Bid Package for Sign Blanks, Sheeting, and Posts City of Sevierville Public Works Department 310 Robert Henderson Rd. P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1781 Fax: (865) 453-5518 Contact: Frank Rogers Email: frogers@seviervilletn.org May 2018
INFORMATION FOR BIDDERS RECEIPT AND OPENING OF BIDS The City of Sevierville, Tennessee (herein called the Owner ) invites bids on the form(s) attached hereto for SIGN BLANKS, SHEETING, and POSTS. The owner will RECEIVE BIDS UNTIL 3:00 PM MAY 17, 2018 at Sevierville City Hall, 120 Gary Wade Boulevard, Sevierville, Tennessee, 37862 (Mailing address: P. O. Box 5500, Sevierville, Tennessee, 37864-5500). Bids will then be publicly opened and read aloud at Sevierville City Hall, 120 Gary Wade Boulevard, Sevierville, Tennessee. The envelope containing the bid must be sealed, addressed to Tracy Baker, Assistant City Administrator, and must bear the following information: Name of Bidder Bidder s Address Date and Time of Bid Opening Bid Enclosed: SIGN BLANKS, SHEETING, and POSTS The owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof, and may waive any informality or reject any and all bids. Any bid received after the time and date specified shall not be considered. Note: Each bidder shall submit three (3) copies of the completed bid packet. QUALIFICATIONS OF BIDDERS The owner may make such investigations as he/she deems necessary to determine the ability of the bidder to supply the necessary equipment, and the bidder shall furnish to the owner all such information and data for the purpose as the owner may request. The owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the owner that such bidder is properly qualified to carry out the obligation of the contract by supplying the equipment contemplated therein. Conditional bids will not be accepted. METHOD OF AWARD - LOWEST QUALIFIED BIDDER If at the time this contract is to be awarded the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the owner as available to finance the contract; the contract will be awarded on the bid. If such bid exceeds such amount, the owner may reject all bids or may award the contract on the lowest bid with such deductible alternates to produce a net amount, which is within the available funds. Multiple awards may be made from this contract. Awards will be based on the low evaluated bidder per schedule. In order to fairly evaluate all bids there must be a unit price for each item listed. If an item is no longer available, the bidder shall insert the replacement item on the bid form. Incomplete bids may be rejected. The owner reserves the right to determine the low bidder by durability and maintenance costs over the life of the equipment. This may be done by means of past experience or research. Initial cost may not determine low bid. In case of error or discrepancy in the mathematics of the bid price, the unit prices shall prevail. 2
QUANTITIES AND LENGTH OF CONTRACT This is a yearly contract at unit prices. Exact quantities may vary. Orders will be placed on an as needed basis over the contract period and will be released in order totals of no less than five hundred ($500) dollars per order. This contract is for an approximate one (1) year period from the date of award to June 30, 2019, and may be renewed on an annual basis in one (1) year increments up to three (3) additional years if all terms, conditions, and prices remain unchanged and both parties are in written agreement. Prices contained herein are to be firm for the term of the contract. The owner reserves the right to re-bid anytime during the term of the contract. OBLIGATION OF BIDDERS At the time of the opening of bids, each bidder will be presumed to have read and to be thoroughly familiar with the specifications. The failure or omission of any bidder to examine all the forms, instruments, and documents shall in no way relieve the bidder from any obligation in respect to his/her bid. Each bidder is requested to fill out and return the attached Title VI Information sheet, vendor sheet, and W-9 form as a part of the bid package. VENDOR INFORMATION All equipment offered under this bid shall be new and unused and of the latest model year available from the manufacturer. The unit offered for bid shall meet or exceed the specifications attached to this bid package and shall be considered as minimums unless otherwise indicated. Adequate vendor information shall be included with the bid for determination of meeting the specifications. Any exceptions shall be explained in writing and submitted as a part of the bid package. SHIPPING/DELIVERY The sign blanks, sheeting, and posts shall be delivered to the Sevierville Public Works Facility at 310 Robert Henderson Road, Sevierville, Tennessee 37862. Delivery shall be FOB Sevierville, Tennessee. Any and all shipping and/or handling charges to be included in the bid price. Prompt delivery is of the utmost importance and is required within twenty (20) working days after receiving order. For each working day over the required twenty (20) working days, one (1%) percent of the total order will be deducted from the payment as liquidated damages. OTHER PURCHASES Bidder shall also supply a full catalog with prices with applicable discounts on other piping supplies that may not be covered in this bid. Owner may purchase these items at bid prices under this contract. INSURANCE COVERAGE REQUIREMENTS These minimum coverage requirements apply to Vendors providing products and services: Commercial General Liability Insurance - $1,000,000 limit per occurrence for property damage and bodily injury, including product liability and completed operations liability. 3
CONDITIONS FOR ALL COVERAGES Additional Insured: The City of Sevierville, its Board of Mayor and Aldermen, and all officers, employees, agents, representatives, boards, commissions, committees, and volunteers (hereinafter referred to as Owner) are to be covered as Additional Insured respecting: liability arising out of activities performed by or on behalf of the Vendor; products and completed operations of the Vendor; premises owned, leased or used by the Vendor or premises on which Vendor is performing services on behalf of the Owner. The coverage shall contain no special limitations on the scope of protection afforded to the Owner. Notice of Cancellation or Non-renewal: Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days prior written notice has been given to the Department Head authorizing this service and/or to the Risk Manager for the Owner. Acceptability of Insurers: Insurance is to be placed with financially sound Tennessee admitted insurers (Best s rating of A or better) or approved by Owner s Risk Manager. City of Sevierville Risk Manager: Jamie Tyler, phone 453-5504. Certificates of Insurance: Vendor shall furnish the Owner with certificates of insurance with original endorsements affecting coverage required by this clause. The certificates and endorsements for each policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the Owner before work commences. The certificates of insurance should be directed to Jamie Tyler, Risk Manager. 4
SPECIFICATIONS FOR SIGN BLANKS, SHEETING AND POSTS SPECIFICATIONS FOR REFLECTIVE SHEETING AND FILM (SCHEDULE I) Electronic Cuttable Film (as listed in Supplemental Bid Sheet Schedule I): Shall be 3M Scotchlite Electronic Cuttable Film, Series 1170 or approved equal. Shall be 3 mil thickness, durable, transparent, acrylic, colored film with pressure sensitive adhesive for application over reflective sheeting designed specifically to produce traffic control and guidance signs. Reflective Sheeting (as listed in Supplemental Bid Sheet Schedule I): Shall be flexible white or colored, wide angle retroreflective sheeting, tape and related processing materials designed to enhance nighttime visibility of traffic control signs and objects. The sheeting shall be part of a family of matched component products required for the manufacture and imaging of permanent traffic control signs. Three grades of this sheeting have been identified in the supplemental bid sheet: 1. 3M Scotchlite Diamond Grade, Series 4000 ASTM,Type 11,a highly reflective, durable, wideangle, full cubed corner sheeting with pressure sensitive adhesive backing. Sheeting shall consist of prismatic lens elements with a distinctive interlocking diamond seal pattern and datum orientation marks visible from the face of a smooth surface. Guaranteed to retain at least eighty percent (80%) of its initial retroreflectivity at the end of seven (7) years. 2. 3M Scotchlite Diamond Grade VIP, Fluorescent Reflective Sheeting, Yellow Green and Yellow, Series 4000 ASTM, Type 11 respectively, meeting the same specifications as Series 4000 referenced above. 3. 3M Scotchlite High Intensity Reflective Sheeting, Series HIP 3930, a highly reflective, durable, wide-angle, prismatic reflective sheeting with pressure sensitive adhesive backing. Guaranteed to retain at least eighty percent (80%) of its initial retroreflectivity at the end of seven (7) years. Graphic Film (as listed in Supplemental Bid Sheet Schedule I): Shall be 3M Scotchcal Graphic Film, Series 3650 or approved equal. Shall be 2 mil thickness, glossy finish, non-transparent, colored film with pressure sensitive adhesive for application over reflective sheeting designed specifically to produce traffic control signs. Bids submitted for the above reflective sheeting must meet or exceed the qualities and capabilities of the trade names mentioned above. Certification and Testing: Bids submitted shall include applicable certification and testing results for, but not limited to the following: Color, Coefficient of Retroreflection, Specular Gloss, Color Processing, Shrinkage, 5
Flexibility, Adhesive, Impact Resistance, Resistance to Accelerated Weathering, Colorfastness, and Resistance to Heat, Cold, Humidity, and Fungus. The sheeting manufacturer shall also submit, with each lot or shipment, a certification that states the material supplied will meet all the requirements listed herein. Technical Assistance: The manufacturer supplying the retroreflective sheeting shall provide at no additional charge to the owner, the services of a qualified technician for training at the facility designated by the owner annually, or whenever a new procedure is employed in the sign making process. SPECIFICATIONS FOR SIGN BLANKS (SCHEDULE II) Material: Aluminum pre-cut sign blanks shall be new domestic material, Alloy 5052-H38. Thickness shall be 0.080 Finish: Each aluminum pre-cut sign blank shall be alodized with Alodine 1200F or equal, using the Power Spray 7 Step Method. Bidder must state type finish he proposes to supply failure to do so will disqualify the bid. The chemical conversion treatment shall impart a golden discoloration to the aluminum. Only those chemical conversion treatments which have been qualified under U.S. Specification MIL-C- 5541B or ASTM B449-67, Class I or II may be employed and the processing cycle shall consist of: 1. Cleaning: A liquid etching type alkaline cleaner, Amchem Ridoline #34 or Ridosol #510 or equal must be used per manufacturer s recommendations. 2. Rinsing: An overflowing water rinse shall be used. 3. Deoxidizing: Amchem Deoxider #6-16 shall be used to desmut and remove heat treatment and residual oxides remaining on the metal. 4. Rinsing: An overflowing water rinse shall be used. 5. Chemical Conversion Treatment: A chemical conversion treatment (Amchem Alodine No. 1200F or equal) shall be utilized to produce a protective golden coating. 6. Rinsing: An overflowing water rinse shall be used. 7. Drying: A forced, hot air drying process shall be used. Size: Aluminum sign blanks shall be provided in the sizes shown on the Supplemental Bid Sheet Number 2. Blanks shall have standard corner radii in accordance with the Blank Standards specified in Section 6 of the U.S. Department of Transportation manual, Standard Highway Signs, latest edition. Certification: The bidder must submit a Certificate of Compliance certifying that each of the proposed items bid meet all of the requirements of this specification. In addition, the successful bidder shall submit certified test results from the material manufacturer on the actual material delivered. These certified test results must be included with each shipment. 6
SPECIFICATIONS FOR SIGN POSTS AND HARDWARE (SCHEDULE III) Material: U- Channel posts are to be rolled from new billet steel meeting the mechanical properties of ASTM designation A499-64. Square Tube posts are to be square tube formed from USS 14 gage and USS 12 gage ASTM A-446 cold rolled carbon steel or A-570 hot rolled carbon sheet steel. The minimum yield strength for 14 gage posts shall be 60,000 lbs. per sq. inch and 33,000 lbs. per sq. inch for 12 gage posts. The square tubes shall be welded directly in the corners by high frequency resistance welding or equal. The support posts are to be externally scarfed to agree with standard corner radii of 5/32 plus or minus 1/64. Hardware shall be cast from high strength aluminum under four hundred (400) tons pressure, tensile strength 45,000 p.s.i. Aluminum brackets shall be provided with cadmium plated set screws and bolts. Cross-Section: U-Channel posts shall be of a uniform, modified flanged channel section. The backside of the post shall be formed so as to have two (2) extended ribs, one (1) on each side. The dimensions shall be as described below, subject to rolling tolerances: 2.00lb: total width of 3 1/16 Depth of 1 15/32 3.00lb: total width of 3 ½ Depth of 1 7/8 Square Tube posts shall be uniform with the following dimensions. 14 gage: 2 square 12 gage (anchor): 2.25 square Note: the 12 gage anchor must accept the 14 gage post. Weight: The weight of the u-channel post shall be two (2) or three (3) pounds per foot before holes are punched, with a weight tolerance of plus or minus five percent (5%). The required weight respective to post length shall be as specified on the supplemental bid sheet. The weight of the square tube post shall be 2.164 lbs. per ft. for 14 gage post and 2.773 lbs. per ft. for 12 gage post. Length: All post lengths shall be as specified on the supplemental bid sheet III. Punching: U-Channel posts shall be punched with 3/8 holes on one inch centers starting one inch from the top of the post for the entire length of the post. Post to be furnished with square cut ends. 7
Square tube posts shall be punched with 7/16 holes on one inch centers starting one inch from the top of the post for the entire length of the post. Post to be furnished with square cut ends. Finish: U-channel posts shall be hot-dipped galvanized, after fabrication, ASTM A123. Square tube posts shall be galvanized to conform to ASTM-525, designation C-90 or its corrosionresistance equivalent. When tested in accordance with ASTM B-117 standards. Certification: The bidder must submit a Certificate of Compliance certifying that each of the proposed items bid meet all of the requirements of this specification. In addition, the successful bidder shall submit certified test results from the material manufacturer on the actual material delivered. These certified test results must be included with each shipment. 8
BID FORM FOR SIGN BLANKS, SHEETING, AND POSTS Company: Contact Name: Email Address: Address: Phone: Federal Tax Identification Number: Business License # Manufacturer: Fax: City: Model Name/No. Bid Prices: Schedule Description Total I Reflective Sheeting and Film (from Supplemental Bid Sheet Schedule I) II Aluminum Sign Blanks (from Supplemental Bid Sheet Schedule II) III Galvanized Sign Posts and Hardware (from Supplemental Bid Sheet Schedule III) Total for Comparison Estimated delivery time from place of order: It is further understood and agreed by the undersigned in submitting this proposal that the Owner reserves the following rights and privileges: a. To accept or reject any or all bids, and/or waive any of the informalities in the bidding. b. To reject all items of equipment and materials which do not conform to or exceed these specifications, without altering bid price of this proposal. c. To re-bid anytime during the term of the contract. Note: Bidders shall not add any conditions or qualifying statements to this bid, except as provided herein, as otherwise the bid may be declared irregular as not being responsive to the Advertisement for Bids. 9
If you have questions regarding the specifications contained in this bid package, please contact: Bid Submitted by: Frank Rogers Department of Public Works P.O. Box 5500, Sevierville, TN 37864 (865) 868-1781, voice; (865) 453-5518, fax frogers@seviervilletn.org Authorized Signature Name (Printed) Title Date 10
SUPPLEMENTAL BID SHEET SCHEDULE I 3M SCOTCHLITE REFLECTIVE SHEETING AND ELECTRONIC CUTTABLE FILM # Item Description Qty Size Unit Price Total Electronic Cuttable Film, Series 1170, non-punched, 3mil thickness 1 Violet, Yellow, Red, Orange, Blue, Green, Black, 5 9"x50 yds Brown 2 Violet, Yellow, Red, Orange, Blue, Green, Black, 5 12"x50 yds Brown 3 Violet, Yellow, Red, Orange, Blue, Green, Black, 5 15"x10 yds Brown 4 Violet, Yellow, Red, Orange, Blue, Green, Black, 5 15"x50 yds Brown 5 Violet, Yellow, Red, Orange, Blue, Green, Black, 2 18"x50 yds Brown 6 Violet, Yellow, Red, Orange, Blue, Green, Black, 2 24"x50 yds Brown 7 Violet, Yellow, Red, Orange, Blue, Green, Black, 2 30"x10 yds Brown 8 Violet, Yellow, Red, Orange, Blue, Green, Black, 2 30"x50 yds Brown 9 Violet, Yellow, Red, Orange, Blue, Green, Black, 1 36"x50 yds Brown 10 TPM-5 Clear Transfer Tape 3 6"x100 yds 11 TPM-5 Clear Transfer Tape 3 9"x100 yds 12 TPM-5 Clear Transfer Tape 3 12"x100 yds 13 TPM-5 Clear Transfer Tape 3 18"x100 yds 14 TPM-5 Clear Transfer Tape 3 24"x100 yds 15 TPM-5 Clear Transfer Tape 3 36"x100 yds Diamond Grade, Series 4000 ASTM Type 11 16 White, Yellow, Red, Blue, Green 5 6"x50 yds 17 White, Yellow, Red, Blue, Green 5 9"x50 yds 18 White, Yellow, Red, Blue, Green 5 12 x50 yds 19 White, Yellow, Red, Blue, Green 2 18"x50 yds 20 White, Yellow, Red, Blue, Green 2 24"x50 yds 21 White, Yellow, Red, Blue, Green 2 30"x50 yds 22 White, Yellow, Red, Blue, Green 2 36"x50 yds Diamond Grade Fluorescent Reflective Sheeting, Series 4000 Type 11 23 Yellow Green 2 24"x50 yds 24 Yellow Green 2 30"x50 yds 25 Yellow Green 2 36"x50 yds 26 Yellow 2 24"x50 yds 27 Yellow 2 30"x50 yds 28 Yellow 2 36"x50 yds 11
High Intensity Reflective Sheeting, Series HIP 3930 29 White, Yellow, Red, Blue, Green, Brown 5 6"x50 yds 30 White, Yellow, Red, Blue, Green, Brown 5 9"x50 yds 31 White, Yellow, Red, Blue, Green, Brown 5 12 x50 yds 32 White, Yellow, Red, Blue, Green, Brown 2 18"x50 yds 33 White, Yellow, Red, Blue, Green, Brown 2 24"x50 yds 34 White, Yellow, Red, Blue, Green, Brown 2 30"x50 yds 35 White, Yellow, Red, Blue, Green, Brown 2 36"x50 yds Graphic Film, Scotchcal Series 3650, non-punched, 2 mil thickness 34 3650-10 WHITE 2 12''x50yds 35 3650-12 BLACK 2 31''x50 yds 36 3650-12 BLACK 2 37''x50 yds Fluorescent Diamond Grade Screen Ready Sheets 37 Diamond Shape -3924F 20 36''x36'' Subtotal for Bid Schedule I (Transfer this total to Page 8 for comparison) Company: Prepared by: 12
SUPPLEMENTAL BID SHEET SCHEDULE II ALUMINUM SIGN BLANKS Item Description Qty Size (inches) Unit Price Total Stop Sign Blank, Standard Holes 20 24x24 Stop Sign Blank, Standard Holes 30 30x30 Stop Sign Blank, Standard Holes 10 36x36 Yield Sign Blank, Standard Holes & Radius Corners 10 30x30x30 Yield Sign Blank, Standard Holes & Radius Corners 10 36x36x36 Yield Sign Blank, Standard Holes & Radius Corners 10 48x48x48 School Pentagon, Sign Blank, Standard Holes & Radius 10 36x36 Corners Interstate Shield, Sign Blank, Standard Holes 20 24x24 Blank, Double Punched 30 12x6 Blank, Double Punched 30 12x18 Blank, Double Punched 30 12x24 Blank, Double Punched 30 12x36 Blank, Double Punched 30 18x24 Blank, Double Punched 30 18x36 Blank, Double Punched 30 21x15 Blank, Double Punched 30 24x30 Blank, Double Punched 30 24x36 Blank, Double Punched 30 30x30 Blank, Double Punched 30 36x36 Blank, Standard Holes & Radius Corners 30 12x6 Blank, Standard Holes & Radius Corners 30 12x12 Blank, Standard Holes & Radius Corners 30 12x18 Blank, Standard Holes & Radius Corners 30 12x24 Blank, Standard Holes & Radius Corners 30 12x36 Blank, Standard Holes & Radius Corners 30 18x18 Blank, Standard Holes & Radius Corners 30 18x24 Blank, Standard Holes & Radius Corners 30 18x36 Blank, Standard Holes & Radius Corners 25 21x15 Blank, Standard Holes & Radius Corners 20 24x8 Blank, Standard Holes & Radius Corners 25 24x10 Blank, Standard Holes & Radius Corners 30 24x24 Blank, Standard Holes & Radius Corners 30 24x30 Blank, Standard Holes & Radius Corners 30 30x30 Blank, Standard Holes & Radius Corners 30 30x36 Blank, Standard Holes & Radius Corners 30 36x36 Blank, Standard Holes & Radius Corners 30 48x24 Blank, Standard Holes & Radius Corners 10 48x30 Blank, Standard Holes & Radius Corners 10 48x36 13
Blank, Standard Holes & Radius Corners 10 60x30 Blank, Standard Holes & Radius Corners 10 60x36 Flat Blade, Standard Radius Corners 30 6x18 Flat Blade, Standard Radius Corners 30 6x24 Flat Blade, Standard Radius Corners 30 6x30 Flat Blade, Standard Radius Corners 30 6x36 Flat Blade, Standard Radius Corners 30 6x42 Flat Blade, Standard Radius Corners 30 6x48 Flat Blade, Standard Radius Corners 30 6x54 Flat Blade, Standard Radius Corners 30 6x60 Flat Blade, Standard Radius Corners 30 9x18 Flat Blade, Standard Radius Corners 30 9x24 Flat Blade, Standard Radius Corners 30 9x30 Flat Blade, Standard Radius Corners 30 9x36 Flat Blade, Standard Radius Corners 30 9x42 Flat Blade, Standard Radius Corners 30 9x48 Flat Blade, Standard Radius Corners 30 9x54 Flat Blade, Standard Radius Corners 30 9x60 Flat Blade, Standard Radius Corners 30 9x66 Flat Blade, Standard Radius Corners 30 9x72 Flat Blade, Standard Radius Corners 30 12x18 Flat Blade, Standard Radius Corners 30 12x24 Flat Blade, Standard Radius Corners 30 12x30 Flat Blade, Standard Radius Corners 30 12x36 Flat Blade, Standard Radius Corners 30 12x42 Flat Blade, Standard Radius Corners 30 12x48 Flat Blade, Standard Radius Corners 30 12x54 Flat Blade, Standard Radius Corners 30 12x60 Flat Blade, Standard Radius Corners 30 12x66 Flat Blade, Standard Radius Corners 30 12x72 Flat Blade, Standard Radius Corners 30 12x78 Flat Blade, Standard Radius Corners 30 12x84 Flat Blade, Standard Radius Corners 30 18x18 Flat Blade, Standard Radius Corners 30 18x24 Flat Blade, Standard Radius Corners 30 18x30 Flat Blade, Standard Radius Corners 30 18x36 Flat Blade, Standard Radius Corners 20 18x42 Flat Blade, Standard Radius Corners 20 18x48 Flat Blade, Standard Radius Corners 20 18x54 Flat Blade, Standard Radius Corners 20 18x60 Flat Blade, Standard Radius Corners 20 18x66 Flat Blade, Standard Radius Corners 20 18x72 Flat Blade, Standard Radius Corners 20 18x78 Flat Blade, Standard Radius Corners 20 18x84 Flat Blade, Standard Radius Corners 20 18x90 Flat Blade, Standard Radius Corners 20 18x96 Flat Blade, Standard Radius Corners 20 18x102 Flat Blade, Standard Radius Corners 20 18x108 Flat Blade, Standard Radius Corners 20 18x114 Flat Blade, Standard Radius Corners 20 18x120 Subtotal for Bid Schedule II (Transfer this total to Page 8 for Comparison) 14
Company: Prepared by: 15
SUPPLEMENTAL BID SHEET SCHEDULE III GALVANIZED SIGN POSTS AND HARDWARE Sign Post (u-channel) Two (2) pounds per foot galvanized sign post Qty. Unit Price Total 1 10 ft. post 100 2 12 ft. post 50 3 3.5 ft. post 150 Subtotal Three (3) pounds per foot galvanized sign post Qty. Unit Price Total 1 10 ft.post 50 2 12 ft. post 50 3 3.5 ft.post 100 Subtotal Square tube 14 Gage, 2 sq., 2.164 pounds per foot galvanized sign post Qty. Unit Price Total 1 10 ft. post 50 2 12 ft. post 50 3 14 ft. post 50 4 16 ft. post 50 Subtotal Square tube 12 Gage, 2.25 sq., 2.773 pounds per foot galvanized sign post Qty. Unit Price Total 1 30 Anchor Post 100 2 36 Anchor Post 150 Subtotal Total Posts Sign Hardware (bolt-thru) Sign Brackets (5/16" holes) Qty. Unit Price Total 1 5.5" 90 degree bracket for flat blade 50 2 5.5" 180 degree bracket for flat blade 50 3 5.5" cross piece for flat blade 100 4 12" 90 degree bracket for flat blade 50 5 12" 180 degree bracket for flat blade 50 6 12" cross piece for flat blade 100 7 14" cantilever bracket for flat blade 30 8 18.75" cantilever extension for flat blade 15 Total Hardware Subtotal for Bid Schedule III (Post + Hardware) (Transfer this total to Page 8 for comparison) Company: Prepared by: 16
TITLE VI INFORMATION The City of Sevierville complies with all applicable federal and state civil rights laws, including but not limited to Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000e.), and the City does not discriminate based on race, color, gender, religion, age or national origin. By virtue of submitting a response to this solicitation, bidders agree to comply with the same nondiscrimination policy. Bid Item/Project Name: Bid Date: *For Title VI compliance, we ask for voluntary disclosure of the following information for the majority owner of the business: Company Name: Gender: Male Female Race: Caucasian African American Other (please specify) 17
P.O. Box 5500 Sevierville, TN 37864-5500 865-453-5504*Fax 865-453-5518 VENDOR INFORMATION FORM Name: Federal Tax ID Number: Business License Number: County and State of License: Mailing Address: Shipping Address: Phone Number: Fax Number: Contact Person: Email Address: Corporation, Sole Proprietor, or Partnership: (If the business is a sole proprietor the owners name): NEW VENDORS WILL BE ADDED AFTER RECEIPT OF THIS COMPLETED FORM AND VERIFICATION OF A CURRENT BUSINESS LICENSE. VENDORS WITHOUT A CURRENT BUSINESS LICENSE WILL NOT BE ACCEPTED. IT IS THE RESPONSIBILITY OF THE FINANCE DEPARTMENT TO ENTER AND UPDATE ALL VENDOR INFORMATION. THANK YOU. Revised 1/22/2015 18
19