Pre-bid will be held at Gray s Creek High School February 21, 2013 beginning at 10:00 am

Size: px
Start display at page:

Download "Pre-bid will be held at Gray s Creek High School February 21, 2013 beginning at 10:00 am"

Transcription

1 CUMBERLAND COUNTY SCHOOLS PLANT OPERATIONS FACILITY 810 GILLESPIE STREET FAYETTEVILLE, NC Date: February 5, 2013 Jerry Brewington, General Maintenance Supervisor work cell This Quotation is for the Bleacher Repair and Modification Pre-bid will be held at Gray s Creek High School February 21, 2013 beginning at 10:00 am Proposals, subject to the conditions made a part hereof, will be received until 1:00 p.m. on March 13, 2013 for furnishing product/service described herein. IMPORTANT NOTE: Address enclosure as shown below. It is the responsibility of the bidder to have the bid in the office of the Plant Operations, Cumberland County Schools by the specified time and date of opening. Cumberland County Schools Operations Center Kathy Miller, Director Operations 810 Gillespie Street Fayetteville, NC kathym@ccs.k12.nc.us Fax: Phone: Timetable for the Project It is the Owner s intent to make a recommendation regarding award of these Contracts by March 15, A Notice of Intent to Award will be prepared and conveyed to the Contractor immediately. The Contractor shall commence the performance of this Contract and shall diligently continue its performance to and until final completion of these projects. The anticipated construction start date for these projects is March 18, 2013 through May 24, After completion, the contractor shall contact the Owner representative for final approval. All work must be coordinated with the school s athletic director or school principal to avoid conflict with scheduled events. Insurance The Contractor shall provide, as required by law, insurance for his employees. The Cumberland County Schools assumes no liability for injuries or accidents related to the contractual agreement. The Contractor shall furnish Certificate of Insurance to the Owner as proof of coverage. The Contractor shall maintain and pay for Insurance coverage and shall not be less than the following: A. Workman s Compensation Statutory Employers Liability $500,000 B. General Liability (per person/per occurrence): 1. Bodily and Personal Liability $1,000,000/$2,000, Property Damage $1,000,000/$2,000,000 Aggregate C. Automobile Liability (per person/per occurrence) 1. Bodily Injury $1,000, Property Damage: $1,000,000 Aggregate

2 Certificates of Insurance shall be filed with the Owner. During construction of the work, the Contractor shall provide updated records whenever any of these coverages become outdated. Each Certificate of Insurance shall bear the provision that the policy cannot be canceled, or coverage reduced or eliminated in less than thirty (30) days after mailing notice to the insured and/or the Owner of such alteration or cancellation. The certificate holder shall be named Attn: Tim Kinlaw, Cumberland County Board of Education, P.O. Box 2357, Fayetteville, Performance The Contractor shall commence work to be performed under the Contract on a date to be specified in a Notice to Proceed issued by the Owner and shall substantially complete all work in accordance with the project Time Table. If the Contractor fails to begin the work within ten days after the date specified in the Notice to Proceed, or progress of the work is not maintained on schedule, or the Contractor fails to perform the work with sufficient workmen and equipment or with sufficient materials to ensure prompt completion of the work, or shall perform the work unsuitably, or not in accordance with plans and specifications, or in violation of safety requirements or for any cause whatsoever shall not carry on the work in an acceptable manner, then the Owner shall declare this Contract in default and Owner may terminate the performance of the Contract and assume possession of the Project site and of all materials and equipment at the site and may complete the work. In such case, the Contractor shall not be paid until the work is complete. After Final Completion has been achieved, if any portion of the contract price, as it may be modified hereunder, remains after the cost to the Owner of completing the work, including all costs and expenses of every nature incurred, has been deducted by the Owner, such remainder shall belong to the Contractor. Otherwise, the Contractor shall pay and make whole the Owner for such cost. This obligation for payment shall survive the termination of the Contract. Failure of a Contractor to meet the requirements of a Contract and/or insufficient performance may disqualify Contractor from bidding future Projects. Inspection, Permits The Contractor shall obtain the required permits, give all notice and comply with all laws, ordinances, codes, rules and regulations bearing on the conduct of the work under this contract. If the Contractor observes that the drawings and specifications are at variance therewith, he shall promptly notify the Engineer in writing. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, codes, rules and regulations, and without such notice to the Owner, he shall bear all cost arising there from. All permits must be posted or delivered to the Owner prior to the start of work. It is a condition of this Contract that the work shall be subject to inspection during normal working hours by designated representatives of the Owner, the Architect/Engineer, and those persons required by state law to test special work for official approval. The Contractor shall therefore provide safe access to the work at all times for such inspections. All work under this Contract shall conform to the North Carolina State Building Code and all other state, local and national codes as are applicable. The cost of all required inspections and permits shall be the responsibility of the Contractor. Contract Payments Request for payment shall be in submitted to Jerry Brewington, Cumberland County Schools, 810 Gillespie Street, Fayetteville, North Carolina The invoice will be processed and paid within fifteen (15) consecutive days after acceptance of the work. Certificate of Sales Tax Usage must be included with the request for payment. This Certificate shall include the date, the type of property and the cost of the property purchased from each vendor, the county in which the vendor made the sale and the amount of local sales and use taxes paid thereon. If the property was purchased out-of-state, the county to which the property was delivered should be listed. Contractors are not to include any tax paid on supplies, tools and equipment which they use to perform their contracts and should include only

3 those building materials, supplies, fixtures and equipment which actually become a part of or annexed to the building or structure. Warranty The Warranty for work and materials by the Contractor shall be through the contract period from date of acceptance of the Project by the Owner. Description GENERAL UNDERSTRUCTURE REPAIR. This work is to perform understructure repair and preventive maintenance. Contractor shall be required to complete a Bleacher Inspection/Repair Report that shall identify the nature of the work performed. Work shall include, but is not limited to the following: 1) Tighten all loose hardware. 2) Replace all missing hardware. Hardware to meet or exceed OEM's specifications. 3) Straighten all bent brackets and components. 4) Reconnect all disconnected wheel channels. 5) Straighten deflecting deck board and seat board support brackets. Using a hydraulic spacing tool, realign each row to the exact dimensions and angle and to the original manufacturer s specification for each row. 6) Inspect all welded connections and reweld as required. Reinforced with welded steel gussets as required. Particular attention should be paid to such items as cantilever arm attaching point to post. Check post at connecting point to wheel channel. 7) Insure all hardware is in place on all row stops located at top of each horse. Replace all missing or damaged hardware that meet or exceed OEM s original specifications. 8) Insure all hardware is in place on upper riser cross angel brackets and securely fastened. 9) Replace all missing hardware with approved bolt and lock nut. 10) Inspect scissor arms for proper operation. Replace as required. 11) Weld replacement scissor arm channels (as required). 12) Align all rowlocks. Replace all missing and damaged or non-compliant rowlocks including those that no longer maintain a perpendicular position to the wheel channel when bleachers are extended and in locked position. 13) Replace all missing and damaged wheels, wheel axels and retainers. 14) Replace or repair all damaged deck/seat support assemblies and seat supports. Repair to include welding seat support at break between vertical and upper horizontal portion of seat support. If necessary, reinforce with gusset. Wood is not to be damaged by welding. 15) Repair or replace all cantilever guides located on top of each horse. Insure they are not bent and are properly aligned. 16) Replace all first row floor pads as needed. 17) Insure all first row-locking mechanisms are working properly. 18) Replace all or missing first row skirt board hinges. 19) Insure that all wood blocking and wall anchors are securely fastened and properly aligned. Replace damaged wall blocking and/or wall anchors. 20) Inspect all intermediate deck support brackets to insure they are not bent or have cracked welds. Repair or replace as required. 21) Remove excessive lubricants and grease. Remove accumulated dust and debris from all moving parts. 22) Lubricate all moving parts with dripless lubricant. 23) Align sway brace supports to eliminate binding. 24) Align and adjust each bleacher section in each bank to assure proper extending and stacking, free of any binding. 25) Replace all damaged and missing wheels. 26) Replace skirt board locks with new locks if needed. BLEACHER RAILING Inspect all safety end rails and repair as needed. BLEACHER BOARD REPAIR/REPLACEMENT: Replace or repair boards as needed. Add $3,000 allowance to your base bid for the replacement of damaged boards. All seat boards shall be field sanded and

4 sealed with two coats of water-based polyurethane finish. New boards shall be stained to closely match existing finish prior to sealing with two coats of water-based polyurethane finish. MOTORIZATION MAINTENANCE: Inspect the electrical components related to the motorization to include wiring harnesses, disconnect switches, motors and fuses. Confirm that all motors are in working condition and tracking correctly. Replace bad fuses. MAINTENANCE FREE SAFETY RAILS: Furnish and install self-storing safety end rails on open ends as indicated in the following table. 1) These rails shall be permanently mounted to the bleachers and automatically extend and stack with the bleachers when the bleachers are operated. 2) The top rail shall have a design angle outward from vertical to allow the end rail system to automatically extend and stack with the bleachers. 3) Self-storing end railings shall be 51 inches high when mounted to the deck board surface and 36 inches high when measured vertically from center of seat or seat board surface. The end rail shall be 20 inches wide. The vertical members of the guard rail shall be made from one inch square, 14 gauge tubular steel to withstand the required impact loads and the steel tubes shall be welded with full perimeter filled welds on all four sides. The railing shall be powder coated with silver-vein epoxy finish. 4) The five vertical structural members of the guardrail shall be spaced so that the vertical opening between the members shall be such as to prevent passage of a 4-inch diameter sphere. 5) The retrofit adapter brackets shall be formed steel, 3 inches wide, ¼ inch steel and powder coated to match railing. The adapter bracket shall be designed to secure to the foot/deck board and/or the seat board. Depending on the existing bleacher design, the new retrofit self-storing end rail shall be secured to the bleacher with 5/16-inch bolts with self-locking nuts. All attaching hardware shall be zinc plated. 6) End rail finish shall be specially formulated epoxy powder coated surface that is resistant to rust, scratching, peeling and abrasions. 7) When additional clearance is required at end of bleacher section, the Contractor shall cut seat, foot, riser and skirt boards and horizontal and steel components at end of bleacher sections to ensure a minimum 12 inch clearance between the bleacher ends and the wall, door, stair or other obstruction within 12 inches of the end of the bleacher section. All cut wood numbers shall be sanded and smooth, stained to match, sealed and finished with three coats of polyurethane finish. Note: If boards are being refinished, boards are to be cut at time of refinishing process and reinstalled accordingly. All cut steel components shall be ground smooth to eliminate sharp edges and touched up with matching enamel paint. 8) Contractor to furnish to Owner, upon request, test results certifying that the self-storing rails have been tested and have been constructed to meet design loads of NFPA-102. END CLOSURES: Provide end closures that telescope automatically as bleachers are opened or closed, and store neatly in place as indicated in the following table. AISLES AND HANDRAILS: Place 4 wide egress aisles and install self-storing handrails with self-locking features as noted in chart below. Handrail shall be mounted to the bleacher by a single pedestal mount with a minimum height of 34 with a terminating mid rail. Handrail assemblies shall be designed to resist a load of 50 pounds per linear foot applied in any direction at the top and a single concentrated load of 200 pounds, applied in any direction at any point along the top. RISER BOARD CLOSURE: Where an opening between the seatboard and footboard is located more than 30 above the floor, the opening shall be closed with construction such that a 4 diameter sphere cannot pass through. Design loads must comply with new construction standards. Modification must be approved by structural engineer hired by Owner. New boards shall be stained to closely match existing finish prior to sealing with three coats of water-based polyurethane finish. As indicated. CLOSURE AT GAPS BETWEEN SECTIONS: Close gaps between sections by removing the sections from the wall and adjusting layout, as indicated in the chart attached. SIDE COURT SAFETY STRAPS: Install safety straps at basketball goals. As indicated. SIGNOFF AND CLEANUP: 1) Contractor should protect flooring throughout the bleacher maintenance leaving it broom swept and in the condition prior to maintenance.

5 2) Should the contractor find flaws in the flooring, they must be reported to the Owner before performing the maintenance on the bleachers. 3) After completion contractor must show designated individual at the facility the proper operation of the bleacher and leave the bleachers in the closed position upon departure. In compliance with this request for quotation and subject to conditions herein, the undersigned offers and agrees, if this quote is accepted within 30 days from the date of opening, to furnish any and all items upon which prices are quoted at the price set opposite each item. Signature certifies that this quote is submitted competitively and without collusion. (SEE ATTACHED TABLE) Base Bid: Work to be performed in five gymnasiums (To include $3,000 board allowance for boards needed beyond scope indicated) Total Bid Amount: Dollars ($ ) Alternate Add for Safety Straps as Indicated in Table: Alternate Add: Dollars ($ ) Alternate Add for Gray s Creek High School Total Seat Replacement: Alternate Add: Dollars ($ ) Unit Prices to include installation labor and material 16 x 91/2 x 1 seat board $ 16 x 4 x ¾ riser board $ 16 x 7 x ¾ riser board $ In compliance with this request for quotation and subject to conditions herein, the undersigned offers and agrees, if this quote is accepted within 30 days from the date of opening, to furnish any and all items upon which prices are quoted at the price set opposite each item. Signature certifies that this quote is submitted competitively and without collusion. Execution In compliance with this Invitation for Bid, and subject to the conditions herein, the undersigned offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, I certify that this bid is submitted competively and without collusion (G.S ). Failure to execute/sign bid prior to submittal shall render the bid invalid. Late bids are not accepted.

6 Bidder: Federal ID No. Street Address: P.O. Box: Zip: City & State: Print Name & Title of Person Signing: Authorized Signature: Date: Minority Status *: Telephone Number: Fax Number: Form of Minority Certification**: *Non-minority, Black, Hispanic, Asian/American, White Female, Socially and Economically Disadvantaged **Not Applicable, Local Agency, Self-Identified, State of NC HUB, Federal Agency, State of NC DOT, Out of State Agency, Unknown (Note: In July 2009, businesses will be required to be certified through the State of NC HUB) ACCEPTANCE OF BID If any or all parts of this bid are accepted, an authorized representative of Cumberland County Schools shall affix their signature hereto and this document and the provisions of the Instructions to Bidders of the Instructions to Bidders, special terms and conditions specific to this Invitation To Bid, the specifications, and the North Carolina General Contract Terms and Conditions shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful bidder(s). FOR CUMBERLAND COUNTY SCHOOL USE ONLY Offer accepted and contract awarded this day of, 20, as indicated on attached certification or purchase order, By (Authorized representative of Cumberland County Schools). The Owner reserves the right to reject any and all proposals.