SNP: Woodland Park Serving Line

expired opportunity(Expired)
From: White(County)
2024-0425-01-007

Basic Details

started - 11 Apr, 2024 (22 days ago)

Start Date

11 Apr, 2024 (22 days ago)
due - 25 Apr, 2024 (8 days ago)

Due Date

25 Apr, 2024 (8 days ago)
Bid Notification

Type

Bid Notification
2024-0425-01-007

Identifier

2024-0425-01-007
White County

Customer / Agency

White County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

WHITE COUNTY, TENNESSEE DEPARTMENT OF FINANCE COURTHOUSE ROOM 204 1 EAST BOCKMAN WAY SPARTA, TENNESSEE 38583 PHONE (931)-836-3216 FAX (931)-836-3343 finance@whitecountytn.gov WHITE COUNTY, TENNESSEE Procurement Package for RFB Number: 2024-0425-01-007 Published April 11, 2024 White County School Nutrition Program Serving Line RFB Opening: April 25, 2024 2:00pm Central Time Bid Opening Location: White County Department of Finance 1 East Bockman Way, Room 204 Sparta, Tennessee 38583 Posted for public inspection at whitecountytn.gov/bids Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 2 of 23 Table of Contents I. Purpose and Overview ............................................................................................................................ 3 A. Purpose
............................................................................................................................................... 3 B. Project Description ............................................................................................................................. 3 C. Equipment Specifications ................................................................................................................... 3 D. Scope of Work .................................................................................................................................... 7 E. General Requirements ........................................................................................................................ 7 II. Instructions for Request for Bid Responses .......................................................................................... 12 A. Compliance with RFB ...................................................................................................................... 12 B. Delivery of RFB Response ............................................................................................................... 12 III. General Terms and Conditions ............................................................................................................. 13 A. Bid Document .................................................................................................................................. 13 B. Electronic Transmissions ................................................................................................................. 13 C. Bid Bond .......................................................................................................................................... 13 D. Performance Bond ............................................................................................................................ 13 E. Payment Bond .................................................................................................................................. 13 F. Disclosures by Bidders ..................................................................................................................... 13 G. Laws and Regulations ...................................................................................................................... 14 H. Sub-contracts .................................................................................................................................... 14 I. Award of Contract ............................................................................................................................ 14 J. Retainage .......................................................................................................................................... 14 K. Title VI of the Civil Rights Act of 1964 ........................................................................................... 14 L. Warranty ........................................................................................................................................... 14 M. Payments .......................................................................................................................................... 15 N. Errors in Bids ................................................................................................................................... 15 O. Taxes ................................................................................................................................................ 15 P. Tie Bids ............................................................................................................................................ 15 Q. Background Checks and Dress Code................................................................................................ 15 R. Specification Details......................................................................................................................... 15 IV. Advertisement for ITB .......................................................................................................................... 16 V. RFB Response Form ............................................................................................................................. 17 VI. Exception Form .................................................................................................................................... 18 VII. Iran Divestment Act .............................................................................................................................. 19 VIII. Certification of Bidder Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion ... 20 VIII. Certification Regarding Lobbying ........................................................................................................ 21 IX. Certification of Non-Collusion ............................................................................................................. 22 X. Appendix A - Drawings ........................................................................................................................ 23 Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 3 of 23 I. Purpose and Overview A. Purpose The White County Department of Finance, on behalf of the White County Board of Education School Nutrition Department, is soliciting bids for the purchase and installation of a serving line at Woodland Park Elementary School. B. Project Description The objective of this bid is to secure firm, fixed pricing for the purchase, delivery, and installation of a new serving line at Woodland Park Elementary School in Sparta, Tennessee. The specified serving line system by LTI, Inc. serves as the basis for design of this bid. Alternate serving line systems may be considered, but must be proposed and approved in compliance with Section I D 5 of this RFB. C. Equipment Specifications All equipment shall be built in accordance with Underwriters Laboratories, Inc. and the National Sanitation Foundation, Inc. standards. All equipment shall bear the Underwriters Laboratories, Inc. listing label for safety and the Underwriters Laboratories classification label for sanitation. 1. Hot Food Counter a) Model 74-EFS5-CPA-L b) Quantity: One (1) i. Furnish each hot food counter model #74-EFS5-CPA-L as specified as manufactured by LTI, Inc. Unit should measure approximately 74” wide x 30” deep x 34” high. ii. Unit shall have five (5) dry/moist electric hot food wells to be bottom mounted and have a 12” x 20” die stamped opening with 1⁄4” raised beaded edge. iii. Wells must accommodate a 18” x 26” sheet pan. iv. Interior pan shall be 20-guage deep drawn, 304 stainless-steel, with covered corners and fully insulated with fiberglass insulation. v. Exterior jacket shall be constructed of galvanized steel. vi. Each hot food well shall have a 563-watt heat source with solid state digital controls that will equal or outperform a standard 1,000 watt hot well in pre-heating and food temperature maintenance. vii. Wells should be usable without water. viii. All switches and controls must be fully accessible. ix. All wells must be wired to a circuit breaker for current overload protection. x. Unit to be provided with the following accessories: 1. AA – Line-up locks (barrel bolt/key lock on opposing corners) 2. Four sided recessed for sheet pans 3. 74” laminate plastic on steel body 4. Z – with STD. CPVC manifold 5. D – 6”x74” solid stainless steel work shelf 6. A – 10”x74” beaded stainless steel tray slide 7. FF – Fold down end shelf 8. CrystalClear adjustable counter protector (3/8” tempered glass) Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 4 of 23 9. RR – LED lights 10. Recessed drain valve 11. SS – 6” stainless steel legs with adjustable bullet feet 12. Cord hooks, side mount 13. V – 28” stainless steel insert storage shelf; Qty. 2 2. Tempest-Air Cooled Food Counter a) Model 50-CMFA-L-MOD b) Quantity: One (1) i. Furnish each tempest-air cold food counter model #50-CMFA-L-MOD as specified as manufactured by LTI, Inc. Unit should measure approximately 50” wide x 30” deep x 34” high. ii. Unit shall have a three (3) pan mechanically cooled cold pan which is made of 18-guage stainless steel and is 9” deep with Low Temp Tempest Air refrigeration system. iii. Low Temp Tempest Air refrigeration system should include low velocity axial fans and advanced design cold wall operation on R-449a refrigerant. iv. Pan must be fully insulated with urethane insulation and the top should be separated from the pan by a full perimeter breakers strip. v. Cold pans must meet or exceed NSF7 standards while allowing food pans to remain flush with countertop. vi. Cold pan must have a 1” open brass drain with extension to shut-off valve below base. vii. Unit should have a full hermetic condensing unit connected to the cold pan and operating on R-507 refrigerant with all necessary controls for proper operation. Unti should be prewired, charged, tested, and ready to plug in upon delivery. viii. Unti should have a cross flow ventilated compressor compartment with two (2) stainless steel exterior frames with removable stainless-steel louvers, one front and one rear. An additional oversized end louvered access panel should be provided for easy service access. ix. Unit to be provided with the following accessories: 1. AA – Line-up locks (barrel bolt/key lock on opposing corners) 2. 50” laminate plastic on steel body 3. A – 10”x50” beaded stainless steel tray slide 4. CrystalClear adjustable counter protector 5. RR – LED lights 6. Recessed drain valve 7. SS – 6” stainless steel legs with adjustable bullet feet 8. Cord hooks, side mount 3. Solid Top Utility Counter a) Model 36-ST-L b) Quantity: One (1) i. Furnish each solid top utility counter model #36-ST-L as specified as manufactured by LTI, Inc. Unit should measure approximately 36” wide x 30” deep x 34” high. ii. Unit shall be made of 14-guage stainless steel top and body to be seamless molded fiberglass with smooth exterior surfaces and rounded corners. iii. Unit to be provided with the following accessories: 1. AA – Line-up locks (barrel bolt/key lock on opposing corners) 2. 36” laminate plastic on steel body Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 5 of 23 3. A – 10” x 36” beaded stainless steel tray slide 4. SS – 6” stainless steel legs with adjustable bullet feet 5. V – 28” stainless steel insert storage shelf 4. Cashier Counter End Type a) Model 28-CSE-L b) Quantity: One (1) i. Furnish each cashier counter end type model #28-CSE-L as specified as manufactured by LTI, Inc. Unit should measure approximately 28” wide x 30” deep x 34” high. ii. Unit to be provided with the following accessories: 1. AA – Line-up locks (barrel bolt/key lock on opposing corners) 2. KO – 3” knock-out 3. 28” laminate plastic on steel body 4. Cashier liner 5. Cashier fixed undershelf 6. Cord grommet for cashier cord 7. 5” locking casters 8. HH – cashier drawer with lock 9. DD – electrical outlet in cabinet with wiring 10. Power pole on end of body 5. Solid Top Utility Counter a) Model 36-ST-L b) Quantity: One (1) i. Furnish each solid top utility counter model #36-ST-L as specified as manufactured by LTI, Inc. Unit should measure approximately 36” wide x 30” deep x 34” high. ii. Unit shall be made of 14-guage stainless steel top and body to be seamless molded fiberglass with smooth exterior surfaces and rounded corners. iii. Unit to be provided with the following accessories: 1. AA – Line-up locks (barrel bolt/key lock on opposing corners) 2. 36” laminate plastic on steel body 3. A – 10” x 36” beaded stainless steel tray slide 4. SS – 6” stainless steel legs with adjustable bullet feet 5. V – 28” stainless steel insert storage shelf 6. Tempest-Air Cooled Food Counter c) Model 50-CMFA-L-MOD d) Quantity: One (1) i. Furnish each tempest-air cold food counter model #50-CMFA-L-MOD as specified as manufactured by LTI, Inc. Unit should measure approximately 50” wide x 30” deep x 34” high. ii. Unit shall have a three (3) pan mechanically cooled cold pan which is made of 18-guage stainless steel and is 9” deep with Low Temp Tempest Air refrigeration system. iii. Low Temp Tempest Air refrigeration system should include low velocity axial fans and advanced design cold wall operation on R-449a refrigerant. iv. Pan must be fully insulated with urethane insulation and the top should be separated from the pan by a full perimeter breakers strip. v. Cold pans must meet or exceed NSF7 standards while allowing food pans to remain flush with countertop. Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 6 of 23 vi. Cold pan must have a 1” open brass drain with extension to shut-off valve below base. vii. Unit should have a full hermetic condensing unit connected to the cold pan and operating on R-507 refrigerant with all necessary controls for proper operation. Unti should be prewired, charged, tested, and ready to plug in upon delivery. viii. Unti should have a cross flow ventilated compressor compartment with two (2) stainless steel exterior frames with removable stainless-steel louvers, one front and one rear. An additional oversized end louvered access panel should be provided for easy service access. ix. Unit to be provided with the following accessories: 1. AA – Line-up locks (barrel bolt/key lock on opposing corners) 2. 50” laminate plastic on steel body 3. 2037TA-3 pan Tempest Aire built-in adaptor bars 4. A – 10”x50” beaded stainless steel tray slide 5. CrystalClear adjustable counter protector 6. RR – LED lights 7. Recessed drain valve 8. SS – 6” stainless steel legs with adjustable bullet feet 9. Cord hooks, side mount 7. Hot Food Counter a) Model 74-EFS5-CPA b) Quantity: One (1) i. Furnish each hot food counter model #74-EFS5-CPA as specified as manufactured by LTI, Inc. Unit should measure approximately 74” wide x 30” deep x 34” high. ii. Unit shall have five (5) dry/moist electric hot food wells to be bottom mounted and have a 12” x 20” die stamped opening with 1⁄4” raised beaded edge. iii. Wells must accommodate a 18” x 26” sheet pan. iv. Interior pan shall be 20-guage deep drawn, 304 stainless-steel, with covered corners and fully insulated with fiberglass insulation. v. Exterior jacket shall be constructed of galvanized steel. vi. Each hot food well shall have a 563-watt heat source with solid state digital controls that will equal or outperform a standard 1,000 watt hot well in pre-heating and food temperature maintenance. vii. Wells should be usable without water. viii. All switches and controls must be fully accessible. ix. All wells must be wired to a circuit breaker for current overload protection. x. Unit to be provided with the following accessories: 1. AA – Line-up locks (barrel bolt/key lock on opposing corners) 2. Four sided recessed for sheet pans 3. 74” laminate plastic on steel body 4. TW hot food (5) 5. Z – with STD. CPVC manifold 6. D – 6”x74” solid stainless steel work shelf 7. A – 10”x74” beaded stainless steel tray slide 8. FF – Fold down end shelf 9. CrystalClear adjustable counter protector (3/8” tempered glass) 10. RR – LED lights 11. Recessed drain valve 12. SS – 6” stainless steel legs with adjustable bullet feet Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 7 of 23 13. Cord hooks, side mount 14. V – 28” stainless steel insert storage shelf; Qty. 2 D. Scope of Work 1. Site Visit The awarded vendor will be responsible for conducting a site visit to verify site conditions, utilities, and measurements before ordering. Vendors are encouraged to perform this site visit prior to submitting a bid. Site visits will be by appointment only. Please contact Tonya Savage, School Nutrition Director, at 931-836-2229 to schedule an appointment. 2. Installation The awarded vendor will be responsible for installing all equipment ordered. For the purposes of this bid, installation shall mean delivery, uncrate, set in place, and make final utility connections. White County will ensure proper electrical and drain connections are in place prior to delivery. 3. Remove Old Equipment The current serving line is to be removed by the awarded vendor. The County shall provide directions on where the removed serving line is to be relocated for storage. County will retain the removed serving line. 4. Startup and Training The awarded vendor will be responsible for ensuring all equipment is operational and working properly before installation will be considered complete. Additionally, any training of cafeteria staff required shall be provided. E. General Requirements 1. Qualifications a) Potential bidders must meet the following criteria: i. Be able to provide a quality product as specified ii. Offer reasonable pricing iii. Provide dependable delivery of items ordered iv. Meet specifications and bid conditions v. Demonstrate successful past performance vi. Provide 100% of the equipment requested b) A potential bidder may be rejected for one or more of the following reasons: i. Inadequate or unacceptable product ii. Inadequate sanitation iii. Documented unacceptable product iv. Unable to provide 100% of the equipment requested 2. Bid Award Bids are to be opened at the place and time as named here within. Only the bottom line total figure will be read at the bid opening. Bids will also be examined for compliance with specifications and conditions outlined in the bid document. Consideration will be given to all bids properly submitted. Bids will receive appropriate confidentiality before awarding. Upon award, bid documents and tabulations will be available for review. Errors discovered after public opening cannot be corrected, and the bidder will be bound to honor bid as submitted. Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 8 of 23 The contract will be awarded in writing to the responsive and responsible bidder whose bid is the lowest bottom line cost while also taking into account the estimated lead times provided. It is the intent of the White County School Nutrition Program to involve and utilize the best product/services at the best prices and provide small and minority firms, women’s business enterprises and labor surplus area firms with increased opportunity to do business with the School Nutrition Program. Regardless of the procurement method used, price and lead time are the final determining factors for awarding the contract. White County and the White County School Nutrition Program reserves the right to accept or reject any or all bids. The White County School Nutrition Program will be responsible for the award of the bid. All bidders will be notified in writing of the bid award within ten (10) days of bid opening. If a prospective vendor does not agree with the bid award, they have the right to protest. Disputes arising from the award of this bid must be submitted in writing to Chad S. Marcum no later than ten (10) days after the published award. The hearing official will disclose the dispute to the Tennessee State Department of Education, School Nutrition office. The steps for dispute resolution are as follows: a) A meeting the School Nutrition Director participating in the bid, the hearing official and representatives from the disputing party to discuss and resolve the complaint will be scheduled within 15 days of the protest. b) All employees will be notified that they cannot purchase under this procurement until a decision by the hearing official is rendered. In the event that purchases must be made for school meals before a final decision is rendered, the emergency purchase procedures established by the school system will be used. c) A written decision letter stating the reasons for the decision will be prepared by the hearing official in writing and delivered to the protestor and all parties involved. This decision letter will be mailed to the protestor with proof of delivery required. The letter will advise the protestor that he has a right to an additional review. An additional request must be written and addressed to the school board no later than ten (10) days from proof of delivery. 3. Delivery All prices should include delivery. Delivery will be made to the school locations as specified below. Delivery and installation must be scheduled in advance with the School Nutrition Supervisor. a) Woodland Park Elementary School 88 Panther Drive Sparta, Tennessee 38583 4. Minimum Orders White County will place a minimum order with the awarded vendor for the quantities as listed in Section I-C (Equipment Specifications). Quantities in excess of those listed in Section I-C may, but are not guaranteed to, be ordered by White County. In no event shall White County be held liable for quantity not ordered in excess of the amounts stated in Section I-C. 5. Approved Equal Interested bidders must present a request for product substitution from that as outlined in this bid document by April 18, 2024 at 12 Noon Central Time. Late substitution requests will not be considered. A substitution request must be on company letterhead Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 9 of 23 and contain the item for which the substitution is requested as well as the item being substituted. Detailed drawings and specifications for the proposed substation must be provided with the substitution request letter. All substitution requests must be submitted to the School Nutrition Director by the aforementioned time at tonya.savage@whitecoschools.net. White County will review all substation requests properly presented and provide an addendum to this bid document by April 19, 2024 at 12 Noon Central Time if a substation request is approved. The determination of a product being of equal or greater quality than that specified in this bid document will be made solely at White County’s discretion. 6. Records and Reports The awarded vendor agrees to maintain all books, records, and other documents relative to this bid for three (3) years after the final payment and any other pending matters are closed. By submitting a bid, the vendor agrees that White County, the State of Tennessee, USDA, or the Comptroller General of the United States may have full access to any books, documents, papers, or records of the vendor which are directly pertinent to this bid. If an investigation or audit is in progress, records shall be maintained until the matter is closed. Bidders accept responsibility for verification of material availability, production schedules, and other pertinent data prior to submission of proposals and delivery time. It is the responsibility of the bidder to notify White County immediately if materials, as specified, are discontinued, recalled, replaced, or not available. 7. Vendor Performance If the Vendor fails in full or part to perform or comply with any provision of this Contract or the terms or conditions of any documents referenced and made a part hereof, White County School Nutrition Program may terminate this Contract, in whole or in part, and may consider such failure or noncompliance a breach of Contract. Vendors with poor performance will be notified at the time of such performance and be given opportunity to correct the problems. Documentation will be kept on file. Any Vendor with continued poor performance will be removed from the potential vendor list for one year. Failure to deliver within the time specified or within a reasonable amount of time, or failure to make replacements of a rejected item immediately will constitute authority to purchase on the open market so as to replace the item(s) rejected and/or not received. On all such purchases, the Vendor agrees to promptly reimburse the schools for excess costs incurred by such a purchase. Reasons for product rejection may be any one of the following: a) Quality b) Price c) Serviceability of item (damage) d) Product does not meet bid specifications 8. Breach of Contract A party shall be deemed to have breached the contract if any of the following occurs: a) Failure to provide products or services that conform to the specifications b) Failure to maintain or submit any report required hereunder c) Failure to perform in full or in part any of the other conditions of the agreement d) Violation of any warranty mailto:tonya.savage@whitecoschools.net Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 10 of 23 Upon the occurrence of any event of breach, White County may take any one or more of the following actions: a) Give the vendor a written notice of the breach requiring it to be remedied within thirty (30) days from the date of the notice, unless another time line is specified; and if the event of breach is not remedied within the time limit, terminate this contract with notice provided to the Vendor. b) Give the Vendor a written notice specifying the event of breach and suspending all payments to be made under this contract and ordering that the portion of the contract price, which would otherwise accrue to the Vendor during the period from the date of such notice until such time as the School System determines that the Vendor has cured the breach, shall never be paid to the Vendor. c) Set off against any other obligation the School System may owe to the Vendor any damages the School System suffers by reason of any event of breach. d) Treat the contact as materially breached and pursue any of its remedies at law or in equity, or both 9. Termination for Cause If the vendor fails to properly perform its obligations under this contract in a timely or proper manner, or if the vendor violates any terms of this contract, White County shall have the right to terminate the contract and withhold payments in excess of fair compensation for completed services. In the event the contract is terminated for due cause by the County, the County shall have the option of awarding the contact to the next lowest bidder or bidding again. 10. Termination for Convenience White county may, by written notice to the vendor, terminate this contract without cause for any reason. Said termination shall not be deemed a breach of contract by the County. The County must give notice of termination to the vendor at least thirty (30) days prior to the effective date of termination. The vendor shall be entitled to receive compensation for satisfactory, authorized service completed as of the termination date, but in no event shall the County be liable to the vendor for compensation for any service which has not been rendered. Upon such termination, the vendor shall have no right to any actual general, special, incidental, consequential, or any other damages whatsoever of any description or amount. 11. Regulation Compliance a) All contracts awarded in excess of $10,000.00 by grantees and their contractors or sub-grantees shall comply with Executive Order 11246, entitled “Equal Employment Opportunity,” as amended by Executive Order 11375, and supplemented by the Department of Labor regulations (41CFR, Part 60). b) All contracts over $100,000.00 will require compliance with the Clean Air Act issued under Section 306, Section 508 of the Clean Water Act, Executive Order 11738 and Environmental Protection Agency regulations. c) Bidders must comply with mandatory standards and policies related to energy efficiency which are contained in the State Energy Plan issued in compliance with the Energy Policy and Conservation Act (PL 94-163, 89 Stat. 871). d) A Certificate of Lobbying must be signed for all contracts over $100,000. e) A Certificate of Debarment/Suspension must be signed for all contracts over $25,000. f) Bidders must comply with the “Buy American” provision as outlined in Policy Memorandum 210. 21-14. Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 11 of 23 g) All property or services furnished must comply with all applicable Federal, State, and Local laws, codes, and regulations. 12. Code of Conduct White County seeks to conduct all procurement procedures: a) in compliance with stated regulations; and b) to prohibit conflicts of interest and actions of employees engaged in the selection, award, and administration of contracts. No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal, State, or local award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-Federal entity may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, non-Federal entities may set standards for situations in which the financial interest is not substantial or the gift is an unsolicited item of nominal value. The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the non-Federal entity. White County’s procedures seek to avoid acquisition of unnecessary or duplicative items. Consideration is given to consolidating or breaking out procurements to obtain a more economical purchase. Where appropriate, an analysis will be made to determine the most economical approach. For questions and concerns regarding procurement solicitations, contract evaluation, and award, contact the White County Finance Director (931-836-3216) or School Nutrition Supervisor (931-836-2229). 13. USDA Non-Discrimination Statement In accordance with Federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, the USDA, its Agencies, offices, and employees, and institutions participating in or administering USDA programs are prohibited from discriminating based on race, color, national origin, sex, religious creed, disability, age, political beliefs, or reprisal or retaliation for prior civil rights activity in any program or activity conducted or funded by USDA. Persons with disabilities who require alternative means of communication for program information (e.g. Braille, large print, audiotape, American Sign Language, etc.), should contact the Agency (State or local) where they applied for benefits. Individuals who are deaf, hard of hearing or have speech disabilities may contact USDA through the Federal Relay Service at (800) 877-8339. Additionally, program information may be made available in languages other than English. To file a program complaint of discrimination, complete the USDA Program Discrimination Complaint Form, (AD-3027) found online at: http://www.ascr.usda.gov/complaint_filing_cust.html, and at any USDA office, or write a letter addressed to USDA and provide in the letter all of the information http://www.ascr.usda.gov/complaint_filing_cust.html Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 12 of 23 requested in the form. To request a copy of the complaint form, call (866) 632-9992. Submit your completed form or letter to USDA by: 1.) Mail: U.S. Department of Agriculture Office of the Assistant Secretary for Civil Rights 1400 Independence Avenue, SW Washington, D.C. 20250-9410; 2.) Fax: (202) 690-7442; or 3.) Email: program.intake@usda.gov. This institution is an equal opportunity provider. II. Instructions for Request for Bid Responses A. Compliance with RFB Submissions must be in strict compliance with this Request for Bid. Failure to comply with all provisions of the RFB may result in disqualification. Requests for additional information or clarifications by potential Bidders must be made in writing. Bidders may email requests for additional information or clarifications. Requests for additional information or clarifications shall be sent to: Chad S. Marcum Director of Finance White County Department of Finance 1 East Bockman Way, Room 204 Sparta, Tennessee 38583 chad.marcum@whitecountytn.gov Prior to the due date, responses to inquiries and all RFB amendments White County deemed necessary will be issued and published on the solicitation web page. Bidders should not rely on any representations, statements, or explanations other than those made in any written addendum to this RFB. Where there appears to be a conflict between the RFB and any addenda issued, the last addendum issued shall prevail. Addenda will be made available on the solicitation web page and it is solely the Bidder’s responsibility to assure receipt of all addenda. Solicitation Web Page is: www.whitecountytn.gov/bids B. Delivery of RFB Response Submissions will be accepted by the White County Department of Finance no later than 2:00 p.m. April 25, 2024 (local time). All documents shall be submitted to the following: Chad S. Marcum Director of Finance White County Department of Finance 1 East Bockman Way, Room 204 Sparta, Tennessee 38583 mailto:program.intake@usda.gov mailto:chad.marcum@whitecountytn.gov http://www.whitecountytn.gov/bids Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 13 of 23 All submissions must be written, sealed, and labeled as a response to this RFB. Submission by electronic means will not be accepted. III. General Terms and Conditions A. Bid Document For certain projects White County will supply a bid form to be completed by the bidder. When such forms are issued, only bids returned with the proper forms will be accepted. Envelopes must be sealed and marked as a bid document. Any bid may be withdrawn prior to the day, date and time as set forth in the “bid invitation”. On construction related bids, the envelope must contain the following information visible from the outside: TN License number, expiration date, classifications and limitations. B. Electronic Transmissions Electronic transmissions will not be accepted, except when in the course of the bidding process addendums or other notifications of errors on behalf of the owner places an undue hardship upon prospective bidders. Written notification by the owner must precede the acceptance of facsimile or email transmissions. C. Bid Bond For construction related bids, in excess of $100,000 dollars, White County requires a bid bond equal to five percent of the total price of the bid. Contracts for the services of a construction manager shall require a bid bond in the amount of ten percent. White County may request bonds on other services or waive such bond requirements, as determined by the Director of Finance. D. Performance Bond For construction related bids, in excess of $100,000 dollars, the White County requires a performance bond equal to one hundred percent of the contract price. White County may request bonds on other services, as determined by the Director of Finance. E. Payment Bond For construction related bids, in excess of $100,000 dollars, White County requires a payment bond equal to one hundred percent of the contract price except as stipulated under T.C.A. §12-4-201. White County may request bonds for other services as determined by the Director of Finance. F. Disclosures by Bidders For construction bids in excess of $25,000 interested bidders must include the following information on the outside of the envelope containing the bid document: Name, License number, Expiration date thereof, and license classification of the contractors applying to bid as stated in T.C.A. §62- 6-119. For construction bids less than $25,000, the name only is required. White County maintains a drug- free workplace and requires all bidders for construction contracts to comply with T.C.A. §50-9-114. Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 14 of 23 G. Laws and Regulations The bidder’s attention is directed to the fact that all applicable state laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. Bidders may be required to provide proof of valid business license and Workers Compensation Insurance if required by law. H. Sub-contracts The Bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a sub-contract under this contract must be acceptable to White County. I. Award of Contract White County further reserves the right to reject any and all bids, to waive any and all informalities and to negotiate contract terms with the successful bidder, and the right to disregard all non-conforming, non-responsive or conditional bids. White County may conduct such investigations as it deems necessary to assist in the evaluation of any bid to establish the responsibility, qualifications, and financial ability of the bidder, proposed sub- contractors and other persons and organizations to perform the work in accordance with the contract documents to the bidder who does not pass any such evaluation to the owner’s satisfaction. The contract shall be awarded to the lowest, best and most responsible bidder, whose evaluation by the owner indicates to the owner that the award will be in the best interest of White County. It is also understood that the “apparent low bidder” will be announced at the bid opening; however the “successful bidder”, who may or may not be the lowest bidder, will not be announced until all issues, which include, but are not limited to quality, service, conformity to specifications, etc. have been resolved and until a period of review has been completed by the County. White County does not enter into contracts which provide for mediation or arbitration. J. Retainage White County will retain five percent (5%) of funds on construction contracts over $500,000 dollars as per T.C.A. §66-34-104. White County may require the withholding of retainage on other contracts as deemed appropriate by the Director of Finance. K. Title VI of the Civil Rights Act of 1964 All interested parties, without regard of race, color or national origin, shall be afforded the opportunity to bid and shall receive equal consideration. Title VI states “No person in the United States shall, on the ground of race, color or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program activity receiving Federal financial assistance.” White County strives to protect individuals’ civil rights through active compliance with the requirements of Title VI. L. Warranty The vendor shall provide warranty information on the equipment, components, and items bid with the bid submittal. Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 15 of 23 M. Payments Invoices or Applications of Payment that are submitted by the awarded bidder are required to provide accurate and current addresses. Payment terms shall be specified in the bid response, including any discounts for early payment. The Finance Department of White County discourages the practice of picking up checks in person, unless there is an emergency situation. N. Errors in Bids When an error is made in extending total prices, the unit bid price will govern. Carelessness in quoting prices or in preparation of bid otherwise, will not relieve the bidder. Erasures or changes to bids must be initialed. Any alteration, erasure, addition to or omission of required information, change of the specifications or bidding schedule, is made at the risk of the bidder. O. Taxes White County is tax exempt except where T.C.A. §67-6-209 shall be applicable. P. Tie Bids If two or more bidders submit identical bids and are equally qualified; selection shall be made at the discretion of the county based upon performance. Q. Background Checks and Dress Code For school related projects, White County reserves the right to require background checks, dress codes, and certain ethical standards of all employees on school property. R. Specification Details These specifications have been designed to meet a certain level of quality as well as to standardize certain components. In numerous places reference to specific brands of components may have been made. This has been done to establish a certain level of quality and in no way is an attempt to write out venders of similar or equal equipment components. Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 16 of 23 IV. Advertisement for ITB White County, Tennessee Request for Bids RFB No. 2024-0425-01-007 Take notice that the Director of Finance for White County shall accept sealed written bids for the purchase and installation of a serving line at Woodland Park Elementary School. Proposals, bids, or responses must be submitted to the office of the Director of Finance, Room 204, White County Courthouse, Sparta, Tennessee, 38583, no later than 2:00 P.M. central time, April 25, 2024 at which time the bids will be opened and considered. Copies of bid documents may be obtained at whitecountytn.gov/bids The owner (White County) further reserves the right to reject any and all bids, to waive any and all informalities and to negotiate contract terms with the successful bidder, and the right to disregard all non-conforming, non-responsive, or conditional bids. Chad S. Marcum Director of Finance Publication Date: 04/11/2024 Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 17 of 23 V. RFB Response Form Project: SNP Serving Line Bid Date: April 25, 2024; 2:00p.m. Central Time Company Name: _____________________________________________ Address: _____________________________________________ _____________________________________________ Phone Number: _____________________________________________ Contact: _____________________________________________ Email Address: _____________________________________________ Bottom Line Total (based on specified quantities): Bottom Line Total: _____________________________________________Dollars. ($_______________________________). Estimated Lead Time: __________________________________________________ All bidders must return the following completed form(s) with this bid response form: 1. Exception Form (if applicable) 2. Certification of Compliance with Iran Divestment Act 3. Certification Regarding Debarment, Suspension, Ineligibility, and Exclusion 4. Certification Regarding Lobbying 5. Certification of Non-Collusion By signing below, I affirm that I am a duly appointed and authorized representative of the company named herein. Furthermore, acting on behalf the named company I acknowledge that I have read, understand, and agree to abide by all terms and conditions as outlined in this invitation to bid unless otherwise properly and specifically noted. Signature: ___________________________________ Title: ___________________________________ Date: ___________________________________ Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 18 of 23 VI. Exception Form Bidder has agreed to abide by all terms and conditions of this bid, except for specific exceptions as noted below. If taking exception, please note the page and section number where exception is taken. Use Additional Pages as Needed Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 19 of 23 VII. Iran Divestment Act In compliance with the Iran Divestment Act (State of Tennessee 2016, Public Chapter No. 817), which became effective on July 1, 2016, certification is required of all bidders on contracts over $1,000. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party hereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to T.C.A. § 12-12-106. I affirm, under penalties of perjury, this statement to be true and correct. ________________________________ ___________________________________________ Date Signature of Bidder _________________________________________________________ Company Name A bid shall not be considered for award nor shall award be made where the foregoing certification has been complied with; provided, however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefor. White County may award a bid to a bidder who cannot make the certification, on a case- by-case basis if: 1) The investment activities in Iran were made before July 1, 2016, the investment activities in Iran have not been expanded or reviewed on or after July 1, 2016, and the person has adopted, publicized, and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or 2) White County makes a determination that the goods or services are necessary for White County to perform its functions and that, absent such an exemption, the County will be unable to obtain the goods or services for which the contract is offered. Such determination shall be made in writing and shall be a public document. Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 20 of 23 VIII. Certification of Bidder Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 21 of 23 VIII. Certification Regarding Lobbying Applicable to Grants, Sub grants, Agreements, and Contracts exceeding $100,000 in Federal Funds. Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by section 1352, title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into of a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all covered sub awards exceeding $100,000 in Federal funds at all appropriate tiers and that all sub recipients shall certify and disclose accordingly. Company Name: _____________________________________________ Signature: ___________________________________ Title: ___________________________________ Date: ___________________________________ Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 22 of 23 IX. Certification of Non-Collusion By submission of this bid, bidder and each person signing on behalf of the bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his or her knowledge and belief: 1. The prices of this bid have been arrived at independently, without collusion, consultation, communication, or agreement with any other bidder or competitor, for the purposes of restricting competition or as to any matter relating to price. 2. Unless otherwise required by law, the prices in this bid have not been knowingly disclosed by bidder and will not be disclosed by bidder directly or indirectly to any other bidder or competitor before bids are publicly opened. Company Name: _____________________________________________ Signature: ___________________________________ Title: ___________________________________ Request for Bid RFB Number: 2024-0425-01-007 White County School Nutrition Program Serving Line 1 White County, Tennessee Page 23 of 23 X. Appendix A - Drawings NOT FOR APPROVAL NOT FOR APPROVAL Changing how food is served. LTI 1947 Bill Casey Parkway Jonesboro, GA 30236 tel 770.478.8803 fax 770.471.3715 lowtempind.com #1 - THIS DRAWING IS THE LEGAL PROPERTY OF LTI, INC. IT MAY NOT BE COPIED OR REPRODUCED WITHOUT THE WRITTEN CONSENT OF LTI. IF USED WHOLLY OR PARTIALLY TO FABRICATE OR PRODUCE EQUIPMENT OTHER THAN THAT FURNISHED BY LTI, LTI RESERVES THE RIGHT TO CHARGE 4% OF THE COST OF THE EQUIPMENT AS AN ENGINEERING AND DESIGN FEE #2 - LTI, INC. IS NOT RESPONSIBLE FOR EQUIPMENT MEETING LOCAL CODES UNKNOWN TO LTI. IT IS THE RESPONSIBILITY OF THE FSEC TO NOTIFY LTI OF ANY LOCAL CODES THAT AFFECT CONSTRUCTION OR MATERIALS. FSEC IS REQUIRED TO REVIEW THIS DRAWING AND NOTIFY LTI OF ANY LOCAL CODES PRIOR TO FABRICATION OR WILL INCUR ADDITIONAL ASSOCIATED COSTS. AutoCAD SHX Text TW AutoCAD SHX Text TW AutoCAD SHX Text TW AutoCAD SHX Text TW AutoCAD SHX Text TW AutoCAD SHX Text D AutoCAD SHX Text A AutoCAD SHX Text Z AutoCAD SHX Text AA AutoCAD SHX Text CAJ AutoCAD SHX Text ITEM #1 - 74-LP-EFS5-TW ONE (1) REQ'D AutoCAD SHX Text ELECT - 208V / 1PH / 13.8A PLUG - (6-20P) COLOR - VERIFY AutoCAD SHX Text FF AutoCAD SHX Text RR AutoCAD SHX Text SS AutoCAD SHX Text CAJ ADJUSTABLE CRYSTAL CLEAR FOOD PROTECTOR W/ LED LIGHTS AutoCAD SHX Text 3 PAN AutoCAD SHX Text FURN W/ ADAPTER BARS AutoCAD SHX Text RR AutoCAD SHX Text A AutoCAD SHX Text SS AutoCAD SHX Text ITEM #2 - 50-CFMA-LP ONE (1) REQ'D AutoCAD SHX Text AA AutoCAD SHX Text ELECT - 120V / 1PH / 7.8A PLUG - (5-15P) 1/3 H.P. - REFRIGERANT R449A COLOR - VERIFY AutoCAD SHX Text CAJ AutoCAD SHX Text CAJ ADJUSTABLE CRYSTAL CLEAR FOOD PROTECTOR W/ LED LIGHTS AutoCAD SHX Text SS AutoCAD SHX Text AA AutoCAD SHX Text ITEM #3 - 36-ST-LP ONE (1) REQ'D AutoCAD SHX Text COLOR - VERIFY AutoCAD SHX Text A AutoCAD SHX Text PLUG - 5-15P) AutoCAD SHX Text ELECT - 120V / 1PH / 12A AutoCAD SHX Text COLOR - VERIFY AutoCAD SHX Text AA AutoCAD SHX Text DD AutoCAD SHX Text HH AutoCAD SHX Text ITEM #4 - 28-LP-CSE ONE (1) REQ'D AutoCAD SHX Text TW AutoCAD SHX Text TW AutoCAD SHX Text TW AutoCAD SHX Text TW AutoCAD SHX Text TW AutoCAD SHX Text D AutoCAD SHX Text A AutoCAD SHX Text Z AutoCAD SHX Text AA AutoCAD SHX Text CAJ AutoCAD SHX Text ITEM #7 - 74-LP-EFS5-TW ONE (1) REQ'D AutoCAD SHX Text ELECT - 208V / 1PH / 13.8A PLUG - (6-20P) COLOR - VERIFY AutoCAD SHX Text FF AutoCAD SHX Text RR AutoCAD SHX Text SS AutoCAD SHX Text CAJ ADJUSTABLE CRYSTAL CLEAR FOOD PROTECTOR W/ LED LIGHTS AutoCAD SHX Text 3 PAN AutoCAD SHX Text FURN W/ ADAPTER BARS AutoCAD SHX Text RR AutoCAD SHX Text A AutoCAD SHX Text SS AutoCAD SHX Text ITEM #6 - 50-CFMA-LP ONE (1) REQ'D AutoCAD SHX Text AA AutoCAD SHX Text ELECT - 120V / 1PH / 7.8A PLUG - (5-15P) 1/3 H.P. - REFRIGERANT R449A COLOR - VERIFY AutoCAD SHX Text CAJ AutoCAD SHX Text CAJ ADJUSTABLE CRYSTAL CLEAR FOOD PROTECTOR W/ LED LIGHTS AutoCAD SHX Text SS AutoCAD SHX Text AA AutoCAD SHX Text ITEM #5 - 36-ST-LP ONE (1) REQ'D AutoCAD SHX Text COLOR - VERIFY AutoCAD SHX Text A AutoCAD SHX Text 78" AFF AutoCAD SHX Text 120" CORD AutoCAD SHX Text EXTENTION AutoCAD SHX Text 1-1/2" OVERSIZE K.O. AutoCAD SHX Text ADJUSTABLE - OPEN W/ LED LIGHTS AutoCAD SHX Text CAJ ADJUSTABLE CRYSTAL CLEAR FOOD PROTECTOR W/ LED LIGHTS AutoCAD SHX Text A AutoCAD SHX Text LEGS - 6" ROUND, S/S COUNTER TYPE W/ ADJ. BULLET FEET IN LIEU OF CASTERS. AutoCAD SHX Text SS AutoCAD SHX Text HH AutoCAD SHX Text FF AutoCAD SHX Text Z AutoCAD SHX Text AA AutoCAD SHX Text DD AutoCAD SHX Text RR AutoCAD SHX Text SPECLINE/SIMPLICITY OPTIONS AutoCAD SHX Text SOLID TRAY SLIDE - 16 GA. S/S BEADED. MOUNT ON S/S FOLD-DOWN BRACKETS. AutoCAD SHX Text DRAINS - EACH HOT FOOD WELL SHALL BE PLUMBED TO COMMON MANIFOLD AND EXTENDED TO A SHUT OFF VALVE BELOW THE BODY. AutoCAD SHX Text LINE-UP LOCKS - BARREL BOLT & SLOT DESIGN W/ CAM LOCKING ACTION. LOCKS TO BE MOUNTED ON OPPOSING CORNERS FOR MAXIMUM VERSATILITY. AutoCAD SHX Text FLUSH MOUNT OUTLET - ELECTRICAL REQUIREMENTS AS PER SPECIFICATIONS., PREWIRED TO FUSE OR SURGE PROTECTOR AS SPECIFIED. MIN. 72" GROUND SUPPLY CORD AS REQ'D. AutoCAD SHX Text END DROP SHELF - 14 GA. S/S W/ EDGES TURNED DOWN, WELDED & POLISHED. MOUNT ON FOLD DOWN S/S SUPPORT BRACKETS. AutoCAD SHX Text CASHIER'S DRAWER ASSEMBLY - 3" DEEP POWDER COATED STEEL LINER, MOUNTED ON ROLLER SLIDES - FURNISHED W/ KEYED LOCK. AutoCAD SHX Text LED LIGHT STRIPS - 3.3 WATTS PER FOOT - FURN WITH 120-240/12VDC POWER SUPPLY . WIRED TO POWER SWITCH. AutoCAD SHX Text CAJ AutoCAD SHX Text ADJUSTABLE FOOD PROTECTOR TO HAVE " TEMPERED GLASS & TUBULAR 38" TEMPERED GLASS & TUBULAR SUPPORTS POST. WITH GLASS TOP SHELF. AutoCAD SHX Text SPECLINE/SIMPLICITY CONSTRUCTION TOP - 14 GA. S/S WITH SQ. TURNDOWN ON ALL SIDES W/ CORNERS WELDED & POLISHED TO A #4 SATIN FINISH BODY - 18 GA. GALN. WRAP AROUND TYPE CONSTRUCTION W/ 18 GA. GALN. BOTTOM - ALL SIDES TO BE COVERED W/ STANDARD GRADE LAMINATE PLASTIC PANELS - COLOR TO BE SELECTED BY ARCHITECT - INTERIOR TO BE REINFORCED W/ 11 GA. GALV. AS TO SUPPORT SHELVING - FURN W/ 1" S/S VERTICAL TRIM AND 1/4" ALUM. MOP GUARD ALONG BOTTOM EDGES. FRONT AND REAR LAMINATE TO BE SUPPORTED ON 1/8" LUAN PLYWOOD. THERMALWELL HOT FOOD UNITS - 12" x 20" DIE-STAMPED OPN'GS FOR DRY-MOIST ELECTRIC HEAT - U.L. RECOGNIZED WELLS W/ (563 WATT @208)(751 WATTS @120/240V) HEAT SOURCE & INDIVIDUAL SOLID STATE DIGITAL CONTROLS, PRE-WIRED TO CIRCUIT BREAKER - EACH HOT FOOD WELL TO BE PRE-PLUMBED THRU A COMMON MANIFOLD TO A TURN DRAIN VALVE BELOW THE BODY. 14 TURN DRAIN VALVE BELOW THE BODY. TEMPESTAIR COLD PAN - 9" DEEP 18 GA. S/S PAN W/ REFRIGERATION COILS BONDED TO UNDERSIDE IN MASTIC - FULLY INSULATED W/ URETHANE FOAM - FIT W/ AXIAL FANS AS SHOWN - FURN W/ 1" OPEN DRAIN EXTENDED TO SHUT-OFF VALVE BELOW. CASHIER RECESS - 18 GA. S/S LINER W/ 1" O.D. 16 GA. S/S TUBULAR FOOT REST. AutoCAD SHX Text S/S AutoCAD SHX Text 5" CASTERS AutoCAD SHX Text 6" COUNTER LEG AutoCAD SHX Text DRAIN VALVE IN RECESSED PAN AutoCAD SHX Text S/S FOLD DOWN CUTTING BOARD AutoCAD SHX Text (LAMINATED) S/S AutoCAD SHX Text *COUNTERTOP, TRAYSLIDE, AND BASE DETAILS AS SPECIFIED* AutoCAD SHX Text FURN BY OTHERS AutoCAD SHX Text FOR 18"x26" PANS AutoCAD SHX Text 3/4" DEEP RECESS AutoCAD SHX Text FURN BY OTHERS AutoCAD SHX Text FOR 18"x26" PANS AutoCAD SHX Text 3/4" DEEP RECESS AutoCAD SHX Text 67" LED AutoCAD SHX Text 67" LED AutoCAD SHX Text 40" LED AutoCAD SHX Text 40" LED AutoCAD SHX Text PLAN AutoCAD SHX Text CUSTOMER ELEVATION 1 AutoCAD SHX Text 3" KO W/ GROMMET AutoCAD SHX Text CORD AND PLUG CONNECTED AutoCAD SHX Text DOUBLE AutoCAD SHX Text C0RD HOOK AutoCAD SHX Text SHEET # AutoCAD SHX Text DWG# AutoCAD SHX Text ORDER # AutoCAD SHX Text DATE: AutoCAD SHX Text ANSI / NSF2, NSF4, NSF7 AutoCAD SHX Text D AutoCAD SHX Text C AutoCAD SHX Text EPH AutoCAD SHX Text R AutoCAD SHX Text S AutoCAD SHX Text A AutoCAD SHX Text L AutoCAD SHX Text E AutoCAD SHX Text I AutoCAD SHX Text S AutoCAD SHX Text I AutoCAD SHX Text F AutoCAD SHX Text L AutoCAD SHX Text U AutoCAD SHX Text R AutoCAD SHX Text LISTED AutoCAD SHX Text DRAWN BY: AutoCAD SHX Text REV3: AutoCAD SHX Text REV1: AutoCAD SHX Text REV2: AutoCAD SHX Text PROJECT: AutoCAD SHX Text DEALER: AutoCAD SHX Text QUOTE # AutoCAD SHX Text SCALE AutoCAD SHX Text REV4: AutoCAD SHX Text C.O. #3 AutoCAD SHX Text C.O. #2 AutoCAD SHX Text C.O. #1 AutoCAD SHX Text 3 CHANGES: AutoCAD SHX Text 2 CHANGES: AutoCAD SHX Text 1 CHANGES: AutoCAD SHX Text K BOOTS AutoCAD SHX Text 12/6/23 AutoCAD SHX Text OPT5832 - WOODLAND PARK - SPARTA - TN AutoCAD SHX Text 3/4" = 1'-0" AutoCAD SHX Text K1 OF 1

1 East Bockman Way, Room 204 Sparta, Tennessee 38583Location

Address: 1 East Bockman Way, Room 204 Sparta, Tennessee 38583

Country : United StatesState : Tennessee

You may also like

IFB - Serving Line Equipment for the School Nutrition Program

Due: 13 May, 2024 (in 8 days)Agency: Town of Franklin

2024-IFB-6041024 Serving Lines & Dishwasher Replacement Multiple Locations

Due: 07 May, 2024 (in 3 days)Agency: Albemarle County

Serving Line Equipment for the School Nutrition Program

Due: 13 May, 2024 (in 8 days)Agency: Town of Franklin