Rutherford County Board of Education

Size: px
Start display at page:

Download "Rutherford County Board of Education"

Transcription

1 Rutherford County Board of Education Marvin D. Odom, Director of Schools 2240 Southpark Drive Murfreesboro, TN (615) phone (615) Fax INVITATION TO BID LOCKERS FOR ROCKY FORK AND SMYRNA MIDDLE SCHOOLS LOCATED IN THE RUTHERFORD COUTNY SCHOOL SYSTEM Rutherford County Schools (RCS) is accepting bids for lockers for Rocky Fork and Smyrna Middle Schools. Bidders shall submit sealed bids using the attached form. Sealed envelopes must be marked Bid #3233, due February 9, You should include any related literature or material. Faxed or e- mailed bids are not acceptable. Bids must be submitted on or before 2:00 p.m., February 9, 2017, at which time, bids will be publicly opened. Absolutely no bids will be accepted after this time. Bid opening will be held at: Rutherford County Board Of Education 2240 Southpark Drive Murfreesboro, TN If you have any questions about this invitation to bid, please contact Lynn Pater, Purchasing Agent at (615) Time is of the essence for this bid. Price and quality of furniture and service is essential; however, availability of product and ability to perform will be heavily weighted in the award process. Items may be awarded to the lowest bid(s) or best overall bid, and RCS reserves the right to award this bid on quality, price and availability of product specified, whichever is in the best interest of RCS. RCS reserves the rights to award bid(s) to multiple bidders at its sole discretion and to group items together that are similar in nature. It is also possible that awards may be granted on a line-by-line basis. The use of the name of a manufacturer or any special brand, model or make in describing an item or the use of detailed descriptive specifications pertinent thereto, does not restrict bidders to that manufacturer or specific article or such detailed descriptive specifications; this means or method being used simply to indicate the character, or quality of the article desired; but the article on which bids are submitted must be of such character, quality and design as will serve the purpose for which it is to be used equally as well as that specified; must be the equal of the article described and equally suitable to the needs of Rutherford County Schools. If bidding on other than the make, model or brand specified or such detailed descriptive specifications, the manufacturer s name and catalogue reference, together with specifications therefore must be given or other information given (CLEARLY STATED ON THE BID SHEET IN EVERY INSTANCE) to enable the Purchasing Agent to determine its suitability, or otherwise. Page 1 of 8

2 Rutherford County Schools reserves the right, through the Purchasing Agent, to be the sole judge in such determinations. WHEN THE BIDDER MAKES NO REFERENCE TO THE MAKE OR GRADE PROPOSED TO BE FURNISHED IT IS UNDERSTOOD THAT THE SPECIFIC ARTICLE NAMED IN THE BID SHEET WILL BE FURNISHED. All bids are ultimately subject to funding. RCS reserves the right to waive any formalities to accept any bid as a whole, split bid, and/or accept any individual item or items within a bid or to reject any or all bids in the best interest of RCS. If quantities are provided, they are approximations and may be estimates of annual usage, not initial purchase quantity. Quantities provided are best estimated of anticipated order quantities; however, RCS cannot guarantee fulfillment of annual usage estimates. Actual quantities and colors to be determined before order is placed. Bids are to be valid for a minimum of 12 months from date of Board approval. Issuances of the purchase order will be the award notice. The Board reserves the right to increase or decrease amounts and/or quantities. Back orders are discouraged. Bills for partial shipments are not acceptable. Packing slips (or other evidence of final delivery and installation) must be verified for accuracy and approved by appropriate RCS on-site personnel prior to submission of invoice for payment. All packing slips and invoices must have an approved RCS purchase order number. We require three itemized invoices per purchase order, which shall be presented after we receive 100% of the items on the original purchase order. Invoice must be reflective or original bid; RCS will not be responsible for added expenses. By submission of bid, vendor certifies that all items are equal to or better than the referenced items and agrees to all terms and conditions state herein. The bidder shall abide by and comply with the true intent of the specifications and not take advantage of an unintentional error or omission, but shall fully address the full intent and meaning of each aspect of the specifications. RCS is a tax-exempt organization. It is the bidder s responsibility to comply with all local, state and federal laws, regulations, codes, licensing and other requirements. The bidder must be prepared to substantiate compliance upon request by the Board s representative. The desired furniture should reasonably meet or exceed the specifications of the models included in the detailed specifications that have been provided as a reference. The successful bidder must provide full arrangements for delivery, installation and clean up as referenced in specifications. All shipping and delivery cost shall be paid by the vendor and included in bid price. Drop shipping by third party is discouraged. All items should be delivered, uncrated, assembled and installed by the vendor. NOTE: our deadline for delivery is July 14, 2017 for Rocky Fork Middle. A $ per day penalty will be assessed beginning July 15, 2017 until completion of delivery. NOTE: our deadline for delivery is November 15, 2017 for Smyrna Middle. A $ per day penalty will be assessed beginning November 16, 2017 until completion of delivery. If bidder desires to review school blueprints or diagrams, please contact Lynn Pater or Trey Lee for Rocky Fork Middle or Bryan Yarbrough for Smyrna Middle at the central office. All bids must be submitted on the attached form and signed by the Vendor. Page 2 of 8

3 The Rutherford County Board of Education intends, by this bid, to purchase Lockers for Rocky Fork and Smyrna Middle Schools. Lockers are to be bid delivered, and installed at Rocky Fork and Smyrna Middle Schools. Lockers are to be double tiered. The anticipated quantity to be purchased is approximately 1216 openings for Rocky Fork Middle and approximately 644 openings for Smyrna Middle. General Specifications: Questions concerning bid procedures should be directed to Lynn Pater, Purchasing Agent, at extension Any questions concerning installation should be addressed to Trey Lee, Project Coordinator, at for Rocky Fork Middle and Bryan Yarbrough, Project Coordinator, for Smyrna Middle. Bidders are required to provide certificate of insurability, $500,000 minimum. Workers compensation as required by the labor laws of Tennessee. Lockers are to arrive at the jobsite fully assembled in sections using pop rivet construction, and installed per the specifications and plans. Nuts and bolts will not be permitted for assembly except for the attachment of locker frames. One million dollars minimum liability insurance coverage. It is the responsibility of the bidder to determine measurements, and inspect conditions that might affect the scope of work. The bidder shall strictly follow the provisions of TCA TCA states that: Any person or entity involved in the preparation of the invitation to bid or comparable bid documents shall direct that the name, license number, expiration date thereof, and license classification of the contractors applying to bid for the prime contract and for the electrical, plumbing, heating, ventilation, and air conditioning contracts, appear on the outside of the envelope containing the bid except when the bid is in an amount less than twenty-five thousand dollars ($25,000). When the bid is less than twenty-five thousand dollars ($25,000), the name of the contractor only may appear on the outside of the envelope containing the bid, and upon opening the envelope, if such bid is in excess of twenty-five thousand dollars ($25,000), the same shall automatically be disqualified. Only one (1) contractor in each classification may be listed. Prime contractor bidders who are to perform the electrical, plumbing, heating, ventilation and air conditioning must be so designated upon the outside of the envelope. Failure of any bidder to comply therewith shall void such bid and the envelope containing such bid shall not be opened or considered. It is the duty and responsibility of the awarding person or entity that received the envelope containing the bid to verify only the completeness of the required licensure information prior to the opening of the envelope. Prior to the opening of the envelope, the names of all contractors listed thereon shall be read aloud at the official bid opening incorporated into the bid. Prior to awarding a contract, the awarding person or entity and its authorized representatives shall verify the accuracy, correctness and completeness of the information required hereby. The failure of any bidder to comply with all of the provisions hereof shall automatically disqualify such bid. Bid bond in the amount of 10% of the bid with the bid packet, if the bid amount exceeds $25, Performance bond in the amount of 100% of the bid amount before notice to proceed is given. Complete and return the attached Affidavit for Drug-Free Workplace per T.C.A Complete and return the attached Affidavit for Criminal Background Compliance per T.C.A Specifications are as follows: Sheet steel: All parts made from prime grade Class I mild cold rolled sheet steel free from surface imperfections, and capable of taking a high grade enamel finish. Bolts to be zinc plated or subjected to other rust retardant treatment. Hinges: Shall be not less than 2 high. They feature.050 steel five knuckle, full loop forming double thickness on each leaf. Hinges to be set in slot in door and frame and projection welded to frame and securely attached to door; hinge pin to be spun over at ends to resist removal. Double tier lockers have two hinges. Finishing: Chemically pretreated metal with a six stage cleaning phophatizing and metal preparation process. Finish coat shall be hot airless electro statically applied enamel backed on or at degrees. All lockers shall be painted inside and outside with the same color. Color of lockers will be determined by the color scheme of each school. Page 3 of 8

4 Equipment: Coat hooks and coat rods are zinc plated. Truss fin head bolts and hex nuts are zinc plated. Each opening shall have 1 double hook and 3 single hooks. Construction: 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 without warp. Doors shall be flat and free of distortion. Door Frame: All doorframe 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-guage channel shapes including intermediate cross frame on double and triple tier lockers shall be securely welded to vertical framing members to ensure rigidity. Each frame to be 12 x 12 x 72 containing 2 openings with continuous sloping tops. Body: 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-guage with three sides formed 90 degrees and the front offset formed to be flush with the horizontal frame member. Shelves shall be 24-guage with four sides formed to 90 degrees the front edge shall have a second bend. Corners shall be lapped and welded into a rigid assembly. Backs and sides shall be 24-guage. Doors: Shall be one piece 16 gauge steel with both vertical edges formed into channel-shaped formation; top and bottom shall be flanged at 90 degree angle. Doors to have diamond perforations. Door Jambs: Double tier lockers shall have two jambs welded to side of door frames to engage locking device. Design and gauge of jamb shall prevent freeing of locking device by prying. Each jamb shall have safety reverse nose to eliminate hazard of sharp-pointed edges protruding into the locker. Each jamb shall have easily replaceable soft rubber bumper. Door Hinges: Hinges shall be not less than 2 high. They will have not less than.050 steel 5 knuckle, full loop forming double thickness on each leaf. Hinges to be set in slot in door and frame and projection welded to frame and securely attached to door; hinge pin to be spun over at tends to resist removal. Door Locking Device: Double tier locking device shall engage frame at two points. Channel shaped locking device shall be a quiet design with nylon coated metal latches to eliminate any metal to metal contact. Lock bar shall be enclosed on three sides and operate within the channel formation of the door. Locking device shall be prelocking so mechanism can be locked in open position; door locking automatically when closed. Doors also to be provided with lock hole filler to permit the use of built in key or combination lock. Door Handle: All parts shall be chrome plated, die-cast zinc alloy with a tensile strength of not less than 40,000 psi. No moving parts are to operate against outside surface of locker. Padlock attachment to be integral part of lift which shall be attached directly to locking bar and protected by fixed handle housing. Handle to provide built in padlock strike. Multiple tier lockers shall be equipped with a 16 gauge door pull with padlock attachment when not used with built in locks. An optional recessed handle shall be available at no extra charge. The recessed handle shall be constructed of die cast zinc alloy, nickel plated, with a minimum tensile strength of 40,000 psi locks. Number Plates: Each locker to be supplied with a polished aluminum number plate, 2 ¼ wide x 1 high, with black etched numerals not less that 3/8 high. Number plates shall be attached with two aluminum rivets. Installation: Install metal lockers at locations shown in accordance with manufacturer s instructions for plumb, level, and flush installation. Anchor lockers to the footing and wall 48 on center or less as recommended by the manufacturer. Install sloping hoods and metal fillers using concealed fasteners. Provide flush hairline joints against adjacent surfaces. End and top recess trim shall be 18 gauge formed steel with a 2 ¾ wide face and shall be bolted to the locker frame. Adjust doors and latches to operate without binding. Verify that latches are operating satisfactorily. Touch up marred finished with factory-supplied paint. Warranty: Lockers shall have a lifetime warranty. Page 4 of 8

5 Athletic Lockers: The Rutherford County Board of Education intends, by this bid, to purchase Athletic Lockers for Rocky Fork Middle School. Lockers are to be bid delivered, and installed at Rocky Fork Middle School. The anticipated quantity to be purchased is approximately 50 openings per school. Specifications are as follows: Sheet steel: All parts made from prime grade Class I mild cold rolled sheet steel free from surface imperfections, and capable of taking a high grade enamel finish. Bolts to be zinc plated or subjected to other rust retardant treatment. Finishing: All material shall be power washed and phosphate treated for maximum finish color adhesion. All components shall be finished with a hybrid epoxy/polyester powder, electrostatically applied to ensure uniform thickness and baked to cure. Color of lockers will be determined by the color scheme of each school. Equipment: Locker shall have two wall hooks and one coat rod. Construction: Built on the unit principle. Locker Frame: Shall be 16 gauge formed in a channel shape. Each frame to be 72 x 18 x 24. Body: tops, bottoms, sides and shelves shall be 16 gauge; backs shall be 18 gauge. Bottoms shall have two welded reinforcement channels. Bolt spacing shall not exceed 9 o.c. Number Plates: Each locker shall have a polished aluminum number plate riveted to door face with black numerals ½ high. Color: All parts shall be finished in same color. Ventilation: Open front; side shall be diamond perforated. Assembly: All locker components shall be assembled with rivets. Footlocker: Front footlocker panel shall include a single point latch with padlock strike plate and mini louvers. Footlocker top shall have a continuous hinge. Opening and closing shall be quieted by rubber bumpers mounted to the contact points. Seat shall be strengthened with two reinforcement channels welded to bottom of seat. Two side seat supports shall be fastened to side panels and inserted in a support tab on the front locker panel for added strength. Installation: Install metal lockers at locations shown in accordance with manufacturer s instructions for plumb, level, and flush installation. Anchor lockers to the wall 48 on center or less as recommended by the manufacturer. Touch up marred finished with factory-supplied paint. Warranty: Lockers shall have a lifetime warranty. I have read the above instructions and specifications and agree to all therein. I submit the following bid. 1. Rocky Fork Middle School: A. Lockers 12 x 12 x 36 (1216 openings) $ per opening B. Athletic Lockers 72 x 18 x 24 (50 openings) $ per opening C. Optional Footlockers $ per opening Page 5 of 8

6 2. Smyrna Middle School: A. Lockers 12 x 12 x 36 (644 openings) $ per opening 3. Rocky Fork and Smyrna Middle Schools: A. Lockers 12 x 12 x 36 (1860 openings) $ per opening B. Athletic Lockers 72 x 18 x 24 (50 openings) $ per opening C. Optional Footlockers $ per opening Bids must be sealed and marked Bid #3233 due at 2:00 p.m. on February 9, 2017 and submitted to the Rutherford County Board of Education, Attn: Lynn Pater, Purchasing Agent, 2240 Southpark Dr., Murfreesboro, TN prior to bid time. Faxed or ed bids will not be accepted. Company Name Person Submitting Bid Address Phone Number City, State and Zip Code Fax Number Authorized Signature Date of Bid Address Page 6 of 8

7 CRIMINAL BACKGROUND COMPLIANCE AFFIDAVIT STATE OF _ COUNTY OF The undersigned, principal officer of, an employer contracting with Rutherford County Board of Education to provide services having direct contact with children or access to grounds of a Rutherford County public school while students are on grounds, hereby states under oath as follows: Further affiant saith naught. Principal Officer 1. The undersigned is a principal officer of (hereafter referred to as the Company ), and is duly authorized to execute this Affidavit on behalf of the Company. 2. The Company submits this Affidavit pursuant to T.C.A as amended effective September 1, 2007 for entities entering into contracts with a local Board of Education where the company s employees will have direct contact with school children or access to the grounds of a school when children are present. It is the duty of the Company to require applicants supply a fingerprint sample and submit to a criminal history records check to be conducted by the Tennessee Bureau of Investigation and the Federal Bureau of Investigation prior to permitting the person to have contact with such children or enter school grounds and to take certain other actions based upon the results of the records check. If the company is providing services which will include services by subcontractors, the provisions of this section shall apply to all employees of the subcontractors as well. 3. The Company is in compliance with the terms of T.C.A STATE OF COUNTY OF Before me personally appeared with whom I am personally acquainted or proved to me on the basis of satisfactory evidence, and who acknowledged that he/she is the of and is authorized to execute this instrument on behalf of the principal for the purposes therein contained. Witness my hand and seal at office this day of, 20. Notary Public My commission expires: Page 7 of 8

8 DRUG FREE WORKPLACE AFFIDAVIT STATE OF _ COUNTY OF The undersigned, principal officer of, an employer of five (5) or more employees contracting with Rutherford County Board of Education to provide construction services, hereby states under oath as follows: Further affiant saith naught. Principal Officer 1. The undersigned is a principal officer of (hereafter referred to as the Company ), and is duly authorized to execute this Affidavit on behalf of the Company. 2. The Company submits this Affidavit pursuant to T.C.A , which requires each employer with no less than five (5) employees receiving pay who contracts with the state or any local government to provide construction services to submit an affidavit stating that such employer has a drug free workplace program that complies with Title 50, Chapter 9, of the Tennessee Code Annotated. If the company is providing construction services which will include services by subcontractors, the provisions of this section shall apply to all employees of the subcontractors as well. 3. The Company is in compliance with the terms of T.C.A STATE OF COUNTY OF Before me personally appeared with whom I am personally acquainted or proved to me on the basis of satisfactory evidence, and who acknowledged that he/she is the of and is authorized to execute this instrument on behalf of the principal for the purposes therein contained. Witness my hand and seal at office this day of, 20. Notary Public My commission expires:. Page 8 of 8