OVERHEAD TRACK ASSEMBLY,
More informationMODEL SPECIFICATIONS: Hydraulically Driven Steel Underpinning Pile Specifications
MODEL SPECIFICATIONS: Hydraulically Driven Steel Underpinning Pile Specifications Mar/2008 v1.0 SECTION 02255 HYDRAULICLY DRIVEN STEEL UNDERPINNING PILES PART 1 GENERAL 1.01 SCOPE OF WORK The work shall
More informationUNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)
IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING
More informationI N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom
Overview The (CBW) requests sealed bids from interested and qualified firms to provide a, on a one-time basis. Supplier shall furnish all labor, materials, tools, and equipment necessary for supplying
More informationHOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)
HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018
More informationSECTION PREFABRICATED PIPE BRIDGE(s)
SECTION 13135 - PREFABRICATED PIPE BRIDGE(s) PART 1 - GENERAL 1.01 Scope A. The Contractor is responsible for all engineering design, detailing, fabricating, installation including foundations for the
More informationNORTH HARRIS COUNTY REGIONAL WATER AUTHORITY PIPE HANGERS, Section PIPE HANGERS, SUPPORTS, AND RESTRAINTS
PART 1 GENERAL 1.01 SUMMARY Section 15140 PIPE HANGERS, This Section includes the furnishing and subsequent installation of: A. Pipe and equipment hangers, supports, and associated anchors B. Equipment
More informationORDINANCE NO WHEREAS, the City Council did give public notice and did hold a public hearing regarding the proposed amendment.
ORDINANCE NO. 3540 AN ORDINANCE OF THE CITY OF MESQUITE, TEXAS, AMENDING THE MESQUITE SUBDIVISION ORDINANCE ADOPTED ON SEPTEMBER 4, 1973, BY DELETING PARAGRAPH (14) TO CHAPTER A OF ARTICLE V IN ITS ENTIRETY
More informationSECTION FOOD DISPENSING EQUIPMENT- SNEEZE GUARDS AND PARTITION POSTS
Page 1 of 17 SECTION 11 4600 FOOD DISPENSING EQUIPMENT- SNEEZE GUARDS AND PARTITION POSTS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and
More informationBID PACKAGE AND SPECIFICATIONS FOR ASPHALT PAVING CITY OF LAFAYETTE
BID PACKAGE AND SPECIFICATIONS FOR ASPHALT PAVING CITY OF LAFAYETTE EXHIBIT A TECHNICAL SPECIFICATIONS ASPHALT OVERLAY CITY OF LAFAYETTE 2 ROADWAY CONSTRUCTION A-01 Modifications To Tennessee Department
More informationDate: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:
SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00
More informationB. Polyethylene samples shall be submitted for Owner approval of color and quality.
Glass Rail ENGINEERED DASHERBOARD SPECIFICATIONS PART 1 - GENERAL 1.01 PROJECT SCOPE A. Contractor shall furnish and install one complete set of steel framed dasherboards as indicated on the drawings and
More informationPW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE
Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY
More informationBID # ELLIS MIDDLE LOCKERS
BID # 20140729 ELLIS MIDDLE LOCKERS The Sumner County Board of Education, herein known as School System, is soliciting bids for the purchase and installation of new lockers. The vendor must include cost
More informationSECTION METAL ROOF PANELS
SECTION 07 41 13 PART 1 GENERAL 1.1 SECTION INCLUDES A. Standing-seam roof panels. B. Metal roofing accessories. 1.2 RELATED SECTIONS A. Section 07 62 00 - Sheet Metal Flashing. B. Section 07 72 00 - Roof
More informationSECTION PANEL AND POST AND PYLON SIGNAGE. 1. Non-illuminated Panel and Post signs. 2. Internal illumination Pylon (Cabinet and Post) signs.
PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Non-illuminated Panel and Post signs. 2. Internal illumination Pylon (Cabinet and Post) signs. 1.2 PERFORMANCE REQUIREMENTS A. Structural
More informationINVITATION FOR BID Bid #872 - Printing Services
INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy
More informationModel # 158-P4. 12/12/2013 Page 1 of 11
Model # 158-P4 12/12/2013 Page 1 of 11 2/12/2013 Page 2 of 11 1675 Locust Street Red Bud, IL 62278 Phone: 618-282-8200 Fax: 618-282-8202 WARRANTY & TERMS WARRANTY: 5 Year Limited Warranty on Thermoplastic
More informationREVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET
REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's
More information1675 Locust Street Red Bud, IL Phone: Fax: WARRANTY & TERMS
Model # 349S-P6 1675 Locust Street Red Bud, IL 62278 Phone: 618-282-8200 Fax: 618-282-8202 WARRANTY & TERMS WARRANTY: 5 Year Limited Warranty on Thermoplastic coated elements. Ultra Play guarantees all
More informationDMS-8300, Sign Face Materials
Overview (Combining DMS-8320 with DMS-8300) Effective Date: July 2005 - August 2006 (refer to 'Archived Versions' for previous versions). This Specification establishes prequalification, warranty, material
More informationModel # 238HS-P8. 4/27/2011 Page 1 of 11
Model # 238HS-P8 4/27/2011 Page 1 of 11 4/27/2011 Page 2 of 11 1675 Locust Street Red Bud, IL 62278 Phone: 618-282-8200 Fax: 618-282-8202 WARRANTY & TERMS WARRANTY: 5 Year Limited Warranty on Thermoplastic
More information3M Advanced Engineer Grade Prismatic Sheeting
Traffic Safety and Security Division 3M Advanced Engineer Grade Prismatic Sheeting Series 7930 with Pressure Sensitive Adhesive Product Bulletin 7930 US February 2016 Description 3M Advanced Engineer Grade
More informationDate: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit
REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Date: November 30, 2016
More informationINVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:
INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid
More informationHighlands Housing Authority
Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,
More informationCity of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax
City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 February 19, 2013 Request for Bids New Haven City Park Bock Field fencing The
More informationCITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134
CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Public Works Director INVITATION
More informationPROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017
PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING BID DATE: 9:00 a.m., August 31, 2017 1. Proposal Packets and Specifications will be available in the office of the City Clerk, 3 West Main Street,
More informationRequest for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15
Bid #48-15 Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 City of Portsmouth Public Works Department Sewer Inventory INVITATION TO BID Sealed bid proposals,
More informationMailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details
TABLE OF CONTENTS Shipping Information Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details Machine Performance Standards Mailing Equipment Specifications Weighing
More informationA. Access doors and frames are part of an access door and frame allowance.
SECTION 08 31 13 ACCESS DOORS AND FRAMES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification
More informationSECTION 552 HELICAL ANCHORS AND HELICAL PILES
SECTION 552 HELICAL ANCHORS AND HELICAL PILES DESCRIPTION 552.01 This work pertains to furnishing and installing helical anchors and helical piles shown in the Contract in accordance with the Drawings
More informationINVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09
INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101
More informationSTANDARD SPECIFICATION FOR CRIBLOCK CONCRETE CRIBWALL
STANDARD SPECIFICATION FOR CRIBLOCK CONCRETE CRIBWALL 1. SCOPE 2. DESIGN 3. MATERIALS 4. CONSTRUCTION 5. METHOD OF MEASUREMENT AND PAYMENT SCOPE This Specification sets out requirements for the design,
More informationRENEW ELASTOMERIC ACRYLIC COATING (PAINT GRADE) MANUFACTURERS SPECIFICATION / SECTION
STUC-O-FLEX RENEW ELASTOMERIC ACRYLIC COATING (PAINT GRADE) MANUFACTURERS SPECIFICATION / SECTION 09 97 23 PART 1-GENERAL 1.00 SCOPE: Manufacturer's specifications containing the requirements necessary
More informationCOLLEGE CLASSROOM & DORMITORY SPECIFICATION SECTION 08100
COLLEGE CLASSROOM & DORMITORY SPECIFICATION SECTION 08100 Part 1 General 1.01 Work Included A. The work under this section shall include the furnishing of all items shown on the drawings and as specified,
More informationSECTION 1043 FENCE MATERIAL
SECTION 1043 FENCE MATERIAL 1043.1 Scope. This specification covers the material required in the construction of chainlink fence and woven wire fence. 1043.2 Basis of Acceptance. The basis of acceptance
More informationCITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134
CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Gary Rikard, Chief of Police INVITATION TO BID
More information70% polyester / 30% cotton printed with 3M trademarks 65% polyester / 35% cotton printed with 3M trademarks
Technical Data Sheet 07 October Fabrics Description Fabrics are designed for use on safety garments and in athletic and casual wear. When properly used, helps enhance the visibility of the wearer in nighttime
More informationSIERRA MODEL 12 X 24 SPECIFICATIONS
SIERRA MODEL 12 X 24 SPECIFICATIONS Dimensions: Roof Dimensions 12-0 x 24-0 Column Dimensions (center to center) 9-0 x 21-0 Minimum Clearance 8-0 Shed Roof 1:12 pitch Square Feet Under Roof 288 Columns
More informationINVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:
INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and
More informationCRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012
CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS General Inmation Bidders Sealed bids must be received by 12:00 Noon, Monday, April 23, at the Wascott Town Hall as stated in the public notice and advertisement
More informationModel # 800SM-PS3. 8/3/2016 Page 1 of 8
Model # 800SM-PS3 8/3/2016 Page 1 of 8 /3/2016 Page 2 of 8 1675 Locust Street Red Bud, IL 62278 Phone: 618-282-8200 Fax: 618-282-8202 WARRANTY & TERMS WARRANTY: 5 Year Limited Warranty on Thermoplastic
More informationSECTION OVERHEAD COILING FIRE DOORS MODEL 662 OVERHEAD COILING COUNTER FIRE DOORS WITH INTEGRAL FRAME
SECTION 08331 OVERHEAD COILING FIRE DOORS MODEL 662 OVERHEAD COILING COUNTER FIRE DOORS WITH INTEGRAL FRAME Display hidden notes to specifier. (Don't know how? Click Here) PART 1 GENERAL 1.1 SECTION INCLUDES
More informationCONCRETE STEPS, HANDRAILS, AND SAFETY RAIL
SUDAS Standard Specifications Division 9 - Site Work and Landscaping Section 9080 - Concrete Steps, Handrails, and Safety Rail CONCRETE STEPS, HANDRAILS, AND SAFETY RAIL PART - GENERAL.0 SECTION INCLUDES
More informationInstructions. Specifications. For. Water Treatment Plant Chemical Bid
Instructions & Specifications For Water Treatment Plant Chemical Bid Bid Number 2014-002 Hardin County Water District No. 2 Elizabethtown, Kentucky January 24, 2014 Shaun Youravich, Operations Manager
More informationModel # BARK-358-RDP
Model # BARK-358-RDP 1675 Locust Street Red Bud, IL 62278 Phone: 618-282-8200 Fax: 618-282-8202 WARRANTY & TERMS WARRANTY: 5 Year Limited Warranty on Thermoplastic/Canine coated elements. guarantees all
More informationINVITATION FOR BID BID #1037 Parka and Softshell Coats
IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,
More informationINVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.
INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL
More informationProcurement Quality Clauses and Specifications
Procurement Quality Clauses and Specifications This document describes the Quality Clauses and Specifications applicable to Lynch Purchase Orders for materials and outsourced processes. The specific items
More informationSchool Risk Assessment
RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting
More informationLICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE
U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE
More informationPROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:
CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:
More informationITEM 686 TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL)
ITEM 686 TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) 686.1. Description. This Item shall govern for designing, fabricating, furnishing and erecting steel traffic signal pole assemblies of the various types
More informationD D TYPE A1, A2 & B MICHIGAN DEPARTMENT OF TRANSPORTATION 5-40 CONNECTION. L4" x 4" x 3/8" Brace. C8 x 4.25 Strut. WT9 x 17.5.
Sign length minus Adjust to avoid interference with sign legend A Deck fascia A 6" Equal Equal 6" Sign length (L) varies 6 to 12 PLAN 0 CONNECTION (DECK FASCIA) Angle connection assembly F Face of concrete
More informationSECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS
SECTION 11000 MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This section contains general information required to install mechanical equipment as shown on the plans and
More informationSupply of Office Furniture, Fittings, Furnishings & other Equipments.
The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke
More informationPRESTON HEALTH SERVICES ARCHITECT'S NO. 2700
SECTION 09 5113 - ACOUSTICAL PANEL CEILINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification
More informationADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA
ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in
More informationSpecifications for FL-100 Soffit Panel
Union Corrugating Company Specifications for FL-100 Soffit Panel SECTION 07410 METAL SOFFIT PANELS PART 1 GENERAL 1.1 DESCRIPTON A. Section Includes: 1. Preformed metal soffit panel system 2. Associated
More informationSECTION METAL FLOOR PLATE STAIRS
SECTION 05513 - METAL FLOOR PLATE STAIRS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification
More informationSECTION DECORATIVE METAL FENCES AND GATES
SECTION 32 31 19 SPEC WRITER NOTE: Use this section only for NCA projects. Delete text between // // not applicable to project. Edit remaining text to suit project. PART 1 - GENERAL 1.1 SUMMARY A. Section
More informationSHORING & UNDERPINNING 02250
Subsidiary of Hubbell Power Systems 210 North Allen St. Centralia, MO 65240 Phone: (573) 682-8414 Fax: (573) 682-8660 E-mail: hpscontact@hps.hubbell.com www.abchance.com This MANU-SPEC utilizes the Construction
More informationUnion County Vocational - Technical Schools Scotch Plains, New Jersey
SECTION 055113 - METAL PAN STAIRS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification
More information