Re-Shingle And Firewall Wraps At SUNNYSIDE ES STEDMAN ES LILLIAN BLACK ES CUMBERLAND COUNTY BOARD OF EDUCATION

Similar documents
REQUEST FOR QUOTATION. PROJECT: MONTCLAIR ELEMENTARY Hut #159 Demolition

REQUEST FOR QUOTATION. PROJECT: OWEN ELEMENTARY - Cafeteria VCT Replacement

REQUEST FOR QUOTATION. PROJECT: Morganton Road Ceiling Tile & Grid Replacement

PINE FOREST MIDDLE SCHOOL AUDITORIUM SEATING REPLACEMENT CUMBERLAND COUNTY BOARD OF EDUCATION

GUILFORD COUNTY SCHOOLS Invitation for Bids

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

REQUEST FOR PROPOSAL

M E M O R A N D U M. March 13, 2019

City Of Hammond Purchasing Department. Request for Pricing: RFP For Construction of Metal Building at 190 Maintenance Yard

INVITATION TO BID Public Library Roofing Project. Public Library Roofing Project Bid #17-14 August 25, :15 PM 2:30 PM

INVITATION TO BID ROOF REPLACEMENT PROJECT CENTRAL ELEMENTARY SCHOOL 750 TOMLINSON AVENUE MOUNDSVILLE, WV 26041

INVITATION TO BID. Demolition of Commercial Building 706 Washburn Switch Road, Shelby, NC N W

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

RFP # for Addition to Parks Recreation 190 Facility

New Roof for 602 West Carter Avenue

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Cumberland County Schools

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR PROPOSAL

TENDER REQUEST Stratford Town Hall Gutter, Downspout, and Fascia Replacement. TOWN OF STRATFORD 234 Shakespeare Drive Stratford, PEI C1B 2V8

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

GUILFORD COUNTY SCHOOLS Invitation for Bids

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Proposal No:

Request for Proposal. Chatham County Fiber Project

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

Stage Curtains Replacements

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

Invitation To Bid. for

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

Information to Bidders

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

Northside Development Corporation 410 Magnolia Street Spartanburg, SC 29303

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

Winnebago County Housing Authority

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

mason county road commission

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID. Revised bid per addendum # 1

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

Town of Lee Septic Tank Pumping Services

REQUEST FOR QUOTATION

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

Payment shall be made based on the tonnage charge set forth in CONTRACTOR'S proposal.

BID FORM REHABILITATION CONSTRUCTION PROJECT FOR

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 44-11

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES

SEMINOLE TRIBE OF FLORIDA REQUEST FOR PROPOSALS

City of Corpus Christi Housing and Community Development

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

Request for Bid/Proposal

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

Cypress-Fairbanks Independent School District

INVITATION TO BID (ITB)

Request for Quote Date: March 29, 2018

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Request for Proposal: Security Camera Cabling

REQUEST FOR PROPOSAL

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

Human Services Building Roof Project (4 flat roofs)

STATE OF NORTH CAROLINA

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

Valley Regional Fire Authority Invitation to Bid

Request for Bids Chatham Community Library Entrance Canopy Replacement

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

TOWN OF CLOVER REQUEST FOR PROPOSALS HAMPTON STREET ROAD REPAIR

Transcription:

Re-Shingle And Firewall Wraps At SUNNYSIDE ES STEDMAN ES LILLIAN BLACK ES FAYETTEVILLE, NORTH CAROLINA May 05, 2017 FOR THE CUMBERLAND COUNTY BOARD OF EDUCATION GREG WEST, CHAIR DONNA VANN, VICE CHAIR JUDY MUSGRAVE CARRIE SUTTON PEGGY HALL RUDY TATUM KIM FISHER ALICIA CHISOLM SUSAN WILLIAMS PORCHA McMILLAN DR. FRANKLIN TILL SUPERINTENDENT

REQUEST FOR QUOTATION CUMBERLAND COUNTY SCHOOLS PLANT OPERATIONS FACILITY 810 GILLESPIE STREET FAYETTEVILLE, NC 28306 Donna Fields, Project Manager Director of Operations (910) 678-2571 fax - (910) 678-2579 e-mail dfields@ccs.k12.nc.us A Sealed Proposal, subject to the conditions made a part hereof, will be received until 2:00 p.m. on 30 May 2017, for furnishing product/service described herein. A Mandatory Pre-Bid conference will be held at the sites. Contractors interested in bidding shall meet at 10:00 a.m. on 16 May 2017 starting at Lillian Black Elementary School in the main office. Address is 125 South Third Street, Spring Lake, NC 28390. Site phone number is 910.497.7147. We will follow to Stedman Elementary School and finally to Sunnyside Elementary School. IMPORTANT NOTE: Address enclosure as shown below. It is the responsibility of the bidder to have the bid in the office of Plant Operations, Cumberland County Schools by the specified time and date of opening. Bid: Re-Shingle Lillian Black Elementary School - Approximately 245 Roofing Squares and Metal Fire/End Wall Wraps and Caps. Timetable for the Project It is the Owner's intent to make a recommendation regarding award of these Contracts by June 2 nd, 2017. 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 the Project. Project shall start on or about June 19 th, 2017, and contractor shall have forty-five (45) consecutive calendar days to complete the project, making the final completion date August 3 rd, 2017. Schedule of construction must be coordinated with school personnel. 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/$2,000,000 2. Property Damage $1,000,000/$2,000,000 Aggregate C. Automobile Liability (per person/per occurrence) 1. Bodily Injury $1,000,000 2. Property Damage: $1,000,000 Aggregate D. The owner shall be listed as an additional insured 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 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, NC 28302. Request For Quotation Re-Shingle at Lillian Black ES Page 1 of 4

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 thereunder, 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. Warranty The Warranty for work and materials by the Contractor shall be for a period of one-year from date of acceptance of the Project by the Owner. Description SCOPE OF WORK Contractor is responsible for furnishing all materials, equipment and labor necessary to: A. BASE BID SHINGLES: A fiberglass, self-sealing 12 x 36 three-tab U.L. wind resistant Class A Label with a 25 year warranty. Warranty should be furnished in writing to the owner. Shingles should have a minimum weight of 220 lbs. per square, color to match existing shingles. Underlayment shall be 15 lb felt. Valleys (if applicable) to be metal (see attached detail and diagram sheets). Furnish price to remove existing shingle roof down to wood sheathing (See attached roof schematic). Haul old roofing and other debris to the landfill. Clean roof area and ground below with a strong magnet to remove any nails that might have fallen. This should be done at several points during demolition and installation and thoroughly once the project is complete. Cover sheathing with 15 lb. plain felt, fastened with a large head felt nail. Over felt, apply a shingle roof nailed with no less than four galvanized nails per shingle. At the rakes and eaves, install a 26 gauge galvanized strip with 4 inches on the roof and 1-1/2 inches on the face, made from 26 gauge G 90 galvanized steel. Edges are to be of a white finish to match existing fascia as closely as possible (Submit color samples for selection). o Install all new pipe flashing with neoprene boots. o Install all new step flashing and/or counter flashing with Aluminum (Firewalls, Chimney, Dormers, etc.) Request For Quotation Re-Shingle at Lillian Black ES Page 2 of 4

o Install.032 Black Aluminum Panels to wrap brick firewalls on both sides. Install.032 Black Aluminum Cap on the top of the brick fire walls. Install.032 Black Aluminum end cap on fire walls. o The contractor is to cut the sheathing at the ridge in order to accommodate new ridge vents that are to be included in the base bid. o The contractor shall repair damaged roof decking based on a unit price which will be deducted from a repair allowance of $2,000 that the Contractor shall include in the Base Bid. o Care is to be taken as to not damage the existing gutters and downspouts. o Include in the base bid the removal of the attic fans and infilling opening with 2 x 4 blocking and 5/8 plywood decking at each area of removal. B. UNIT PRICES Provide Unit Prices for: repair of damage to existing deck and fascia: 1. 1 x 4 per lf 2. 1 x 6 per lf 3. 5/8 plywood per 4 x 8 sheet 4. 2 x 4 per linear foot Work will be coordinated with the school system Contractor is also responsible for the following: o Providing own lift or scaffolding as necessary o Observing OSHA safety guidelines o Reinforcing appropriate dress and behavior at all times while on school grounds. o All CCS facilities are a no-tobacco, no-firearms, drug-free campus. o Contractor Supervisor must sign in at the office each work day. Roof Schematic is attached. Request For Quotation Re-Shingle at Lillian Black ES Page 3 of 4

Bid Installation and sales taxes are included. Total Bid Amount: Dollars ($ ) Acknowledge Addenda Received # 1 # 2 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. 143-54). Failure to execute/sign bid prior to submittal shall render the bid invalid. Late bids are not accepted. 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: E-Mail: Form of Minority Certification**: *Non-minority, Black, Hispanic, Asian/American, White Female, American Indian, Socially and Economically Disadvantaged, Disabled **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. Request For Quotation Re-Shingle at Lillian Black ES Page 4 of 4

Lillian Black ES Legend Sunnyside Elementary School N 2016 Google 100 ft

REQUEST FOR QUOTATION CUMBERLAND COUNTY SCHOOLS PLANT OPERATIONS FACILITY 810 GILLESPIE STREET FAYETTEVILLE, NC 28306 Donna Fields, Project Manager Director of Operations (910) 678-2571 fax - (910) 678-2579 e-mail dfields@ccs.k12.nc.us A Sealed Proposal, subject to the conditions made a part hereof, will be received until 2:00 p.m. on 30 May 2017, for furnishing product/service described herein. A Mandatory Pre-Bid conference will be held at the sites. Contractors interested in bidding shall meet at 10:00 a.m. on 16 May 2017 starting at Lillian Black Elementary School in the main office. Address is 125 South Third Street, Spring Lake, NC 28390. Site phone number is 910.497.7147. We will follow to Stedman Elementary School and finally to Sunnyside Elementary School. IMPORTANT NOTE: Address enclosure as shown below. It is the responsibility of the bidder to have the bid in the office of Plant Operations, Cumberland County Schools by the specified time and date of opening. Bid: Re-Shingle Sunnyside Elementary School - Approximately 265 Roofing Squares and Metal Fire/End Wall Wraps and Caps. Timetable for the Project It is the Owner's intent to make a recommendation regarding award of these Contracts by June 2 nd, 2017. 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 the Project. Project shall start on or about June 19 th, 2017, and contractor shall have forty-five (45) consecutive calendar days to complete the project, making the final completion date August 3 rd, 2017. Schedule of construction must be coordinated with school personnel. 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/$2,000,000 2. Property Damage $1,000,000/$2,000,000 Aggregate C. Automobile Liability (per person/per occurrence) 1. Bodily Injury $1,000,000 2. Property Damage: $1,000,000 Aggregate D. The owner shall be listed as an additional insured 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 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, NC 28302. Request For Quotation Metal Wraps at Stedman ES Page 1 of 4

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 thereunder, 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. Warranty The Warranty for work and materials by the Contractor shall be for a period of one-year from date of acceptance of the Project by the Owner. Description SCOPE OF WORK Contractor is responsible for furnishing all materials, equipment and labor necessary to: A. BASE BID SHINGLES: A fiberglass, self-sealing 12 x 36 three-tab U.L. wind resistant Class A Label with a 25 year warranty. Warranty should be furnished in writing to the owner. Shingles should have a minimum weight of 220 lbs. per square, color to match existing shingles. Underlayment shall be 15 lb felt. Valleys (if applicable) to be metal (see attached detail and diagram sheets). METAL FLASHING/WRAPS AND CAPS: Metal should be.032 Black Aluminum. o Furnish price to remove existing shingles along all fire walls on both sides and end/side walls on roof side (See attached roof schematic). Remove all existing step flashing. o Haul old roofing and other debris to the landfill. o Clean roof area and ground below with a strong magnet to remove any nails that might have fallen. This should be done at several points during demolition and installation and thoroughly once the project is complete. o Install all new step flashing using all.032 Black Aluminum step flashing. Request For Quotation Metal Wraps at Stedman ES Page 2 of 4

o Install.032 Black Aluminum Panels to wrap brick firewalls on both sides and end/side walls on the roof side. Install.032 Black Aluminum Cap on the top of the brick fire walls and end/side walls. Install.032 Black Aluminum end cap on fire walls and end/side walls. o Reinstall Shingles. Entire detail shall be watertight. o Care is to be taken as to not damage the existing gutters and downspouts. o Include in the base bid the removal of the attic fans and infilling opening with 2 x 4 blocking and 5/8 plywood decking at each area of removal. MISCELLANEOUS: Work will be coordinated with the school system Contractor is also responsible for the following: o Providing own lift or scaffolding as necessary o Observing OSHA safety guidelines o Reinforcing appropriate dress and behavior at all times while on school grounds. o All CCS facilities are a no-tobacco, no-firearms, drug-free campus. o Contractor Supervisor must sign in at the office each work day. Roof Schematic is attached. The contractor shall include a miscellaneous allowance of $2,000 in the Base Bid. Request For Quotation Metal Wraps at Stedman ES Page 3 of 4

Bid Installation and sales taxes are included. Total Bid Amount: Dollars ($ ) Acknowledge Addenda Received # 1 # 2 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. 143-54). Failure to execute/sign bid prior to submittal shall render the bid invalid. Late bids are not accepted. 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: E-Mail: Form of Minority Certification**: *Non-minority, Black, Hispanic, Asian/American, White Female, American Indian, Socially and Economically Disadvantaged, Disabled **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. Request For Quotation Metal Wraps at Stedman ES Page 4 of 4

Stedman ES Legend Sunnyside Elementary School N 2016 Google 100 ft

REQUEST FOR QUOTATION CUMBERLAND COUNTY SCHOOLS PLANT OPERATIONS FACILITY 810 GILLESPIE STREET FAYETTEVILLE, NC 28306 Donna Fields, Project Manager Director of Operations (910) 678-2571 fax - (910) 678-2579 e-mail dfields@ccs.k12.nc.us A Sealed Proposal, subject to the conditions made a part hereof, will be received until 2:00 p.m. on 30 May 2017, for furnishing product/service described herein. A Mandatory Pre-Bid conference will be held at the sites. Contractors interested in bidding shall meet at 10:00 a.m. on 16 May 2017 starting at Lillian Black Elementary School in the main office. Address is 125 South Third Street, Spring Lake, NC 28390. Site phone number is 910.497.7147. We will follow to Stedman Elementary School and finally to Sunnyside Elementary School. IMPORTANT NOTE: Address enclosure as shown below. It is the responsibility of the bidder to have the bid in the office of Plant Operations, Cumberland County Schools by the specified time and date of opening. Bid: Re-Shingle Sunnyside Elementary School - Approximately 265 Roofing Squares and Metal Fire/End Wall Wraps and Caps. Timetable for the Project It is the Owner's intent to make a recommendation regarding award of these Contracts by June 2 nd, 2017. 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 the Project. Project shall start on or about June 19 th, 2017, and contractor shall have forty-five (45) consecutive calendar days to complete the project, making the final completion date August 3 rd, 2017. Schedule of construction must be coordinated with school personnel. 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/$2,000,000 2. Property Damage $1,000,000/$2,000,000 Aggregate C. Automobile Liability (per person/per occurrence) 1. Bodily Injury $1,000,000 2. Property Damage: $1,000,000 Aggregate D. The owner shall be listed as an additional insured 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 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, NC 28302. Request For Quotation Re-Shingle at Sunnyside ES Page 1 of 4

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 thereunder, 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. Warranty The Warranty for work and materials by the Contractor shall be for a period of one-year from date of acceptance of the Project by the Owner. Description SCOPE OF WORK Contractor is responsible for furnishing all materials, equipment and labor necessary to: A. BASE BID SHINGLES: A fiberglass, self-sealing 12 x 36 three-tab U.L. wind resistant Class A Label with a 25 year warranty. Warranty should be furnished in writing to the owner. Shingles should have a minimum weight of 220 lbs. per square, color to match existing shingles. Underlayment shall be 15 lb felt. Valleys (if applicable) to be metal (see attached detail and diagram sheets). Furnish price to remove existing shingle roof down to wood sheathing (See attached roof schematic). Haul old roofing and other debris to the landfill. Clean roof area and ground below with a strong magnet to remove any nails that might have fallen. This should be done at several points during demolition and installation and thoroughly once the project is complete. Cover sheathing with 15 lb. plain felt, fastened with a large head felt nail. Over felt, apply a shingle roof nailed with no less than four galvanized nails per shingle. At the rakes and eaves, install a 26 gauge galvanized strip with 4 inches on the roof and 1-1/2 inches on the face, made from 26 gauge G 90 galvanized steel. Edges are to be of a white finish to match existing fascia as closely as possible (Submit color samples for selection). o Install all new pipe flashing with neoprene boots. o Install all new step flashing and/or counter flashing with Aluminum (Firewalls, Chimney, Dormers, etc.) Request For Quotation Re-Shingle at Sunnyside ES Page 2 of 4

o Install.032 Black Aluminum Panels to wrap brick firewalls on both sides. Install.032 Black Aluminum Cap on the top of the brick fire walls. Install.032 Black Aluminum end cap on fire walls. o The contractor is to cut the sheathing at the ridge in order to accommodate new ridge vents that are to be included in the base bid. o The contractor shall repair damaged roof decking based on a unit price which will be deducted from a repair allowance of $2,000 that the Contractor shall include in the Base Bid. o Care is to be taken as to not damage the existing gutters and downspouts. o Include in the base bid the removal of the attic fans and infilling opening with 2 x 4 blocking and 5/8 plywood decking at each area of removal. B. UNIT PRICES Provide Unit Prices for: repair of damage to existing deck and fascia: 1. 1 x 4 per lf 2. 1 x 6 per lf 3. 5/8 plywood per 4 x 8 sheet 4. 2 x 4 per linear foot Work will be coordinated with the school system Contractor is also responsible for the following: o Providing own lift or scaffolding as necessary o Observing OSHA safety guidelines o Reinforcing appropriate dress and behavior at all times while on school grounds. o All CCS facilities are a no-tobacco, no-firearms, drug-free campus. o Contractor Supervisor must sign in at the office each work day. Roof Schematic is attached. Request For Quotation Re-Shingle at Sunnyside ES Page 3 of 4

Bid Installation and sales taxes are included. Total Bid Amount: Dollars ($ ) Acknowledge Addenda Received # 1 # 2 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. 143-54). Failure to execute/sign bid prior to submittal shall render the bid invalid. Late bids are not accepted. 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: E-Mail: Form of Minority Certification**: *Non-minority, Black, Hispanic, Asian/American, White Female, American Indian, Socially and Economically Disadvantaged, Disabled **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. Request For Quotation Re-Shingle at Sunnyside ES Page 4 of 4

Sunnyside ES Legend Sunnyside Elementary School N 2016 Google 100 ft

DAILY WORK LOG CUMBERLAND COUNTY SCHOOLS SCHOOL PROJECT CONTRACTOR NOTICE TO PROCEED DATE MOBILIZATION DATE DATE # OF EM- PLOYEES ON SITE MAN HOURS NOTES *Man hours = total number of hours worked by all employees on site per day Form LOG99-00

CHANGE ORDER/ALLOWANCE WORK Number DATE SCHOOL PROJECT CONTRACTOR Note: Work completed under an Allowance shall be submitted on this form for approval. Overhead and profit on all Allowances were to be included in the Contractor's bid and shall not be included on this form. CONTRACTOR'S WORK Debit Credit TOTAL Direct Materials Sales Tax on Materials 6% of line 1 Direct Labor Insurance, Taxes, Benefits, Etc. Rental/Owned Equipment Sales Tax on Rental Equipment 6% SUBTOTAL (add lines 1-7) SUB-CONTRACTOR'S WORK Debit Credit TOTAL Direct Materials Sales Tax on Materials 6% of line 1 Direct Labor Insurance, Taxes, Benefits, Etc. Rental/Owned Equipment Sales Tax on Rental Equipment 6% SUBTOTAL (add lines 1-7) Profit and Overhead % SUBTOTAL (add lines 8 & 9) SUMMARY Debit Credit TOTAL CONTRACTOR'S WORK SUB-CONTRACTOR'S WORK SUBTOTAL (add lines 1 & 2) 15% Profit and Overhead (not on allowance) Contractor's Bond Premium TOTAL AMOUNT OF CHANGE ORDER Description of work Signature of Owner Date Signature of Contractor Date FORM C/O99-00

Print Form CONTRACTOR CONTRACTOR NUMBER AND/OR JOB DESCRIPTION SALES/USE TAX CERTIFICATE Sales and/or Use Tax Regulation Number 42 requires that the Cumberland County Schools in the County of Cumberland secure from each contractor certified statement(s) setting forth the cost of the materials and supplies manufactured or purchased by you and and consumed in construction. This form is provided for you to list the materials consumed in construction. Please complete this form by inserting the information required below. If heeded, attach additional sheets. INVOICE NO. OR QUANTITY DATE PURCHASED OR MANUFACTURED TYPE OF MATERIAL INVOICE AMOUNT LESS TAX STATE SALES/USE TAX AMOUNT COUNTY SALES/USE TAX AMOUNT NAME OF COUNTY SALES/USE TAX PAID TO 20.00 TOTALS $ $ $ AFFIDAVIT This is to certify that sales/use tax was paid as stated above on materials and supplies purchased or manufactured for the Cumberland County Schools in the County of Cumberland, North Carolina, for the above mentioned project during the period. Report submitted this, 20 day of Contractor: Authorized Signature: Address and Telephone Number:

SUBSTITUTION OF MATERIALS & PRODUCTS FORM To: Cumberland County Schools Attn: Donna Fields 810 Gillespie Street Fayetteville, North Carolina 28306 Project Name: Re-Shingle and Metal Firewall Wraps at Three Schools The undersigned requests that the following product / materials be considered for substitution in lieu of the specified item in the Project Manual or on the Drawings. Section Page Paragraph Drawings Page Detail Description of Item Proposed Substitution: The undersigned certifies that the following statements are correct, unless modified on an attachment: 1. The proposed substitution is equal to or better in appearance, function and quality to the specified item, in all respects and is suitable for inclusion in the work. 2. Attached is 1 copy of the manufacturers Product Description, Specification, Data Sheets, Test Data & color charts. 3. We will furnish a physical sample if requested by the Owner. 4. Every variation of this product is to be listed and clearly delineated on the submission. 5. This substitution will require no dimensional changes to the drawings and will have no effect on other trades, the construction schedule or warranty requirements. 6. List similar type projects in which product is used. 7. Verification from the manufacturer that product has been in use a minimum of 2 years at similar projects. Contractor s Signature Date Approved Disapproved Owner s Signature Date