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

Size: px
Start display at page:

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

Transcription

1 INVITATION TO BID CITY OF KNOXVILLE Personal Protective Equipment Structural Firefighting Turnout Coat and Pant The City of Knoxville seeks to establish a fixed price agreement for personal protective equipment (PPE or "turn out gear") consisting of both structural firefighting turnout coat and pant for the Knoxville Fire Department. The agreement shall be for one year with two optional one-year renewals. Sealed bids are due to the Office of the Purchasing Agent by 11:00 a.m., August 14, 2013 (instructions below). In making its award, the City will evaluate, in addition to pricing, adherence to specification, solutions to universal issues, and timely availability; furthermore, samples of turnout gear are to be subjected to rigorous field testing by the Knoxville Fire Department (KFD) as part of the evaluation process. In short, the lowest price quoted may not win the subsequent award, as these other evaluation criteria are extremely important to the City; and the City's evaluated decision shall be final. The specification below is divided into three sections for review and evaluation: 1. Manufacturer's Solutions to Universal Issues 2. Field Test and Samples 3. Technical Specification (two sections) PRE-BID CONFERENCE: A pre-bid conference is scheduled for 10:30 a.m. on July 22, The conference shall be conducted at the Knoxville Fire Department administrative offices located at 900 Hill avenue, Suite 430; Knoxville, Tennessee SPECIFICATION MANUFACTURER'S SOLUTIONS TO UNIVERSAL ISSUES Bids must be accompanied by detailed responses to the following questions: 1. Please explain your approach to moisture management in terms of external absorption, perspiration, etc. in firefighting turnout gear? 2. Please detail your solution to the problem of stored energy burns under non-porous materials? 3. Please detail your design and manufacturing techniques that enhance fit, freedom of movement, function and decrease fatigue of firefighters wearing your turnout gear?

2 4. Please detail your solution to thermal stress in areas of high compression (shoulders, knees, etc.) on the turnout gear? 5. Please detail the enhancements to your product that will increase the durability and duration of usable life? 6. Please detail how your product increases the functionality and availability of the firefighter bailout system without compromising overall function of the turnout gear? FIELD TEST AND SAMPLES Bidders shall provide the following sample sizes for evaluation. Samples must be delivered with the sealed bid to the Office of the Purchasing Agent. Delivery of samples to any other location, including the Knoxville Fire Department, may result in the rejection of your bid. Samples must be exact examples of the items bid: Two (2) Coat Samples: 46 x 32R and 44 x 32R Two (2) Pant Samples: 40R and 38R Field testing shall be performed on the samples provided, and both the resulting quantifiable data and subjective information shall be used as part of the PPE selection process. Firefighters will complete test stations in their assigned turn out gear for one day; hydrate and visit rehab for a complete set of vital statistics; they then will fill out surveys assessing the performance of the turn out gear at that station. Meanwhile, the turn out gear worn will either be placed in a gear dryer temporarily or air dried to remove any accumulation of perspiration. Removing the perspiration will ensure the turn out gear is ready for the next round of testing. The firefighters will then rotate around each station subsequently; testing the gear, rehabbing, and completing surveys. Station 1 Extension Ladder Raise and Removal Station 2 Basic Hose Stretch and Advance; Removal, Draining, and Loading Station 3 Apparatus Interfacing/Confined Space Station 4 Second Floor Emergency Bail-Out Station 5 Sprinkler Test/Water Absorption Rate TECHNICAL SPECIFICATION Bidders shall provide detailed written specifications with their bids, clearly showing compliance with the following technical specifications. Any brand name stated in this bid invitation is descriptive, not restrictive, and is included to indicate type and quality desired. Bids on brands

3 of like nature and quality will be considered. If bid is based on other than manufacturer specified, bid must show manufacturer, brand or trade name, lot number, etc., of article offered, along with detailed product descriptions and specifications. If Bidder takes no exception to specifications or reference data, Bidder will be required to furnish brand names as specified. SECTION ONE: GENERAL REQUIREMENTS A. Standard All garments shall meet or exceed the criteria set forth in the current edition of NFPA 1971 PROTECTIVE CLOTHING FOR STRUCTURAL FIRE FIGHTING, FED-OSHA CFR 1910, Subpart L, OSHA 29 CFR Part and/or the requirements of CAL-OSHA title 8, Article 10.1, Para. 3406, and applicable sections of FED-OSHA CFR All components and composites used in the construction of garments shall be third party tested, certified and listed for compliance to NFPA The label of the third party tester shall denote certification. The manufacturer shall be registered to the ISO Standard 9001 to assure a satisfactory level of quality. B. User Guide Information Each garment shall include a User Information Guide with information required by NFPA This guide shall include: 1. Pre-use information Safety considerations Limitations of use Garment marking recommendations and restrictions A statement that most performance properties of the garment cannot be tested by the user in the field Warranty information 2. Preparation for use Sizing/adjustment Recommended storage practices 3. Inspection Inspection frequency and details. 4. Don/Doff Donning and doffing procedures Sizing and adjustment procedures Interface issues 5. Use Proper use consistent with NFPA 1500, Standard on Fire Department, Occupational Safety and Health Program, and 29 CFR 1910, Maintenance and Cleaning Cleaning instructions and precautions with a statement advising users not to use garments that are not thoroughly cleaned and dried Inspection details

4 Maintenance criteria and methods of repair where applicable Decontamination procedures for both chemical and biological contamination 7. Retirement and Disposal Retirement and disposal criteria and considerations 8. Drag Rescue Device (DRD) Use, inspection, maintenance, cleaning and retirement of the DRD C. Tracking Label System There shall be a PDF417, two-dimensional bar code label permanently affixed to each garment for tracking purposes. The bar code shall be able to withstand customary wash and wear cycles and must incorporate a minimum of a 30 percent error correction capability. 1. The bar code shall contain the following information at a minimum: 2. Unique serial number 3. Item description (brand, model, material color) 4. Lot information (date of mfg., size, etc.) 5. Material description 6. The standard to which the garment is compliant 7. The name of the firefighter to which the garment is assigned D. Warranty The manufacturer's written warranty must be provided with the bid. E. High Temperatures Thermal Insulating Materials Requirement Because thermally stable materials are essential to maximizing protective performance in firefighters PPE, and because NFPA only states minimum performance requirements, all thermal liner or thermal-enhancing materials used in the garments shall meet the following criteria after the 500 degree F oven test: 1. Material shall remain intact and flexible. 2. No portion of the material shall crack, crumble, flake, or tear. In addition, the Thermal Protective Performance (TPP) shall be no less than a rating of 38 and the Total Heat Loss (THL) shall be no less than 252. F. Breathability Requirement Excluding where required by NFPA standard or necessary for functionality, all materials used in the construction of the garments shall be breathable, and all moisture barrier material must be as specified in the following materials section, or must be W.L. GORE CROSSTECH Black NOMEX substrate. The breathability requirement includes but is not limited to: collar, chinstrap, storm shield, fly, waterwells, front coat facings, labels, and reinforcement cushioning where applicable. Areas where non-breathability is allowed: trim, hook and loop fastening, hardware or hardware backing, and external pocketing.

5 G. Conductive and Compressive Heat Resistance (CCHR) Using breathable materials as outlined in the section titled "Breathable Materials," there shall be a minimum area of 4 x 4 at the shoulders and elbows that provide a minimum of 25 CCHR at 2 psi, and a minimum 6 x 6 area at the knees that provide 25 CCHR at 8 psi. All three compression areas shall be constructed of high temperature fiber based materials. H. Stress Points All outer shell stress points, including top and bottom corners, pocket flap corners, and top and bottom of storm flap/fly shall be reinforced using a 42-stitch minimum bar tack. I. Custom Sizing and Tailoring Requirements The City of Knoxville Fire Department shall require the following measurements be obtained and utilized in manufacturing custom tailored turn out gear for the individual firefighter to which it is assigned: Coat Chest Size Shoulder Length Back Length Sleeve Length Pant Waist/Hip Crotch Rise Inseam Suspenders Individuals with body proportions outside the typical dimensions or other fit challenges shall be measured in further specific detail so as to accommodate him/her by providing an equal level of functionality, comfort, and protection. Stock, alpha, or generalized sizing (such as small, medium, large, extra-large) shall not be considered, nor shall women s garments cut to men s patterning. Pattern tailoring to custom fit the neck, bicep, hip/seat, and/or thigh circumferences shall also be provided. A full range of women s sizing, on women s patterns, shall be available. J. Seams All moisture barrier seams must be sealed at no less than 600 degrees F and in accordance with the manufacturer's guidelines. KFD's live burn training room is limited to 550 degrees ambient temperature, and the additional 50 degrees is required in order to afford a margin for safety in the event of a training emergency. To ensure minimum seam abrasion, the moisture barrier seams shall be oriented with the stitching toward the inside of the thermal barrier. K. Thermal Reinforcement Thermal material shall be included on the liner behind all sleeve trim, reinforcements, and patches. SECTION TWO: TURNOUT COAT

6 In addition to the requirements listed above, Turnout Coats must comply with the following specifications: A. Thermal Liner The thermal liner shall be constructed of multiple layers of E-89 spunlaced Nomex /Kevlar aramid blend, quilt stitched to a 100% meta-aramid spun yarn/filament yarn face cloth, with a finished weight of no more than 8.3 oz. per square yard and a wicking finish. The liner shall have one internal pocket no less than 8 x8 and all edges of the pocket shall be surged to prevent unraveling. The NFPA compliant labeling shall be applied to the thermal liner pocket. The pocket shall be located on the inward left side of the coat liner. B. Moisture Barrier The moisture barrier shall be constructed of W.L. GORE CROSSTECH Black NOMEX substrate laminated to a lightweight breathable, Teflon membrane; weighing 5.0 oz./sq. yd. The moisture barrier material shall meet all moisture barrier requirements of NFPA 1971, which includes water penetration resistance, viral penetration resistance, and common chemical penetration resistance. The moisture barrier shall be bound along the edges with Bias-Cut Neoprene-coated cotton/polyester binding. Any references in this document to Specified Moisture Barrier shall refer to this section. C. Outer Shell Material The outer shell shall be constructed of a nominal 7.5 osy 60/40 para-aramid/pbi modified plain weave outer shell fabric. The outer shell material shall be reinforced with a network of yarns, each containing one ply of 400 to 600 denier para-aramid filament and one ply of 60/40 paraaramid/pbi spun yarn and have a durable water repellant finish. The color shall be black. In the event that the specified outer shell material should be discontinued, the City of Knoxville shall have the option to switch to another appropriate outer shell material of the City's choosing, upon the agreement of both parties. Such a change may not increase the price of the garment. D. Assembly Attachments The design shall be compatible with the outer shell so that the liner does not buckle, pull, or otherwise restrict body motion. The left and right fronts of the moisture barrier/thermal liner shall be attached to the facings at the front closure of the outer shell. The neck of the moisture barrier/thermal liner shall be secured to the neck of the outer shell collar such that when donning the coat an arm cannot become accidentally caught between the outer shell and its inner linings along the neck between the armholes. An assembly attachment such as a reinforced snap shall be located at the center rear of the coat to provide attachment of the outer shell to the liner system so as not to create a collection of the materials while seated in the apparatus. Flame resistant hook and loop tape or reinforced snap fasteners will attach the liner to the outer shell and keep it completely hidden when properly installed. In addition, there shall be a means for ensuring proper alignment of the liner system to the outer shell. E. Water Wells and Coat Wristlets

7 Liquid resistant water wells shall be sewn into the sleeve ends to prevent liquids and other hazardous materials from entering beneath the moisture barrier when the arms are raised. This water well shall be constructed of moisture barrier material. A layer of thermal liner shall extend over and past the water well to provide continuous thermal protection on the inside of the outer shell. Two or more leather tabs with snap fasteners shall be set in the cuff to attach the outer shell to liner. In addition, any appropriate fasteners shall be employed to attach outer shell to liner in an effort to prevent liner pull out. The wristlet shall be constructed of a double layer of water resistant knit Nomex /Kevlar and be no less than 7-8 extending completely over the mid/upper palm with a thumb strap to prevent it from sliding back. The wristlet shall be permanently attached to the liner system. The thumb strap shall be reinforced and/or cross tacked to the knit material. The aforementioned assembly shall be interface capable with the appropriate gloves to provide wrist protection in accordance with NFPA The current glove being issued to the City of Knoxville Fire Department personnel is the Protech Fusion 8 with a short cuff design. F. Reflective Trim The ScotchLite reflective trim shall be of the yellow/lime and silver 3 triple trim New York Pattern design in accordance with NFPA It shall be the bidder s discretion as to which means of current technological advances that shall be employed to prevent any thermal insult as a result of stored energy under the trim material. Bidder must supply detailed specifications/illustrations of the technology to be employed for City consideration. G. Drag Rescue Device The manufacturer shall supply an NFPA required and certified Drag Rescue Device with each coat. The device shall be designed to fit each individual chest size and function with the City of Knoxville Fire Department s SCBA s. Each strap will be properly labeled with pertinent information. The device shall provide mechanical leverage for dragging a downed and incapacitated firefighter from a life-threatening environment. The design of the harness shall enable the rescuer to drag the downed firefighter in line with axis of the skeletal frame. Soft and pliable Kevlar webbing, stored in between the shell and liner, shall wrap around each of the wearer s arms/shoulders and incorporate into a grab handle positioned at the rear of the upper torso. The grab loop shall extend upward and pass through a reinforced slot in the coat outer shell just below the center rear of the collar seam where it will exit the outer shell, it will then be covered by an outer shell tunnel. The protruding grab loop shall then fold back down over the top of the tunnel and be stowed by flame resistant hook and loop tape. There shall be an outer shell flap sewn below the collar that will fold down over the stored grab loop and held in place with flame resistant hook and loop tape to reduce the chances of snagging the grab handle by accident. Flimsy, rope-style DRD straps will not be considered.

8 H. Coat Collar The coat collar shall be of layered construction, consisting of two layers of outer shell material fully lined with the aforementioned waterproof moisture barrier. The collar shall not exceed 3 high and incorporate a natural contour that will allow proper fit and performance so as not to interfere with SCBA face masks or helmet. Collar closure systems shall fasten with a flame resistant hook and loop tape system. It shall not buckle, pull or otherwise restrict body motion. All bids shall comply with NFPA 1971 and have passed any associated water penetration resistance tests such as Underwriters Laboratory s standards. I. Throat Closure System The City will entertain bids without a throat tab, but bids must include a detailed description (with possible illustrations) of whatever throat closure system is being bid. If bidding a throat tab closure system, the following specification applies: The throat tab shall be of layered construction identical to that of the collar configuration described in the previous paragraph. The throat tab shall be of a crescent shaped design so as to contour to the shape of an SCBA facemask. It will close from right to left, employing a flame resistant hook and loop tape system. Additional flame resistant hook and loop tape shall be provided to store the throat tab, folded in half, in the open position. All bids shall comply with NFPA 1971 and have passed any associated water penetration resistance tests such as Underwriters Laboratory s standards. J. Liner Inspection System The liner inspection system shall be no less than 11 and shall provide the ability to completely invert the coat liner to properly view the integrity of the entire liner system. The edges of the opening shall be reinforced with bar tacks to prevent release of the seams upon liner inversion. To secure the opening in the closed position flame resistant hook and loop tape or reinforced snap fasteners will attach the liner to the outer shell and keep it completely hidden when properly installed. Additionally, there shall be a means for ensuring proper alignment of the liner system to the outer shell. Primary preference will be given to liner inspection system at the center right front of the liner, with secondary preference to liner inspection system at the lower center rear. K. Coat Cuff Reinforcements The sleeve cuffs shall be reinforced with an extra layer of outer shell material or equivalent material (such as black polymer coated Kevlar ), folded in half, approximately one half inside and one half outside the sleeve end for greater strength and abrasion resistance. Coats finished with a turned and stitched cuff do not provide the same level of abrasion resistance and will be considered unacceptable. Two or more leather tabs with snap fasteners and/or flame resistant hook and loop tape shall be set in the cuff to attach the outer shell to liner. L. Coat Elbow Reinforcements The sleeve shall provide a natural bend. The design of the elbows shall be designed to allow freedom of movement with few restrictions. The outer shell material covering the elbow and protecting it from abrasion shall be reinforced with black polymer coated Kevlar or an

9 equivalent material for abrasion resistance and thermal protection. The coat elbow reinforcement shall not be constructed of only additional outer shell material. M. Option Elbow Padding. Bidders must offer separate pricing for this feature. In addition to reinforcement, elbows may have optional padding using one or more layers of uninterrupted 1/8 thick, fire retardant closed-cell foam or equivalent padding materials. The padding shall be encased in moisture barrier, installed proportionate to the sleeve length and contoured to the natural/anatomically correct bend of the elbow thus creating increased freedom of movement, few restrictions and maximum flexibility. Any additional padding material shall be oriented between the outer shell and elbow reinforcement material. N. Coat Shoulder Reinforcement The tops of the shoulders of the outer shell shall be reinforced on the outside with an extra layer of outer shell material, black polymer coated Kevlar or any type of equivalent strengthening or protecting material. The shoulder reinforcement panels shall be no smaller than 4 x 6. The additional shoulder reinforcement layer within the liner system shall also serve to increase thermal insulation to the shoulder area (see "Conductive and Compressive Heat Resistance, CCHR," Section One, Para. G). It shall be the Bidder's discretion as to which current technological advancements will be employed to prevent additional thermal insult as a result of compression of the garment. Bidder must supply detailed specifications/illustrations for evaluation of the shoulder reinforcement layer. O. Coat Closure System. Bidders must offer separate pricing for one of the features in this specification.the firefighter being fitted for the turnout gear will be able to select one of the options listed below for their coat closure system. The closure system shall be a Chicago Style bi-swing of no less than 5 storm flap for option #1 and 3 storm flap for option #2. Option #1: The jacket shall be closed by means of reinforced/leather-backed four nonferrous hook and "D" rings and flame resistant hook and loop tape. The inward facing hooks shall be set with leather reinforced rivets at the extreme right side of the coat front underneath the storm flap. Opposite of each snap hook, a corresponding leather reinforced riveted "D" ring shall be placed on the left front body panel. Three starter snaps shall be placed in between the spacing of the hook and "D" rings at the top, middle and bottom to assure proper closure. The storm flap shall close from right to left with flame resistant hook and loop tape that extends the full length of the flap, eliminating all exposure of frontal hardware. Option #2: The jacket shall be closed by means of a heavy duty, high-temp smoothgliding black oxide coated brass zipper on the jacket front panels and flame resistant hook and loop tape extending the length of the storm flap. The teeth of the zipper shall be mounted on black Nomex (or equivalent material) tape and shall be sewn into the respective jacket facings. A black polymer coated Kevlar (or equivalent material) pull tab shall be installed at the bottom of the zipper. The storm flap shall close from right to

10 left with flame resistant hook and loop tape that extends the full length of the flap, eliminating all exposure of the zipper. P. Coat Pockets and Accessories All pockets shall be lined with Kevlar material and have, at a minimum, one (1) or two (2) brass eyelets to provide sufficient drainage. Turn Out Coat Pockets and Location (2) Fully lined Semi-Bellow and Hand warmer combination pockets with flap opening secured by flame resistant hook and loop tape. Pockets shall be fully functional and accessible while wearing an SCBA. Location: Front bottom, Left and Right Turn Out Radio Pocket and Location (1) 3.5 x8 x2 Fully lined radio pocket with flap opening, constructed of outer shell material, secured by flame resistant hook and loop tape with antenna notch left rear side. Location: Left chest Microphone Tabs (Fabric Universal Strap) and Location (2) 1 x5 Triple layer outer shell material microphone straps, attached at the ends only, to accommodate radio cords. Location: Left shoulder above radio pocket and Right shoulder above utility snap hook Flashlight Strap/Utility Snap Hook and Location (1) Reverse orientated, reinforced utility snap hook for hanging items such as a flashlight. (1) Flashlight strap of outer shell material securable by flame resistant hook and loop tape below the utility snap hook. The strap shall be long enough to accommodate the barrel of the flashlight and overlap and close. Location: Right chest Lettering Patches and Attachment and Location The hanging letter patch shall be constructed of a double layer of outer shell material. The patch will attach to the rear inside hem of the jacket with a combination of snap fasteners and flame resistant hook and loop tape, thus creating a removable system of identification. The patch will have 2 red/orange sewn on reflective letters in the name of the assigned firefighter, first initial and last name. Example: J Doe Location: Rear hem of coat Hanger Loop An external 80-pound tear strength hang-up loop shall be provided at the outside of the coat at the center rear collar seam. It may be constructed of triple layer outer shell material, or bidders discretion of an equivalent system for hanging, webbing is not acceptable. SECTION THREE: TURNOUT PANT

11 In addition to the requirements listed above, Turnout Pant must comply with the following specifications: A. Thermal Liner The thermal liner shall be constructed of multiple layers of E-89 spunlaced Nomex /Kevlar aramid blend, quilt stitched to a 100% meta-aramid spun yarn/filament yarn face cloth, with a finished weight of no more than 8.3 oz. per square yard and a wicking finish. The NFPA compliant labeling shall be applied to the thermal liner. B. Moisture Barrier The moisture barrier shall be constructed of W.L. GORE CROSSTECH Black NOMEX substrate laminated to a lightweight breathable, Teflon membrane; weighing 5.0 oz./sq. yd. The moisture barrier material shall meet all moisture barrier requirements of NFPA 1971, which includes water penetration resistance, viral penetration resistance, and common chemical penetration resistance. The moisture barrier shall be bound along the edges with Bias-Cut Neoprene-coated cotton/polyester binding. Any references in this document to Specified Moisture Barrier shall refer to this section. C. Outer Shell Material The outer shell shall be constructed of a nominal 7.5 osy 60/40 para-aramid/pbi modified plain weave outer shell fabric. The outer shell material shall be reinforced with a network of yarns, each containing one ply of 400 to 600 denier para-aramid filament and one ply of 60/40 paraaramid/pbi spun yarn and have a durable water repellant finish. The color shall be black. In the event that the specified outer shell material should be discontinued, the City of Knoxville shall have the option to switch to another appropriate outer shell material of the City's choosing, upon the agreement of both parties. Such a change may not increase the price of the garment. D. Assembly Attachments The design shall be compatible with the outer shell so that the liner does not buckle, pull, or otherwise restrict body motion. The left and right leg portions of the moisture barrier/thermal liner shall be secured to the outer shell in the crotch area. In addition, the waist portion of the moisture barrier/thermal liner shall be secured to the waist portion of the outer shell material such that when donning the pant a leg cannot become accidentally caught between the outer shell and its inner linings. Flimsy flame resistant hook and loop tape used to secure the two systems together in the crotch area will be unacceptable and a more secure means of attachment must be utilized. In addition, there shall be a means for ensuring proper alignment of the liner system to the outer shell. E. Liner Inspections System There shall be an opening, no less than 10 located on the pant liner system to the right side of the waist separating the thermal barrier and moisture barrier. The edges of the opening shall be reinforced with bar tacks to prevent release of the seams upon liner inversion. This opening will provide the ability to completely invert the pant liner to view the integrity of the

12 entire liner system. The liner inspection system shall be completely hidden when the liner is properly installed into the outer shell. F. Pant Fly Closure The fly front shall be part of the pant closure system resulting in; maximum strength and durability, proportional to waist size and crotch rise in both length and width as a result of custom tailoring/sizing. In combination with the liner, the system shall offer 360-degree protection without gaps during movement of the outer shell moisture barrier and thermal liner. The outer shell shall have a vertical, overlapping, triple bar tacked fly front running the full length of the fly on the right side. The right side fly front shall be constructed of outer shell material lined with a moisture barrier/thermal liner. The inside of the left side fly closure shall be of similar construction as the right side. A heavy duty, high-temp smooth-gliding black oxide coated brass zipper, in combination with flame resistant hook and loop tape, will secure the fly system in a closed position. The zipper parts shall be bar tacked at the top and bottom for reinforcement. The aforementioned flame resistant hook and loop tape shall be quadruple stitched along the full length and throughout the shell material only; stitching shall not penetrate the moisture barrier insert between the two layers to insure greater thermal protection and reduced water penetration. No snap fasteners shall be utilized on the exterior due to the escape bailout belt/harness assembly becoming the final step in the pant fly closure system (unless required per UL standards). G. Take Up Straps Location of the take-up straps shall not interfere with the escape bailout harness assembly. The fabric and dimensions of the take up straps are merely a suggestion and the bidding companies will be allowed to modify as they see fit with consideration to the escape bailout belt/harness as the primary priority. A take up strap constructed of Nomex webbing with a thermoplastic buckle or double layered outer shell material with a nickel-plated metal loop will be sewn to the outer shell at each hip. The take up straps will pull forward to tighten. Flame resistance hook and loop tape may be utilized to affix the loose strap ends in a stored position. H. Liner Attachment Leg Tabs The moisture barrier and thermal liner assembly shall be attached to the outer shell at the cuff by means of two black leather leg tabs (or equivalent material) with snap fasteners. The snaps shall be positioned and bar tacked no more than 2 up from the bottom edge on the inside pant cuff with non-standard placement; one located at the front and one located at the rear. I. Pant Knee Reinforcement and Padding Any combination of options shall be used for added protection, comfort and increased thermal insulation at the contact points of the knee and shall be no less then a depth of 1/4. Cushion type material, such as closed cell foam padding, are preferable but not mandatory. The

13 padding shall be encased in moisture barrier, graded in width and installed proportionate to the pant inseam, and contoured to the natural/anatomically correct bend of the knee thus creating increased freedom of movement, few restrictions and maximum flexibility. Proper semicircumferential coverage when bending, kneeling, and crawling shall be required. It shall be the bidder s discretion as to which current technological advances will be employed to prevent any thermal insult and/or conductive compression heat related injuries as a result of stored energy, so long as bidder's knee reinforcement and padding meets or exceeds NFPA 1971 CCHR. Bidder must supply detailed specifications/illustrations for evaluation of the shoulder reinforcement layer. J. Pant Cuff Reinforcement The pant cuffs shall be reinforced with an extra layer of equivalent material (such as black polymer coated Kevlar ) folded in half, approximately one half inside and one half outside the pant end for greater strength and abrasion resistance. Pants finished with a turned and stitched cuff do not provide the same level of abrasion resistance and will be considered unacceptable. Any form of pant cuff water well or synched elastic-type system will not be considered and will be unacceptable. K. Reflective Trim The reflective trim shall be of the yellow/lime and silver 3 triple trim New York Pattern design in accordance with NFPA It shall be the bidder s discretion as to which current technological advances that shall be employed to prevent any thermal insult as a result of stored energy under the trim material. Bidder must supply detailed specifications/illustrations of the technology to be employed for City consideration. L. Suspender Attachments The suspender attachment system shall be reinforced in such a way as to accommodate the added weight of the escape bailout harness assembly and prevent any tearing and/or ripping damage, etc. resulting in failure and shall prevent any unnecessary/undue future repair needs. It shall be the bidder s discretion as to which current technological advances will be employed to securely and comfortably attach the suspenders to the pant. The suspenders must not easily or accidently detach from the pants during normal use. It is recommended that all suspender attachment points have a layer of leather material in addition to any outer shell material, bar tacked, so as to provide reinforcement. Bidder must supply detailed specifications/illustrations for evaluation of the shoulder reinforcement layer. M. Suspenders It shall be the bidder s discretion as to which current technological advances in suspenders will be employed to prevent excessive stretch and failure due to overly-elastic suspenders. Evaluation of the suspenders will include if the suspenders are easily/accidently detachable

14 and if the H back," "V back," or "X back is positioned too high (above the shoulder blade area) so as to cause undue stress on the neck of the wearer. Furthermore, the suspenders shall employ some form of padding in the neck/shoulder area for comfort and be constructed of a sturdy strap webbing or cotton type of material. Flimsy elastic suspender material will not be allowed and will be considered unacceptable. N. Pant Pockets and Accessories All pockets shall be lined with Kevlar material and have, at a minimum, one (1) or two (2) brass eyelets to provide sufficient drainage. Left Turn Out Pockets and Location with Tool Divider (1) Fully lined Bellows expansion pocket no less then W10 x L10 x D2 with two layer outer shell material flap opening secured by flame resistant hook and loop tape. Tool division slots for organization shall be provided on the interior of the pocket system. Reinforcement material shall be approximately 5 up from the bottom of the three exterior sides of the pocket with black polymer coated Kevlar or an equivalent material for abrasion resistance and improved strength. Corners reinforced with bar tacking. Pockets shall be fully functional and accessible while wearing a bailout escape harness system. Location: Left outer leg, thigh high Right Turn Out Egress Pocket with Rope Storage and Location (1) Fully lined pocket with two layer outer shell material flap opening secured by flame resistant hook and loop tape. The lower edge of the flap shall encase padding or rope, etc. to create a tactile grip differentiating the egress pocket from any other portion of the garment thus creating an easily opened pocket with a gloved hand. Reinforcement material shall be approximately 5 up from the bottom of the three exterior sides of the pocket with black polymer coated Kevlar or an equivalent material for abrasion resistance and improved strength. Corners reinforced with bar tacking. Pockets shall be fully functional and accessible while wearing a bailout escape harness system. The pocket shall house escape rope then cradle and separate the Petzl EXO Escape system above the rope for easy deployment. In addition, the pocket shall store a Crosby Hook in a tool division slot for quick access. Preference will be given to the design that best: Distributes the weight of the rope, descender device, and hook evenly across the leg through the hip and suspenders and up to the wearer's shoulders by utilizing surface area advantageously. Allows for additional storage area on the right side for hand tools without compromising the bailout escape system/pocket or overly encumbering the wearer. Location: Right front/outer leg, thigh high that allows the Petzl EXO Escape system to deploy reliably to the front and center of the wearer yet attached to the bailout escape harness system. Note that the location of the egress pocket shall not hinder the firefighter when in the seated position while driving or riding in fire apparatus (e.g., altering the anatomically correct seated posture due to poor egress pocket placement that is semi-under the wearer's thigh, bottom, or backside).

15 Miscellaneous Strap A 100% Kevlar miscellaneous strap device shall provide a means of connecting the wearer to a ladder and/or functioning as a rescue strap via the bailout escape harness. The device shall not extend greater than 24 in total length including connection hardware, carabineer and buckle, on each end when measured from the surface of the harness to the inside of the connector device at the greatest distance from the harness when, for example, connected circumferentially to a ladder rung (per NFPA). Although, when the miscellaneous strap is being utilized as a rescue strap, and therefore not in circumferential positioning, the length may exceed 24. The Miscellaneous strap shall be constructed of dual layered one and three quarter inch (1.75 ) Kevlar webbing with 138 bonded twisted Kevlar thread. The strap shall be at the most long with a rated Shane sewn loop handle at one end and a forged steel alloy O Ring at the other. Five Kevlar 42 count stitch bar tacks secure the ends of the strap. The O ring shall have a 2 stage forged steel alloy NFPA carabineer option. Additional, a snap adjuster buckle is used to adjust the strap when used in Ladder operations and rescue operation; all buckles shall be constructed of forged alloy steel and at the minimum 100% proof load tested at 2500 lbs. All webbing used in construction shall be UL tested and certified to NFPA edition standards. Miscellaneous Strap Pocket A fully lined pocket with flap opening, constructed of outer shell material, secured by flame resistant hook and loop tape that shall provide a means of storage for the aforementioned miscellaneous strap when not in use. Location: Left leg, thigh high Personal Rescue Descender Device and Life Safety Rope Crosby Hook and Petzl EXO Escape system Integrated Harness with Belt Loops A 100% Kevlar Class 2 harness shall be integrated in the turnout pant and a non-ferrous hook and "D" ring harness closure system will serve as the final step in the secure closure for the pant fly. The Kevlar harness shall be equipped with a Kevlar tether of sufficient length (sized to the wearer) to attach to the Petzl EXO Escape system to the A-frame of the integrated harness. Thus, the Kevlar harness and tether shall be designed and integrated in such a manner that the Petzl EXO Escape system deploys reliably to the front and center of the wearer. The Kevlar harness shall securely attach to the waist portion of turnout pant with three or more outer shell (or equivalent material) belt loops, no less than 2 wide, whether the belt system is external, internal or a combination thereof. Regardless of whether the system is partially internal or external it will be scored on its design, function, attachment security and accessibility. Systems that allow excessive movement, slouching or sagging of the harness system; which could result in poor deployment of the Petzl EXO Escape system, and systems that do not securely attach the harness to the pants will be rejected. Preference will be given to designs that have internal harness systems with the A-frame/Non-ferrous hook and "D" ring harness closures external. The harness system shall be removable for the purpose of laundering the turnout pant.

16 GENERAL CONDITIONS 1. Sealed bids will be received by the Purchasing Agent of the City of Knoxville in Room , City/County Building; 400 Main Avenue; Knoxville, Tennessee until August 12, 2013, at 11:00 a.m., at which time they will be publicly opened and read aloud and the contract awarded as soon as practicable. No bid will be received or accepted after the above-specified time for the opening of bids. Bids that arrive late due to the fault of U. S. Postal Service, United Parcel Service, DHL, FEDEX, any delivery/courier service, or any other carrier of any sort are still considered late and shall not be accepted by the City. Such bids shall remain unopened and will be returned to the submitting entity upon request. 2. The City of Knoxville reserves the right to reject any or all bids, to accept or reject any items thereon, to waive technicalities or informalities, to split orders if in the best interest of the City, to evaluate bids by various criteria, and to accept any bid which, in its opinion, may be for the best interest of the City. 3. Included in the Invitation to Bid is an affidavit in proof that the undersigned has not entered into any collusion with any person in respect to this bid or any other bid. The Bidder will be required to execute and submit this affidavit with the sealed bid. 4. Each bid must be submitted in a sealed envelope, addressed to the Purchasing Agent, City of Knoxville, Room , City/County Building, 400 Main Street, Knoxville, Tennessee, Each sealed envelope containing a bid must be plainly marked on the outside as: Turn Out Gear. 5. NO CONTACT POLICY: After the posting of this solicitation to the Purchasing Division's website, any contact initiated by any proposer with any City of Knoxville representative concerning this proposal is strictly prohibited, unless such contact is made with the Purchasing Division representative listed herein or with said representative's authorization. Any unauthorized contact may cause the disqualification of the proposer from this procurement transaction. 6. All bids must be made on the Bid Form supplied with the contract documents, and no interlineations, excisions, or special conditions shall be made or included in the Bid Evaluation Sheet by the Bidder. Any bid on which there is an alteration of or departure from the Bid Form may be considered irregular and may be rejected. All bids must be signed in full by the Bidder or Bidders in their business name or style when submitted and must show his or their complete address. 7. No bidder may withdraw his bid for a period of 60 days after the actual date of the opening thereof. 8. Prior to submitting their bids, bidders are to be registered with the Purchasing Division by setting up a Vendor Self-Service Account. Instructions for registering on-line are

17 available at Bid submissions from un-registered bidders may be rejected. 9. Payment for completed services delivered to and accepted by the City shall be at the contract price. 10. State make or brand on each item. If quoting on other than the make, model, or brand specified, the manufacturer's name and catalog number must be given, along with warranty information and detailed specifications. Because the City is committed to environmentally sound practices, brands are expected to be procured with environmental responsibility in mind. 11. Time of delivery is part of the consideration and must be stated in definite terms; time of delivery is guaranteed by the bidder and must be adhered to upon award. If time varies on different items, the bidder shall so state. 12. All bids must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signature must be fulfilled. 13. Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen (15) days from the date of bid being awarded, same will be disposed of in a manner deemed to be in the best interest of the City. Items shipped as a result of an Agreement to purchase (Purchase Order) must match the sample provided with Vendor's bid submission. The City of Knoxville will be the sole judge as to whether or not the shipped items match said supplied sample, and the City's decision will be final. Should shipped items not, in the City's judgment, be as represented by the sample provided, Vendor shall pay the City in full for all costs associated with returning shipped items to the Vendor. No restocking fee or other fees will be assessed against the City of Knoxville. 14. Bidders shall verify bids before submission, as bids cannot be withdrawn or corrected after being opened. Bids will be evaluated by unit price. 15. Prices are considered FOB Knoxville unless otherwise stated in the Invitation to Bid. 16. By execution and delivery of a bid submission, the bidder agrees that any additional terms and conditions, whether submitted to the City purposely or inadvertently, shall have no force or effect. 17. Regarding the Equal Business Opportunity Program contracting, the appropriate Form 1 or Form 2 must be submitted with the bid. Successful bidders who include Form I with their bid, stating their intent to use MOB or WOB subcontractors for any part of the contract, will be required to submit Form III, Statement of Payments to MOB/WOB Subcontractor(s) & Supplier(s). Contractors will use Form III to report the amount(s) they have paid to MOB and/or WOB subcontractors on June 30th and December 31st of each year during the life of the contract and with the final payment. Failure to submit this

18 reporting data may result in a delay of payments. Final payment will not be released by the City until Form III is submitted. 18. Bidders must comply with the President's Executive Orders No and which prohibit discrimination in employment regarding race, color, religion, sex or national origin. Bidders must not maintain or provide for their employees any facilities that are segregated on the basis of race, color, religion or national origin. Bidders must also comply with Title VI of the Civil Rights Act of 1964, Copeland Anti-Kick Back Act, the Contract Work Hours and Safety Standard Act, Section 402 of the Vietnam Veterans Adjustment Act of 1974 and Section 503 of the Rehabilitation Act of 1973, all of which are herein incorporated by reference. 19. All bidders must comply with Title VI of the Civil Rights Act of 1964, as codified in 42 U.S.C. 2000d. The successful bidder must follow Title VI guidelines in all areas including hiring practices, open facilities, insurance, and wages. The City of Knoxville reserves the right to review all compliance records by a contract compliance officer designated by the City. 20. No interpretation of the meaning of the plans, specifications, or other pre-bid documents will be made to any bidder orally. Each request for such interpretation should be in writing addressed to Janice McClelland, Assistant Purchasing Agent for the City of Knoxville, 400 Main Street, Room 667, Knoxville, TN 37902, or ed to her at jmcclelland@cityofknoxville.org. To be given consideration, such requests/questions must be received no later than close of business on August 7, Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be posted to the City's website at Submitting organizations are strongly encouraged to view this website often to see if addenda are posted. Failure of any bidder to receive such addendum or interpretation shall not relieve such Bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. 21. Attention of all bidders is directed to the set off provision contained in Article II, Section 24-33, entitled, "Debts owed by persons receiving payments other than salary", and Section entitled "Receipt of benefits from City contracts by council members, employees, and officers of the City" of the Code of the City of Knoxville. 22. Where applicable, the successful Bidder will be required to pay prevailing wages to those whom they employ (to include any sub contractors). Information regarding the prevailing wage rates may be obtained on the following State of Tennessee website: Before a Purchase Order is issued, the submitting entity, if selected, must provide the City Purchasing Division with a copy of its valid business license or with an affidavit explaining why it is exempt from the business licensure requirements of the city or county in which it is headquartered. If a contract is signed, the contractor s business

19 license shall be kept current throughout the duration of the contract, and the contractor shall inform the City of changes in its business name or location. Any Agreement to purchase resulting from this Invitation to Bid shall be governed by and construed in accordance with the substantive laws of the State of Tennessee and its conflict of laws provisions. Venue for any action arising between the City and the Vendor from the Agreement shall lie in Knox County, Tennessee. 24. By acceptance and delivery of the Purchase Order resulting from the award of this Invitation to Bid, the Vendor agrees to the following: Contractor shall defend, indemnify and hold harmless the City, its officers, employees and agents from any and all liabilities which may accrue against the City, its officers, employees and agents or any third party for any and all lawsuits, claims, demands, losses or damages alleged to have arisen from an act or omission of Contractor in performance of this Agreement or from Contractor's failure to perform this Agreement using ordinary care and skill, except where such injury, damage, or loss was caused by the sole negligence of the City, its agents or employees. Contractor shall save, indemnify and hold the City harmless from the cost of the defense of any claim, demand, suit or cause of action made or brought against the City alleging liability referenced above, including, but not limited to, costs, fees, attorney fees, and other expenses of any kind whatsoever arising in connection with the defense of the City; and Contractor shall assume and take over the defense of the City in any such claim, demand, suit, or cause of action upon written notice and demand for same by the City. Contractor will have the right to defend the City with counsel of its choice that is satisfactory to the City, and the City will provide reasonable cooperation in the defense as Contractor may request. Contractor will not consent to the entry of any judgment or enter into any settlement with respect to an indemnified claim without the prior written consent of the City, such consent not to be unreasonably withheld or delayed. The City shall have the right to participate in the defense against the indemnified claims with counsel of its choice at its own expense. Contractor shall save, indemnify and hold City harmless and pay judgments that shall be rendered in any such actions, suits, claims or demands against City alleging liability referenced above. The indemnification and hold harmless provisions of this Agreement shall survive termination of the Agreement. BID SUBMISSION REQUIREMENTS Bidders must furnish the following information in writing with their submission: 1. Bid Form showing bidder s name, address, quoted price, business license number, date of expiration of business license. A copy of the bidder s current business license may be submitted in lieu of providing the license expiration date.

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

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

More information

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

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

More information

City of Lewiston Finance Department

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

More information

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

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

More information

EVALUATED INVITATION TO BID CITY OF KNOXVILLE Personal Protective Equipment

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

More information

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

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

More information

SPECIFICATIONS AND DOCUMENTS. Fire Fighting Turnout Gear

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

More information

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

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

More information

Snohomish County Fire District #5

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

More information

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

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

More information

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

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

More information

REQUEST for PROPOSAL BAND UNIFORMS

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

More information

Scott Eagle Attack Thermal Imaging Camera

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

More information

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

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

More information

INVITATION TO BID CITY OF HOPKINSVILLE

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

More information

PIP INSR1000 Installation of Flexible, Removable/Reusable Insulation Covers for Hot Insulation Service

PIP INSR1000 Installation of Flexible, Removable/Reusable Insulation Covers for Hot Insulation Service TECHNICAL REVISION August 2015 Insulation PIP INSR1000 Installation of Flexible, Removable/Reusable Insulation Covers for Hot Insulation Service PURPOSE AND USE OF PROCESS INDUSTRY PRACTICES In an effort

More information

INVITATION to BID. 11:00 a.m.

INVITATION 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 information

COMMUNITY 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 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 information

INDUSTRIAL ATTACK 800

INDUSTRIAL ATTACK 800 ! INDUSTRIAL ATTACK 800 SPECIFICATION FOR 1, 1½, 1¾", 2, 2½", & 3 DOUBLE JACKET INDUSTRIAL FIRE HOSE POLYESTER FIBER CONSTRUCTION PLAIN WHITE OUTSIDE JACKET OR ULTRA-SHIELD IMPREGNATED OUTSIDE JACKET EPDM

More information

SEI Certification Program Manual

SEI Certification Program Manual Safety Equipment Institute SEI Certification Program Manual Section 26: ANSI/ASTM/CSA/NIJ Protective Clothing/Equipment and Footwear Program 26.0 ANSI/ASTM/CSA/NIJ Protective Clothing/Equipment and Footwear

More information

Elmhurst Community Unit School District 205 Invitation to Bid

Elmhurst Community Unit School District 205 Invitation to Bid Elmhurst Community Unit School District 205 Invitation to Bid Bidders are invited to submit bids in conformance with the requirements established by the specifications herewith: Bid Number: 15-02 Item

More information

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

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

More information

May 8, 2017 ADDENDUM #1. IFB Resin Floor System For Highway Department Central District Building

May 8, 2017 ADDENDUM #1. IFB Resin Floor System For Highway Department Central District Building May 8, 2017 ADDENDUM #1 IFB 17-082 Resin Floor System For Highway Department Central District Building Addendum #1 is being issued to offer an alternate resin flooring system. 096700 FLUID-APPLIED FLOORING

More information

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

I 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 information

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT

RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT RSU 14 - WINDHAM RAYMOND SCHOOL DISTRICT OFFICE OF THE ASSISTANT SUPERINTENDENT 228 Windham Center Road, Windham, ME 04062 Telephone (207) 892-1800 FAX (207) 892-1805 INSTRUCTIONS, SPECIFICATIONS, AND

More information

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

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

More information

OptiLiner Banded Liner System, Thermal, Metal Building

OptiLiner Banded Liner System, Thermal, Metal Building PROJECT ENGINEER RESPONSIBILITY: This is a general specification guide, intended to be used by experienced construction professionals, in conjunction with good construction practice and professional judgment.

More information

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15

Request 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 information

>>> FABRIC SELECTOR GUIDE

>>> FABRIC SELECTOR GUIDE >>> FABRIC SELECTOR GUIDE OUTER SHELLS AT A GLANCE A T T R I B U T E S Nomex III A KEVLAR with NOMEX KEVLAR with ADVANCE ULTRA 2F3 Fabric PBI Matrix Armor 7.0 93% NOMEX 5% KEVLAR 2% Carbon 60% KEVLAR 60%

More information

SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation)

SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation) PART 1 GENERAL SUGGESTED MANHOLE FRAME SEALING SPECIFICATION (Rehabilitation) 1.01 SCOPE This specification includes the materials and procedures required for the internal sealing of the frame-chimney

More information

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

ACOUSTICAL WALL TREATMENT SECTION 09840

ACOUSTICAL WALL TREATMENT SECTION 09840 ACOUSTICAL WALL TREATMENT PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Site-fabricated, stretched fabric acoustical wall system built with rigid polymer stretching system to secure fabric over the wall

More information

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

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

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG 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 information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Pipe and Equipment Insulations. Zeston. PVC Insulated Fitting Covers Installation Instructions for Hot, Cold and USDA Piping Systems

Pipe and Equipment Insulations. Zeston. PVC Insulated Fitting Covers Installation Instructions for Hot, Cold and USDA Piping Systems Pipe and Equipment Insulations Zeston PVC Insulated Fitting Covers Installation Instructions for Hot, Cold and USDA Piping Systems Zeston PVC Insulated Fitting Covers Installation Instructions for Hot,

More information

Fabric Features. built-in protection. superior blend for maximum delivery. superior comfort. sheds cryolite. applications. appearance and value

Fabric Features. built-in protection. superior blend for maximum delivery. superior comfort. sheds cryolite. applications. appearance and value Molten Metal Protection COLLECTION Molten Metal Protection is a highly engineered fiber blend with a super-soft, lightweight feel and flexibility. It is designed to deliver premium protection against molten

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION 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 information

Stand-up Fork Lift Bid #PR-09-07

Stand-up Fork Lift Bid #PR-09-07 November 25, 2008 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 815 North Orlando Smith Road Oglesby, Illinois 61348 Stand-up Fork Lift - Bid # PR-09-07 Illinois Valley Community College (IVCC) is accepting

More information

CITY of NOVI CITY COUNCIL

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

More information

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

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

More information

REQUEST FOR PROPOSALS

REQUEST 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 information

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

Specification Skirt, Blue, Formal Length

Specification Skirt, Blue, Formal Length Doc. no: G.S. 105-165 Date: 2013-06-10 Specification Skirt, Blue, Formal Length This document has 17 pages including the drawings. This document was created in English. The document is available in English

More information

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

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

More information

POST-USE ANALYSIS OF FIREFIGHTER TURNOUT GEAR: PHASES I, II, & III

POST-USE ANALYSIS OF FIREFIGHTER TURNOUT GEAR: PHASES I, II, & III POST-USE ANALYSIS OF FIREFIGHTER TURNOUT GEAR: PHASES I, II, & III Meredith Cinnamon, Stacy Trenkamp, Deena Cotterill & Dr. Elizabeth Easter University of Kentucky, Lexington, KY ABSTRACT The purpose of

More information

BID # ELLIS MIDDLE LOCKERS

BID # 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 information

Guide Specification for: FABRI TRAK PVC FREE Stretched Fabric Wall System Section [ ] or Section [ ]

Guide Specification for: FABRI TRAK PVC FREE Stretched Fabric Wall System Section [ ] or Section [ ] Guide Specification for: FABRI TRAK PVC FREE Stretched Fabric Wall System Section [09 77 13] or Section [09 84 14] 1.0 GENERAL 1.01 Scope A. Furnish and install GeoTRAK Stretched Fabric Wall System produced

More information

Main Building Auditorium

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

More information

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

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

More information

DESIGN GUIDELINE FLUID-APPLIED WATERPROOFING

DESIGN GUIDELINE FLUID-APPLIED WATERPROOFING DESIGN GUIDELINE FLUID-APPLIED WATERPROOFING (TO RESTORE EPDM MEMBRANES) PART 1 GENERAL 1.01 DESCRIPTION A. The scope of this design guideline is to describe the installation of the ALDOCOAT Silicone reflective

More information

Finance & Technology Administrator (815) ext 223

Finance & 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 information

SECTION HVAC INSULATION

SECTION HVAC INSULATION PART 1 GENERAL 1.1 SUMMARY SECTION 23 07 00 HVAC INSULATION A. Section Includes: 1. Ductwork insulation. 2. Duct liner. 3. Insulation jackets. 4. Equipment insulation 5. Piping system insulation. 6. Insulation

More information

SYNTHETIC GRASS INDOOR SURFACE SPECIFICATIONS: K9GRASS LITE

SYNTHETIC GRASS INDOOR SURFACE SPECIFICATIONS: K9GRASS LITE SYNTHETIC GRASS INDOOR SURFACE SPECIFICATIONS: K9GRASS LITE 1.01! DESCRIPTION OF WORK: The contractor shall provide all labor, materials, equipment and tools necessary for the complete installation of

More information

SECTION EXPANSION CONTROL

SECTION EXPANSION CONTROL SECTION 07 95 00 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply

More information

ENGINEERED SOLUTIONS SAFETY INSTRUCTIONS FOR STRUCTURAL PLATE PRODUCTS

ENGINEERED SOLUTIONS SAFETY INSTRUCTIONS FOR STRUCTURAL PLATE PRODUCTS ENGINEERED SOLUTIONS SAFETY INSTRUCTIONS FOR STRUCTURAL PLATE PRODUCTS UNLOADING HANDLING ASSEMBLING Preface This instruction book is for your crews. Distribute it to help them safely unload and handle

More information

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION SECTION 74 AIRPORT OBSTRUCTION LIGHTS (FAA L-119) 74-1 GENERAL The Contractor shall perform all work required by the plans and specifications for construction of obstruction lights in accordance with the

More information

PIP STE05501 Fixed Ladders and Cages Design Guide

PIP STE05501 Fixed Ladders and Cages Design Guide TECHNICAL CORRECTION January 2017 Structural PIP STE05501 Fixed Ladders and Cages Design Guide PURPOSE AND USE OF PROCESS INDUSTRY PRACTICES In an effort to minimize the cost of process industry facilities,

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Molded Grating and Treads Products and Fabrications REVISED 11.

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Molded Grating and Treads Products and Fabrications REVISED 11. FRP Specifications Section 06 74 13 Fiberglass Reinforced Polymer (FRP) Molded Grating and Treads Products and Fabrications REVISED 11.2016 BRISTOL FACILITY 400 Commonwealth Ave., P. O. Box 580, Bristol,

More information

Carbon Forged Steel Fittings

Carbon Forged Steel Fittings BONNEY FORGE SALES CENTER/WAREHOUSE 14496 CROGHAN PIKE P.O. BOX 330 MT. UNION, PA 17066 (814) 542-2545 (800) 345-7546 FAX (814) 542-9977 TELEX 910-240-9091 E-MAIL: bfsales@bonneyforge.com WEB SITE: http://www.bonneyforge.com

More information

Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement 1

Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement 1 Designation: A 185 97 Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement 1 This standard is issued under the fixed designation A 185; the number immediately following

More information

FORM HEADWALL. FORM HEADWALL (floating) (floating) Installation Manual

FORM HEADWALL. FORM HEADWALL (floating) (floating) Installation Manual FORM HEADWALL (floating) Installation Manual FORM HEADWALL (floating) OVERVIEW The Form is a UL-listed configurable headwall system. This system includes multiple horizontal equipment channels integrated

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST 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 information

PIP STF05520 Details for Pipe Railing for Walking and Working Surfaces

PIP STF05520 Details for Pipe Railing for Walking and Working Surfaces TECHNICAL CORRECTION January 2017 Structural PIP STF05520 Details for Pipe Railing for Walking and Working Surfaces PURPOSE AND USE OF PROCESS INDUSTRY PRACTICES In an effort to minimize the cost of process

More information

329 Boston Post Road Sudbury, Massachusetts TEL: FAX:

329 Boston Post Road Sudbury, Massachusetts TEL: FAX: SECTION 12520 MECHOSHADES AND ELECTROSHADES PART 1 GENERAL 1.1 SUMMARY A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections,

More information

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Baffle Wall Panel Products and Fabrications REVISED 11.

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Baffle Wall Panel Products and Fabrications REVISED 11. FRP Specifications Section 06 70 00 Fiberglass Reinforced Polymer (FRP) Baffle Wall Panel Products and Fabrications REVISED 11.2016 BRISTOL FACILITY 400 Commonwealth Ave., P. O. Box 580, Bristol, VA 24203-0580

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING 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 information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

Making the Difference

Making the Difference Protects you Making the Difference With over 150 years experience weaving protective fabrics, Hainsworth has extensive knowledge of the requirements of front line emergency service personnel. This, combined

More information

SECTION MANUFACTURED ROOF EXPANSION JOINTS

SECTION MANUFACTURED ROOF EXPANSION JOINTS SECTION 07 71 29 - MANUFACTURED ROOF EXPANSION JOINTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

More information

Interior Painting Artesi II & III Day Care Facilities at 777 & 333 W. Matthews Road

Interior Painting Artesi II & III Day Care Facilities at 777 & 333 W. Matthews Road Interior Painting Artesi II & III Day Care Facilities at 777 & 333 W. Matthews Road Introduction: The HACSJ is seeking quotes from licensed and bonded C-33 Interior/Exterior Painting Contractors to provide

More information

GUIDE SPECIFICATION EXETER VERSA SHIELD SECURITY SCREEN SYSTEM

GUIDE SPECIFICATION EXETER VERSA SHIELD SECURITY SCREEN SYSTEM 1 GUIDE SPECIFICATION EXETER VERSA SHIELD SECURITY SCREEN SYSTEM 1.01 WORK INCLUDED PART 1: GENERAL A. Provide for all labor, equipment, materials, and services to furnish and install VERSA SHIELD Window

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

DuPont Protection Solutions

DuPont Protection Solutions DuPont Protection Solutions Technical Data Package DuPont Tychem 10000 FR (Reflector ) RF600T Compliant with Base Requirements and Chemical Flash Fire Protection Option and Liquefied Gas Protection Option

More information

Model # BARK-358-RDP

Model # 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 information

A M E R I C A N A R C H I T E C T U R A L M A N U F A C T U R E R S A S S O C I A T I O N

A M E R I C A N A R C H I T E C T U R A L M A N U F A C T U R E R S A S S O C I A T I O N A M E R I C A N A R C H I T E C T U R A L AAMA 2410-13 Standard Practice for Installation of Windows with an Exterior Flush Fin Over an Existing Window Frame M A N U F A C T U R E R S A S S O C I A T I

More information

** (This bid cancels and replaces Bid #5098) **

** (This bid cancels and replaces Bid #5098) ** Typed by: DATE Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 {251) 208-7 434 brm BuyerP03 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

SECTION CRL50 AND CRL51 HEAVY GLASS TOP HUNG SLIDING DOOR SYSTEMS

SECTION 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 information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, 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 information

SECTION METAL ROOF PANELS

SECTION 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 information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

Ergonomic Kneeling Chair

Ergonomic Kneeling Chair Ergonomic Kneeling Chair Model: SC-205B / SC-205L / SC-205P Sierra Comfort is a leading provider of products suited for massage, relaxation, holistic health and ergonomics. While staying committed to quality

More information

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Pultruded Grating/Treads and Fabrications REVISED

FRP Specifications. Section Fiberglass Reinforced Polymer (FRP) Pultruded Grating/Treads and Fabrications REVISED FRP Specifications Section 06 74 13 Fiberglass Reinforced Polymer (FRP) Pultruded Grating/Treads and Fabrications REVISED 11.2016 BRISTOL FACILITY 400 Commonwealth Ave., P. O. Box 580, Bristol, VA 24203-0580

More information

SECTION MODIFIED BITUMINOUS SHEET WATERPROOFING

SECTION MODIFIED BITUMINOUS SHEET WATERPROOFING SECTION 07 13 52 MODIFIED BITUMINOUS SHEET WATERPROOFING SPEC WRITER NOTE: Delete text between // // not applicable to project. Edit remaining text to suit project. PART 1 - GENERAL 1.1 SUMMARY A. Section

More information

Questar ThermWise Duct Technical Specifications

Questar ThermWise Duct Technical Specifications Questar ThermWise Duct Technical Specifications 1. Introduction and Scope: This document sets forth the specifications for duct sealing and duct insulation in accordance to Questar ThermWise Weatherization

More information

BUSWAY LOW VOLTAGE (POW-R-WAY III) SECTION SECTION 16466

BUSWAY LOW VOLTAGE (POW-R-WAY III) SECTION SECTION 16466 BUSWAY LOW VOLTAGE (POW-R-WAY III) PART 1 GENERAL 1.01 1.02 SCOPE The Contractor shall furnish and install the busway system including all necessary fittings, hangers and accessories as specified herein

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE 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 information

Bid: Seventy-First High School Gym Floor Refinishing

Bid: 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 information

SPECIFICATION GUIDELINES FOR THE USE OF CRYOGEL Z ON COLD PIPING AND EQUIPMENT

SPECIFICATION GUIDELINES FOR THE USE OF CRYOGEL Z ON COLD PIPING AND EQUIPMENT SPECIFICATION GUIDELINES FOR THE USE OF CRYOGEL Z ON COLD PIPING AND EQUIPMENT Page 1 of 15 Ver. 3-0 March 2010 TABLE OF CONTENTS 1. Scope... 3 2. General System Requirements... 3 3. Installation Details...

More information

Request for Quotations

Request for Quotations METRO EMERGENCY OPERATIONS CENTER OF KANAWHA COUNTY 200 Peyton Way Charleston, WV 25309 (304) 746-7911 7911 Request for Quotations Re: Dispatch Radio Console Equipment Date: March 5, 2018 Fiscal Year:

More information

Addendum No. 1. ITB for Emergency Management/Utilities Administration Building Renovation Addendum Release Date April 06, 2017

Addendum 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 information

INVITATION FOR BID Bid #872 - Printing Services

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

More information

1. Division 23 Section "Hangers and Supports for HVAC Piping and Equipment" for pipe insulation shields and protection saddles.

1. Division 23 Section Hangers and Supports for HVAC Piping and Equipment for pipe insulation shields and protection saddles. SECTION 23 07 19 - PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply

More information

GO STRONG ALL YEAR LONG

GO STRONG ALL YEAR LONG GO STRONG ALL YEAR LONG www.strongman.com 1-800-950-6999 CONSTRUCTION TARPS The Strong Man Mighty Tarp f 18 Ounces Per Square Yard Coated PVC f 6" Reinforced Hem & 2" Welded D-Rings f Rust-Proof Brass

More information

Document Management System Request for Proposals

Document Management System Request for Proposals Document Management System Request for Proposals City of Great Falls PO Box 5021 Great Falls, MT 59403 Contact: Lisa Kunz City Clerk 406-455-8451 lkunz@greatfallsmt.net PROPOSALS DUE: Wednesday AUGUST

More information

SECTION LAGUNA SERIES TOP HUNG SLIDING DOOR SYSTEM

SECTION 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 information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

SPECIFICATIONS FOR AluSystems Aluminum Composite Panels Series 20 Dry Joint 1.00 GENERAL 1.01 RANGE OF WORK Section includes: Laminated panels and attachment systems for use as exterior cladding. A. Provide

More information