BID # ELLIS MIDDLE LOCKERS

Similar documents
Invitation to Bid WHITE HOUSE HIGH GYM FLOOR

WEC Manufacturing Phone: (901) Website: Itswec.com

Invitation to Bid SAFETY TILE PLAYFILL - MULCH

Invitation to Bid MHM

Invitation to Bid ALUMINUM WALKWAY CANOPY NBE

Rutherford County Board of Education

SECTION METAL STUDENT LOCKERS

SECTION METAL ATHLETIC LOCKERS

Invitation to Bid SAFETY TILE PLAYFILL - MULCH

PASSAIC COUNTY TECHNICAL INSTITUTE CCA 1422 NEW S.T.E.M. BUILDING 2017

SECTION METAL ATHLETIC LOCKERS

Invitation to Bid CUSTODIAL PAPER PRODUCTS

Invitation to Bid BOE TRASH LINERS

Invitation to Bid THEATRE LIGHTING UPGRADE - MHM

Hobby Parking Office HOU/ Proj./ No. 738 Houston, Texas 100% Bid and Construction Documents- Addendum #3, January 27, 2017

1. Standard two tier metal lockers and metal base.

UNIVERSITY SERVICES ANNEX James Madison University Harrisonburg, Virginia State Project Code: Architect s Project Number:

DIVISION 10 SPECIALTIES SECTION METAL LOCKERS

SECTION METAL EQUIPMENT LOCKERS

Invitation to Bid BOE SANITIZER/DISINFECTANT

B. Shop Drawings: For metal lockers. Include plans, elevations, sections, details, and attachments to other work.

SECTION METAL LOCKERS

WEC Manufacturing Phone: (901) Website: Itswec.com

Invitation to Bid CUSTODIAL SUPPLIES

Invitation to Bid CUSTODIAL SUPPLY

Invitation to Bid CUSTODIAL SUPPLIES

SECTION PERSONNEL DUTY LOCKERS. 1. FPPL Series Police Personnel Duty Lockers, including the following:

HALLOWELL FORT KNOX Modular Utility Storage and Workbench System Specifications

SECTION PLASTIC LOCKERS. A. ADAAG - Americans with Disabilities Act, Accessibility Guidelines.

Architectural Specifications, Section Phenolic Lockers

Invitation to Bid Running Track

1. Supply, delivery, engineering and installation of new storage equipment.

Specification Section Title Notation A Product Data Approved as Noted B Shop Drawings Approved as Noted

SECTION PHENOLIC LOCKERS AND BENCHES. B. Section Gypsum Board Area Separation Wall Assemblies.

10331 Date Street Murrieta, CA SECTION HYBRID LAMINATE LOCKERS W/ PHENOLIC DOORS

INVITATION 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

(G) DOORS & WINDOWS LIST OF BUREAW OF INDIAN STANDARD CODE OF PRACTICE (ISI)

SECTION Summit Phenolic Lockers (Solid Phenolic Lockers)

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court

ITEM 555 CHAIN LINK FENCING

Solid HDPE Plastic Lockers ROYAL LOCKERS

B. Polyethylene samples shall be submitted for Owner approval of color and quality.

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

SECTION / HEAVY DUTY WIRE MESH WINDOW GUARDS

SCI-FAB Product Specifications. Casework Section 1. Part 1 General

PH6000. Key Features

ACCU TEC MANUFACTURING, INC 1027 SOUTH LINWOOD AVE SANTA ANA, CA FAX Solid Phenolic Lockers

CONSOLIDATED EDISON COMPANY OF NEW YORK, INC. 4 IRVING PLACE NEW YORK, NY DISTRIBUTION ENGINEERING DISTRIBUTION EQUIPMENT

DETENTION / SECURITY WINDOWS SECTION 08660

UNIFIED FACILITIES GUIDE SPECIFICATIONS

SECTION ACCORDION FOLDING PARTITIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS

220 E. General Robinson St. Pittsburgh, PA fax

SECTION ACCESS DOORS AND FRAMES

SECTION MEDICATION CABINET. 1.1 SUMMARY A. Section Includes: 1. Medication cabinets with self-contained refrigerator and fixtures.

SECTION HOLLOW METALWORK. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

Hamilton International Air Cargo Logistics Facility Section November 2014 Page 1 of 4

1. Include plans, elevations, sections, details, and attachments to other work.

1. High bay shelving units, fabrication and installation including leveling.

Division 11 - Equipment Section 11401

1. Seismic Loads: Reference structural drawings.

REQUEST FOR PROPOSAL

SECTION EZ-SLIDE 80 AND 180 HEAVY GLASS TOP HUNG SLIDING DOOR SYSTEMS

REQUEST FOR PROPOSAL FOR UTILITY TRUCK BOX. Instructions

All proposals will be evaluated by a district committee. The following criteria/weighting will be used to evaluate each proposal:

C. Samples: For each door face material, at least 3 by 5 inches (75 by 125 mm) in size, in specified finish.

CITY OF MOUNT DORA LIFT STATION CHAINLINK FENCE AND GATE SPECIFICATIONS

SECTION 1043 FENCE MATERIAL

SECTION MISCELLANEOUS METALS

Addendum #2 Mr. Christopher Placco

SECTION ACCESS DOORS AND FRAMES

SECTION METAL STAIRS

SERIES SA30 STEEL/ALUMINUM FIXED DETENTION WINDOWS SECTION 08651

SPECIFICATION SHEET: S011

SECTION METAL FRAMED SKYLIGHT. A. Engineering, preparation of fabrication drawings and structural calculations for the entire skylight system.

STATE OF NORTH CAROLINA N DEPARTMENT OF ADMINISTRATION October 24, 2012 PURCHASE AND CONTRACT DIVISION M July 31, 2009

SECTION MANUAL FOUR FOLD DOORS MODEL 38 DECORATIVE PANEL DESIGN

SECTION HANGERS AND SUPPORTS FOR PLUMBING

SECTION CHAIN LINK FENCING

1. Include construction details, materials, individual components and profiles, and finishes.

The fire resistance required for doors in this building is 1 (one) hour resistance in compliance with the below general specifications:

A. Access doors and frames are part of an access door and frame allowance.

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS DOCUMENT 00085B ADDENDUM ADDENDUM NO. 1

TRANSPORT II " 10.5" MOUNTING POSTS FENCE LINE POST. Classic gate shown GATE OPENING CANTILEVER GATE SAFETY WARNING

SECTION CRL70 HEAVY GLASS TOP HUNG SLIDING DOOR SYSTEMS

SERIES STB30 STEEL FIXED THERMAL BREAK DETENTION WINDOWS SECTION 08651

Central Dartmouth Section Exterior Envelope Renovations METAL-CLAD WOOD DOORS Page 1 of 5 Dartmouth, NS

SECTION CRL50 AND CRL51 HEAVY GLASS TOP HUNG SLIDING DOOR SYSTEMS

METALS Commissioning of Metals Structural Steel Framing Steel Studs... 2

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

SECTION LAGUNA SERIES TOP HUNG SLIDING DOOR SYSTEM

A NEW PRE-K BUILDING FOR BIG SPRING LAKE KINDERGARTEN SCHOOL FOR THE ALBERTVILLE CITY BOARD OF EDUCATION ALBERTVILLE, ALABAMA

Houston Community College 3200 Main Parking Garage November 15, 2010 Houston Community College

STATE UNIVERSITY CONSTRUCTION FUND. UNIVERSITY CON DIRECTIVE 5-1 Issue date: October 2014

COLQUITT COUNTY BOARD OF COMMISSIONERS 101 East Central Avenue

Construction Standards PAGE

Automated Cantilevered Aluminum Sliding Gate

SECTION HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

TRANSPORT LINK CHAIN LINK CANTILEVER GATES

SECTION TRESPA ATHLON SOLID COMPOSITE CASEWORK

Transcription:

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 to assemble lockers offsite and deliver to school for installation. The jobsite does not have space available for storage and assembly. Jobsite: Ellis Middle 100 Indian Lake Road Hendersonville, TN 37075 Installation Date: October 6 10, 2014 (FALL BREAK) *The vendor must complete the installation by October 10, 2014. Students will be returning to class on October 13, 2014. PRE BID MEETING Location: Purpose: Tuesday, July 22, 2014 @ 9:00 a.m. Ellis Middle School Jobsite visit; measurements; etc. *The pre bid meeting is mandatory. ALL interested bidders must attend this meeting. The vendor is responsible for measurements to insure lockers fit in the specified locations without modifications to the building. CONTRACTOR OBLIGATIONS Shall provide and obtain all necessary materials, equipment and labor. Shall provide and obtain all necessary permits with Local, County, etc. agencies as required by law. Shall schedule all necessary inspections with Local, County, etc. agencies as required by law. Shall adhere to specifications. The School System reserves the right to withhold partial or all payment until the work is completed to the specifications and satisfaction of the School System. Any work not completed to specifications will be the Contractor s sole responsibility and expense to redo. Shall provide Worker s Compensation Insurance as required by Tennessee State Law. The Contractor shall prove compliance with Public Chapter No. 587, T.C.A. 49 5 413(d), criminal background check, and provide a Drug Free Workplace Affidavit. Shall dispose of all generated waste materials in compliance with all Local, State and Federal guidelines, regulations, and requirements. Shall have properly trained and experienced staff to facilitate the specified services.

SPECIFIC INFORMATION The following specifications are based off the Penco Vanguard Lockers (KD). The School System shall accept equal to or better than the referenced specifications. Two Tier Lockers: 12 wide x 12 deep x 72 tall. Each Opening: 12 x 12 x 36 3 Sections of 22, 17, & 23 including base. Includes 4 slop tops and finished ends. 9 Sections of 6 to fit in 72 present openings. Includes 4 slope tops. 1 Section of 4 to fit in 54 opening. Includes 4 slope top and filler. Shall be assembled using steel rivets. Shall be equipped with recessed handles. Vendors shall submit a separate price for combination locks. Materials Sheet Metal: Hinges: Finishing: Equipment: All parts made from prime grade mild cold rolled sheet steel free from surface imperfection, and capable of taking a high grade enamel finish..074 thick, 2 high, double spun, full loop, tight pin, five knuckle butt hinges, projection welded to door frame and securely fastened to the door with 2 steel rivets. Doors over 48 high shall have three hinges, all other doors shall have two hinges. Chemically pretreat metal with a multiple stage cleaning and metal preparation process. Finish coat shall be electrostatically applied powder coat enamel properly cured to paint manufacturer specifications to achieve optimum performance. All lockers shall be painted inside and outside with the same color. Coat hooks and coat rods are zinc plated. Truss fin heads and hex nuts are zinc plated. Fabrication General Construction: Door Frame: Built on the unit principle, each locker shall have an individual door and frame, individual top, bottom, back and shelves with common intermediate uprights separating compartments. Lockers shall be fabricated square, rigid and with warp. Doors shall be flat and free of distortion. All door frame members to be not less than 16 gauge formed to a channel shape. Vertical members to have an additional flange to provide a continuous door strike. Intermembering parts to be mortised and tenoned and electrically welded together in a rigid assembly capable of resisting strains.

Cross frame members of 16 gauge channel shapes including intermediate cross frame on double and triple tier lockers shall be securely welded to vertical framing members to ensure rigidity. Body: Doors: Door Handle: Door Latching: Ventilation: Bolt spacing in locker body construction not to exceed 9 o.c. All locker body components shall be made of cold rolled steel specially formed for added strength and rigidity and to ensure tight joints at fastening points. Tops and bottoms shall be 24 gauge with three sides formed 90 0 and the front offset formed to be flush with the horizontal frame member. Shelves shall be 24 gauge with four sides formed to 90 0, the front edge shall have a second bend. Backs and sides shall be 24 gauge. Doors 30 or higher shall be formed from one piece 16 gauge cold rolled sheet steel. Doors less than 12 wide shall be minimum of 18 gauge. Formations shall consist of a full channel shape on the lock side of adequate depth to fully conceal the lock bar, channel formation on the hinge side, and right angle formations across the top and bottom. Doors over 15 wide x 60 & 72 high shall have a 3 wide 20 gauge full height reinforcing pan welded to the inside face of the door on 6 centers. 1 & 2 Tier; Handle to consist of zinc alloy die cast case and handle. 40,000 psi maximum tensile strength, chrome plated. Handle to be pulled out to move up latch bar and open door in one motion. Padlock eye for use with 9/32 diameter padlock shackle to be an integral part of handle and to be so located that extension of handle forms a padlock strike. Attachment to latch bar shall be tamper proof and concealed inside the door. The case shall be kick proof type, shielding the movable part and provide a padlock strike to prevent scratching and marring the door. A lock hole cover plate shall be provided for use with padlocks. 1 & 2 Tier; Doors to have latch clip engaging the door frame at three points on doors over 42 high and two points on all other doors. Locking device to be positive, automatic type, whereby lock door may be locked when open, then closed without unlocking. One rubber silencer shall be firmly secured in the frame at each heavy gauge latch hook. Latch clips shall be glass filled nylon for long life and low friction and shall hold doors shut by engaging the latch hooks. Lockers with doors 36 to 72 high shall have two sets of louvers, one set near the top of the door and another set near the bottom of the door. Lockers with doors 30 or less in height, shall have a minimum of one set of louvers.

Number Plates: Each Locker to be supplied with a polished aluminum number plate, 2 ¼ wide x 1 high, with black numerals not less than 3/8 high. Number plates shall be attached to the face of the door with two aluminum rivets. Interior Equipment: Single tier lockers 48 ½ or higher shall have a hat shelf located approximately 9 below the top of locker; if less than 18 deep, locker shall have three single prong hooks and one double prong ceiling hook on 9 and 12 wide lockers. Four single prong hooks are supplied on wider models. Single tier lockers 18 or more in depth shall have a coat rod instead of a ceiling hook. 30 and 36 high lockers shall have three single prong wall hooks and one double prong ceiling hook through 12 wide and four wall hooks for 15 or wider. 24 wide will have two double prong ceiling hooks. 20 and 24 high openings to have three wall hooks through 12 wide, and four wall hooks for 15 wide and wider. Hooks to be attached with two bolts per hook.

SUMNER COUNTY BOARD OF EDUCATION Purchasing Department 1500 Airport Road Gallatin, TN 37066 COMPANY NAME ADDRESS TELEPHONE EMAIL AUTHORIZED COMPANY REPRESENTATIVE AUTHORIZED COMPANY REPRESENTATIVE DATE SIGNATURE PRINTED BID TITLE DEADLINE BID AMOUNT ELLIS MIDDLE LOCKERS TUESDAY, JULY 29, 2014 @ 9:00 A.M. $ base bid $ Combination Locks BID GOOD THRU NOTES:

Invitation to Bid ELLIS MIDDLE LOCKERS Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for ELLIS MIDDLE LOCKERS until 9:00 a.m. CDT Tuesday, July 29, 2014. Bid responses will be opened at that time, taken under advisement and evaluated. Should you have any questions please contact Darren Frank, Ellis Middle Principal @ darren.frank@sumnerschools.org. All proposals are subject to the Board of Education s conditions and specifications which are available from Vicky Currey, Purchasing Supervisor (615) 451-6560. All bids can be viewed on line at www.sumnerschools.org.

NOTICE TO RESPONDENTS Responses to an Invitation to Bid will be received by the Purchasing Supervisor in the SUPPORT SERVICE FACILITY CONFERENCE ROOM, Sumner County Board of Education, 1500 Airport Road Gallatin, TN 37066. They will be received until 9:00 A.M. Local Time TUESDAY, JULY 29, 2014 for ELLIS MIDDLE LOCKERS (Bid# 20140729), at which time the responses will be opened, taken under advisement and evaluated. BIDS WILL BE POSTED ON www.sumnerschools.org ------------------------------------------------------------------------------------------------------------------------------- GENERAL REQUIREMENTS AND CONDITIONS 1. The Sumner County Board of Education reserves the right to accept or reject any and/or all responses in whole or in part, and to waive informalities therein. 2. Any responses received after the scheduled closing time for the receipt for responses will not be considered. 3. If a mistake is discovered after the responses are received, only the Sumner County Board of Education may allow the respondent to withdraw the entire response. 4. Partial payments will not be approved unless justification for such payment can be shown. Terms will be net 30 days. 5. Payment will not be made until the said ELLIS MIDDLE LOCKERS (Bid# 20140729) are inspected and approved as meeting all specifications by persons appointed by the Sumner County Board of Education. 6. Responses submitted must be in a sealed envelope and marked on the outside as follows: RESPONSE: ELLIS MIDDLE LOCKERS (Bid# 20140729) DEADLINE: 9:00 A.M., TUESDAY, JULY 29, 2014 7. Facsimile responses will not be considered. 8. If a successful bidder violates any terms of their bid, the contract, school board policy or any law they may be disqualified from bidding for a period of two years for minor violations or longer for major violations. Bids from disqualified bidders will not be accepted during the period of disqualification. 9. Prices quoted on the response (if any) are to be considered firm and binding until the said ELLIS MIDDLE LOCKERS (Bid# 20140729) are in the possession of the Sumner County Board of Education. 10. No purchase or contract is authorized or valid until the issuance of a Board Purchase Order in accordance with Board Policy. No Board Employee is authorized to purchase equipment, supplies or services prior to the issuance of such a Purchase Order. 11. Any deviation from these stated terms, specifications and conditions must be coordinated with and approved in writing by the Purchasing Supervisor, Vicky Currey (615) 451-6560. 12. All bids that exceed $25,000 must have the Company Name, License Number, Expiration Date thereof and License Classification of Contractor listed on outside of sealed envelope. As required by State of Tennessee Code Annotated 62-6-119. 13. The awarded bidder will be required to post a performance and payment bond in the amount of 25% of the contract price if it exceeds $100,000 as stated by State of Tennessee Code Annotated 12-4-201. 14. If the project cost in excess of $25,000 a performance bond must be secured by the requesting party in an amount equal to the market improvement value.