R-01-06-14-16D1 - 6/14/2001RESOLUTION NO. R- 01- 06- 14 -16D1
WHEREAS, the City of Round Rock has duly advertised for bids for
the purchase of portable bleachers, and
WHEREAS, Austin Sales and Scaffold has submitted the lowest
responsible bid, and
WHEREAS, the City Council wishes to accept the bid of Austin
Sales and Scaffold, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of Austin Sales and Scaffold is hereby accepted as
the lowest responsible bid and the City Manager is hereby authorized
and directed to issue a purchase order to Austin Sales and Scaffold for
the purchase of portable bleachers.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
RESOLVED this 14th day of June, vs
ROE A. STLUKA, JR ; ayor
A City of Round Rock, Texas
I ST:
01AI '
JO E LAND, City Secretary
OA\ WPOOCS \RESOLUTI \11061401.WP0 /ac
BID TAB
BID NUMBER' 01 -013
BID OPENING: 5/8/01 3.PM
VENDOR
Austin Sales & Scaffold
DELIVERY. 24 DAYS
FREIGHT:
TOTAL $ 36,55000
VENDOR
NYI Recreation
DELIVERY. 4WKS
FREIGHT: $ 2500,00
TOTAL $ 34,29000
VENDOR
Outdoor Aluminum
DELIVERY 30 DAYS
FREIGHT:
TOTAL $ 39,440.00
VENDOR
Sturdisteel
DELIVERY: 14 DAYS
FREIGHT:
TOTAL: $ 29,077.00
Bid item(s)
QTY
Unit$'
Extended
Unit $
Extended
Unit $
Extended
Unit $
Extended
5 row bleacher units
Mobile
Alternate seating
17'
1
17
52,15000
-'
$ 36,55000
•
* $1,67000
`5 31,79000
$2,32000
51,72000
$ 39,44000
$ 29,24000
* 51,681.00
550000
15 28,577.00
$ 500.00
pro nrpr mien 6 P -
DESTINATION
forth
SEE 1.0 ON BACK FOR INSTRUCTIONS:
City of Round Rock
Parks & Recreation
Attn: Maggie Stoecklein
605 Palm Valley Blvd.
Round Rock, TX 78664
TAX ID NO..
LEGAL BUSINESS NAME:
ADDRESS
ADDRESS:
CONTACT:
TELEPHONE NO..
Bidde agrees to comply with all conditions set
BUSINESS ENTITY TYPE.
below and on the reverse side of this IFB.
ITEM
CLASS & ITEM DESCRIPTION
420.04
QTY
UNIT
MAKE /MODEL
PRICE
UNIT
EXTENSION
1
ITEMS BID SHALL BE IN ACCORDANCE
WITH ATTACHED BLEACHER SPECIFICATION
01. 420.04. DATED APRIL. 2001 (3 PAGES)
5 ROW BLEACHER UNITS
•This is the estimated quantity - the final quantity
depends on hid price and may be Increased or decreased
17•
EA
BIOS ABE DUE TO THE PURCHASING OFFICE
AT THE ABOVE ADDRESS BEFORE 81D
OPENING TIME.
INVOICE T0:
City of Round Rock
Finance Department
221 East Main Street
Round Rock, Texas 78664.5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK PURCHASING OFFICE
221 E. Main Street
Round Rock, Texas 78664 -5299
FACIMILE RESPONSES
SHALL NOT BE ACCEPTED
SHOW BID OPENING DATE &
BID NUMBER IN LOWER LEFT
HAND CORNER OF SEALED BIO
ENVELOPE SHOW RETURN
ADDRESS OF BIDDING FIRM
BIDDING INFORMATION:
BID NUMBER 01 -013
OPENING DATE: 05/08/01 at 3:00 P.M.
BID LOCATION: 221 E. Main Street, 1st Floor
Council Chambers, Round Rock, TX 78664
RETURN SIGNED ORIGINAL AND ONE COPY OF BID
BIDDER SHALT SIGN BELOW
Failure to sion bid will disqualify bid
Authoried Signature
Print Name
DELIVERY IN DAYS
"By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor he entity represented by the bidder, Or anyone acting for such
entity has violated the antitrust laws of this State, codified in Section 15.01 et seq , Texas Business and Commerce Code, or he Federal antitrust
laws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business "
Date
CITY OF ROUND ROCK
5 -ROW BLF UNITS
PART I
GENERAL CLAUSES AND CONDITIONS
4.2. Hale a seating capacity of 50 persons (based on 18" per seat).
SPECIFICATION NO.
01 -420 -04
DATED: April 2001
1. The equipment furnished under _this specification shall be the latest improvedmodel in current
production, as offered to commercial trade, and shall be of quality workmanship and material. The bidder
represents tht}t all equipment offered under this specification shall be.new USED, SHOPWORN,
DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE.
2. Bidder should submit with the bid, the latest printed literature and detailed specification on equipment the
bidder proposes to furnish. This literature is for informational purposes only.
3. All parts not specifically.mentioned which are necessaryfor the unit shall be complete and readyfor
operation or which are normally furnished as standard equipment shall be furnished by the vendor. All
parts shall conform in strength, quality and workmanship to the accepted standards of the industry.
4. The unit provided shall meet or exceed all federal and state of Texas safety, health, lighting and noise
regulations and standards in effect and applicable to equipment furnished at the time of manufacture.
5. The City of Round Rock is committed to procuring quality goods and equipment. We encourage
manufacturers to adopt thelnternational Orpani7ationSor Standardization (ISO)9001 -9003 standards,
technically equivalent to the American National Standards Institute/American Society for Quality Control
(ANSUASQC Q91-93 1987), and obtain certificat ion. Adoptingand implementing these standards is
considered beneficial to the manufacturer, the City, and the environment. It is the City's position that the
total quality management concepts contained within these standards can result inrednced .production
costs, higher quality products, and more efficient use of energy and natural resources. Manufacturers
should note thatfuture revisions to this specification may.requireISO certification.
PART II
SPECIFICATIONS
1. SCOPE: This specification-describes 5 -row blpapber nonelevated units to be used at various athletic sites
by the Parks Department. Unit(s) famished to these specifications shall meet or exceed all requirements
herein.
2. INTENT: It is the intent of the City of Round Rock (City) to establish a contract with a responsible bidder
to supplybleachers described herein-and-on the Invtt'tisn For Bid (IFB).
3. EXAMPLES: BilJax, National Recreation Systems, Inc., Sturdisteel or City approved equal
NOTICE TO BIDDER: Biddersarecautionedtomadthespecificatinnscarefully ,asthere m .hegeT
requirement not commonly offered by the equipment manufacturer. Any unit delivered to the FOB point,
which does mot meet this specificationin.every aspect, will.not be accepted
4. FUNCTIONAL REOUIREMENTS: The bleachers shall:
4.1. Be portable with_casy.hrealcdritu Rr ac cpmhlyary 1.person within a 20 minntrpeziod.
5. CONSERTU' N: All frames nint hrapes <lmll ,. elUlStfbe iu. i `Ahimimim
Foo: and seat planks shall be constructed of heavy duty aluminum. All parts not specifically mentioned
SPECIFICATION NO.
01 -420 -04
DATED: APRIL 2001
which are necessary for the unit to be complete and ready foroperation or whichanenormall3
furnished as standard equipment shall be furnished by the vendor.
5.1. UNERSTRUCTIJR1 nn,
al ie.rst renfeaeh uait5halldrasist ofa es of
Staddard dimensions are 8" rise per row, 17" height of seats above foot plank, and 24" depth of
row. Frames shall be aluminum anJle, 6061 -T6 alloy (or merhanically equivalent). Each frame
shall be unit - welded, using the metal inert gas method by qualified welders, under guidelines
established by theAmerican Welding Society. Each frame shall rnncietofruntird nd
diagonal bracing to support the seat and foot planks as specified herein. Bolted or otherwise
mechanical fastening of rorh frame's rnmpn chall_natbearmptable. All.crossbracii_ngand
horizontal bracing is to be aluminum angle 6061 -T6 (or mechanically equivalent) and placed in
number owl lnratinn in sustain design ln,rls
5.2. SEAT PLANK: Seat plank shall be aluminum, fluted, non -skid surface with decal flat,
nominally 2" x 10", with arh>71l crass dimwnsinnsaf not less thanjl5" high y.9.5" wide,
with a wall thickness nominally .078" for impact and deformation resistance. All seat planks
shall be of aluminnmalloy 6063-T6, and:ba e e rte anotlicrn•ting (204R 1) zpptie Un --
accordance with AAS Standard AA M10C22A31.
5.3. FOOTPLANK• Foot ;lank shall be olnminnm flailed, on skid surface withderaLflat,
nominally 2" x 10 ", footrest shall consist of 2 such planks with actual cross - section dimensions
of not less tap. L75" high x 9.5" wide, with a wall thielmess nominally .07S" for impact and
deformation resistance. All foot planks shall be of aluminum alloy 6063 -T6 and be of mill finish.
5.4. VERTICAL RISERS: v e r t i c a l riser plank shall be _ p r o v i d e d bet een seat and fore plank. Plonk
shall be 2" x 10" at top row only and 1" x 6" with a wall thickness nominally .078 on rows 1-4
fastened by clip sets. End caps shall be field installed using mechanical fasteners on all vprtiral
risers.
5.5. CLIP SETS: Clip sets shall adequately connect seat and foot planks to the supporting structure
so as to transmit all desk loads to the understructure members, as specified in the design
section. All planks shall be connected to the supporting structure using four -way adjustable clips,
carriage bolts and flange nuts of 5/16" steel and be galvanized.
5.6. SPLICE CONNECTORS: Internal splices, where required shall be two per joint, aluminum
alloy 6061 -T6, and shall- penetrate the joint a minimum of 8" in each direction and be riveted a
one end only to allow for contraction and expansion.
6. WARRANTY. The unit shall be warranted against defects in material and workmanship for a period of
not not ess than 12 months beginning with the date of acceptance. If the manufacturer's standard warranty
exceeds 12 months, then the manufacturer's standard warranty shall be in effect. The successful bidder
shall furnish a copy of the manufacturer's warranty at time of delivery.
7. OPTIONS:
7.1. Option No. 1: AISLES: Aisle footboards shall be of all - aluminum with contrasting aisle
markings. Three aisle stiffener angles shall be used to strengthen the aisle step. There shall be 1
aisle, 36" wide, located as required by the applicable codes.
7.2. Option No. 2: GUARDRAIL1NG: The railing shall consist of upright members of mill finish
extruded aluminum angle. Horizontal members shall be of extruded anodized aluminum tube 1-
5/8" O.D. with a wall thickness of not less than .140" (schedule 40 pipe). Rail pipe shall attach to
upright members by means of heavy duty tension bands using 3/8" diameter carriage bolts, lock
washers and nuts with a hot dipped galvanized finish and consist of internal splice connectors,
elbows, and pipe caps mechanically fastened. The guardrailing system shall be:
SPECIFICATION NO.
01 -420-04
DATED: APRIL 2001
Chainlink system consisting of 3 side rails and 2 back rails, with a top rail height of 42" and a
maximum opening of less than 4 ". Guardrail shall consist of 9 gauge, 2" mesh aluminized
chainlink fabric, tension bars, brace bands, combo rail end caps and wire ties.
7.3. Option No. 3: HANDICAPPED ACCESSIBILITY: Handicapped accessibility shall be
provided as required by the ADA, Federal Register, Vol. 56, No. 144; 28 CFR Part 36. Adequate
seating areas for the disabled (those confined to wheelchairs and the mobility impaired) shall be
provided according to ADA tables.
7.4. END CAPS: End caps shall be extruded aluminum, 6063 -T6 alloy, and have a clear anodic
coating (204R1) applied in accordance with AAS Standard AA-M10C22A31. Alt end caps are
anodized and shall be field installed. End caps shall also be mechanically fastened on the
underneath sidestf each plank with rivets and have smooth eslgesfor safety.
PART III
DELIVERY, ACCEPTANCE AND PAYMENT
1. DELIVERY: The vendor agrees not to ship any materials until instruetetto.by_the Cites Delivery will]ae
requested verbally or in writing and with the issuance of a purchase order.
2. ACCEPTANCE • Acceptanceinspection.andpedAr' u' " iecti "E aill,nouake.more than lea wode gdlays,
weather permitting. The vendor will be notified within this time frame if any unit delivered is not in full
compliance with the ifiration& Ifany units are canceled for ran- acceptance, the needed equipment may
be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling.
3. POMPT PAYMENT POLICY: Payments will be made within_thirty days after the city receives the
supplies, materials, equipment, or the day on which the performance of services was completed or the day on
which the City receives a correct invoice for the supplie, materials, equipment or services, whichever_ik titer
The Contractor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for
payments not made in accordance with this prompt payment-policy; however, this policy does not apply.to
payments made by the City in the event:
3.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials, or
equipment delivered or the services performed that causes the payment to be late; or
3.2. The terms of a federal contract, grant, regulation, or statute prevent the City from making a timely
payment with Federal Funds; or
3.3. The is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and
its suppliers concerning supplies, material, or equipment delivered or the services performed which
caused the payment to be late; or
3.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase
order or contract or other such contractual agreement.
4. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated
with this coutmct which arisennder the antitrnctiaws of.the Untied State %15 USGASectionlzi,m.,and
which arise !under the antitrust laws of the State of Texas, Bus. and Com. Code, Section 15.01, et sue.
EasySeat Sport .5 Bleacher System Pa$e2 of 2
Most codes require the use of
guard railing. Call factoryfor
more information.
5 Row x 12' Long
5 Rowx 1B'LDng
(Customer supplies wood)
5 Row x 6' L Understructure 9' L
Seat & Footboard (Capacity 3O pPnrIP)
5 Rowx 1Z L Understructure 15' L
Seat & Footboard (Caparity5D pPnpleJ
5 Row x 18' L Understructure 20' L
Seat & Footboard (Capacity _pEaple)
Stadium seating & chair risers also available.
[ ] [ ][ ][ ]
[Bleacher System] [ ] [ ]
nup.ii www.un easwuulasuppry .comnneacneuueIauu..uun
Us)/ I o /LUV I
DATE: June 8, 2001
SUBJECT: City Council Meeting — June 14, 2001
ITEM: 16.D.1. Consider a resolution authorizing the City Manager to issue a
purchase order to Austin Sales and Scaffold for the purchase of
portable bleachers.
Resource: Sharon Prete, Parks and Recreation Director
Maggie Stocklein, Park Supervisor
History: Presently PARD must "borrow" bleachers from various sports fields when
accommodating special events. At times we cannot adequately serve our
customers because more than one event is going on, requiring the bleachers to be
shared. Four bids were received and opened on May 8, 2001, Austin Sales and
Scaffold turned in the lowest bid that met the specifications. National and
Sturdisteel do not meet specification # 4.1 Set -up and tear -down within 20
minutes. PARD recommends purchasing 12 @ $2,150.00 for a total of $25,800.
Funding:
Cost: $25,800.00
Source of funds: General Fund
Outside Resources: N/A
Impact: These bleachers are constructed to accommodate moving, from one location to
another without compromising the integrity of the unit.
Benefit: These portable bleachers will allow us the flexibility to better serve more than
one customer at a time and because they are portable, we can improve our
efficiency.
Public Comment: The sports associations and special event hosts support this purchase.
Sponsor: PARD
DESTINATION:
forth
SEE 1.6 ON BACK FOR INSTRUCTIONS:
City of Round Rock
Parks & Recreation
Attn: Maggie Stoeckletn
605 Palm Valley Blvd.
Round Rock, TX 78664
TAX ID NO.: 74- 2456464
LEGAL BUSINESS NAME:S : urdisteel Company A Div. of Schultz
ADDRESS: P.O. ROx 9655
ADDRESS: WaCO TX 76702
CONTACT: Matt Stephens
TELEPHONE NO.: 800-433-3116
Bidder agrees to comply with all conditions set
BUSINESS eromy Manufacturer
below and on the reverse side of this IFB.
ITEM
CLASS & ITEM DESCRIPTION
420 -04
OTT
UNIT
MAKE/MODEL
PRICE
UNIT
EXTENSION
1
ITEMS BID SHALL BE IN ACCORDANCE
WITH ATTACHED BLEACHER SPECIFICATION
01.420.04, DATED APRIL 2001 13 PAGES)
5 ROW BLEACHER UNITS
•This is the estimated quantity - the final quantity
depends on bid price and may be increased or decreased
*Bleachers Include:
footboards at rows
rows 2 - 5
frames
w /9ga. chain
o cf, 0.00,2A„..10_,
scat_ kt
2
link.
(1)
� �, �
5 Row x 15
BC-2CL
MOBU 1
$1,681.0)
$500.00
$28,577. -
$500.00
1. Aluminum (2x10) Seat Boards
2. Double Aluminum (2x10)
3. Aluminum (1x8) risers at
4. Galvanized steel angle
5. Two (2) line rail system
Extra:
(1) Mobile Unit
1 3-L1 - .G.aw,
psA ekrit-2 cfim
BIDS ARE DUE TO THE PURCHASING OFFICE
AT THE ABOVE ADDRESS BEFORE BID
OPENING TIME.
INVOICE TO:
City of Round Rock
Finance Department
221 East Main Street
Round Rock, Texas 78664.5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK PURCHASING OFFICE
221 E. Main Street
Round Rock, Texas 78664 -5299
FACIMILE RESPONSES
SHALL NOT BE ACCEPTED
SNOW NO OPENING CAT)
MO NUMB. IN LOWER LEFT
HMO CORNER OF =LEO MD
ENVELOPE & SNOW RETURN
ADORERS OF BIDDING NAM.
BIDDING INFORMATION:
810 NUMBER 01-013
OPENING DATE: 05/08/01 at 3:00 P.M.
BID LOCATION: 221 E. Main Street, 1st Floor
Council Chambers, Round Rock. TX 78664
RETURN SIGNED ORIGINAL AND ONE COPY OF BID
BIDDER 111A11 SN N BELOW
Failure to sign bid wilt disqualify bid
Authored Signature
Print Name
DEUVERV IN 10 -14 DAYS
'8y the signature hereon afbxed, the bidder hereby cenibes that neither the bidder nor he entity represented by the bidder, o anyone acting for such
entity has violated the antitrust laws 01 this State, cod in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged In such hne of business.
DID Nor r 561
51)6 CI FICfl - (ioNS
Date
nd.
0*
DESTINATION:
forth
SEE 1.6 ON BACK FOR INSTRUCT
City of Round Rock
Parks & Recreation
Attn: Maggie Stoecklein
605 Palm Valley Blvd. •
Round Rock, TX 78664 ;•
'
FAX ID NO.: 35 - 1 773241 . • -
LEGAL BUSINESS NAME: I , B 1 , a °
liblu
ADDRESS: 5120 INVESTMENT DRIVE „
ADDRESS: FORT WAYNE, TN 461 • -
CONTACT: MICRAET SITMMFRS SAT FS MANAG
TELEPHONE NO.: 71 g..4'R7 -6!174
-• -
Bidde agrees to comply with all conditions set
BUSINESS ENTITY TYPE: CORPORATTON '
•
below and on the reverse side of this IFB.
ITEM
CLASS & ITEM DESCRIPTION • •-
420 04 - -
0TY
..
UNIT
._
MAKE/MODEL
PRICE
PENSION .
•.
1
ITEMS BID SHALL BE IN ACCORDANCE -
WITH ATTACHED BLEACHER SPECIFICATION _
01.420 -04. DATED APRIL, 200113 PAGES) . c
5 ROW BLEACHER UNITS
•This is the estimated quantity - the final quantity
depends on bid price and may be increased or decreased
•
• '
17•
EA
- '
' -
'
i..i�j,�
BIDS ARE DUE TO THE PURCHASING OFFICE
AT THE ABOVE ADDRESS BEFORE BID
OPENING TIME. - .
INVOICE TO:
City of Round Rock
•
Finance Department
221 East Main Street
Round Rock. Texas 78664.5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
°r w ` I INVITATION FOR BID )FB)
CITY,.OF.ROUND ROCK PURCHASING OFFICE
,.,.,,.e.t.a.. -r .rte.. , mr � ..
i' E�Ma�Stre et ,�4 •
nd Rock, Teas .786646299
FACIMILE RESPONSES
SHALL NOT BE ACCEPTED
SHOW MO OWNING DATE
MO NOMMI IN LOWER LEFT
HAND CORNER Of 5.110 e0
EN ELOPE a SHOW Krung
ADDRESS OF 000WO EIK0.
BIDDING INFORMATION: •' -
BID NUMBER, >a`.. - 01013
OPENING DATE: , _ - • , 05/06/01 ; .:at 3:00 P.M. a,
BID LOCATION: 221 E. Main Street, 1st Floor
Council Chambers, Round Rock, TX 78664 ••
RETURN SIGNED ORIGINAL AND am -- +•��
aIDOFR SHAII SINN BELOW.
bid wilt d
DEUVERY IN DAYS
By the signature hereon affixed, the bidder hereby certilies that neither the bidder nor the entity represented by the bidder, or anyone acting for such
entity has violated the antitrust laws of this State. codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business.'
of
`NATIONAL
RECREATION
'SYSTEMS INC
TO: Round Rock Park & Recreation
221 East Main Street
1st Floor Council Chambers
Round Rock, TX 78664
WE ARE PLEASED TO SUBMIT THIS QUOTATION SUBJECT TO ALL OF THE INSTRUCTIONS, TERMS,
AND CONDITIONS ON THE FRONT AND REVERSE SIDES OF THIS AGREEMENT.
OTY MODEL DESCRIPTION
17 NB- 0515APRFS 5 row x 15' non - elevated bleacher $ 1,870*
Net seating capacity 50 /Unit
FEATURES NB- 0515APRFS
- Aluminum angle understructure
- 2 X 10 anodized aluminum seat plank
- Double 2 x 10 mill finish aluminum foot plank
- 1 x 6 riser rows 1- 4 and 2 x 10 top row riser
- Chainlink guardrail system
* SPECIAL PRICING VALID THRU JUNE 1, 2001
NOTE: ALL BLEACHERS SHOULD BE ANCHORED TO RESIST WIND LOADS
Items below may be required to meet SBC
Freight included in the below pricing
NB- 0515ADLX (1) 36" end aisle with handrail
42 net seats
NOTE: APPROX. MAN HOURS TO ASSEMBLE (1) UNIT =
APPROX. MAN HOURS TO DISASSEMBLE (1) UNIT =
IMPORTANT NOTE: Additional Items are lable which may be
ROCA, 07PA, SRC, ORO, or other applicable codes: such es ilia
etc. Drawings stamped by a registered professional engineer
i vault with local code official. to determine any addltlo
The features described above represent the Interpretation of
for coapliance with local codes. Official Interpretation
repreeeotativas cannot asauaa liability for code compliance
5120 INVESTMENT DRIVE
P.O. BOX 11487
FT WAYNE, IN 46858 -1487
PRICE
SUB TOTAL
EST FREIGHT
TOTAL
8 HOURS
6 HOURS
QUOTATION
PH (219) 482 -6023
FX (219) 482 -7449
DATE: 04/27/01 TERMS: To Be Determined
JOB REF: Bid: 01 -013
EST. SHIP DATE 2 - 4 WEEKS A.R.O.
F.O.B. _ SHIPPING PT DELIVERED
DESTINATION: Round Rock, TX 78664
CUSTOMER PHONE:
EXT. AMOUNT
$ 31,790
$ 31,790
$ 2,500
$ 33.290
ADD /UNIT EXT. AMOUNT
$ 530 $ 9,010
required to meet
guardrails, anchors, ground mills, double foot, risers, accessibility,
of Included unless voted above. Please refer to included features above
nal features which may be desired.
National Building i Safety Codes by NM, INC. The owner remains responsible
and application rests solely with local autboritlee. NRS, INC and 1te
and presents information as unofficial guidelines only.
HAII➢AAL—H8CHHATI➢H_HSSI &N5. INC. TSRHH_l.C➢IPITIONSS OVENN THIH_ ➢ ➢➢IBII➢H._______ _ _=HLq�H43diI ➢y_Yl5I2L➢B_�_BdYH.
NATIONAL RECREATION SYSTEMS, INC. CUSTOMER ACCEPTANCE
BY: Marvin Deea Estimator BY:
NAME TITLE NAME
TITLE DATE
NATIONAL "THE BEST SEAT IN THE HOUSE'
RECREATION BLEACHER
SYSTEMS INC SPECIFICATIONS
NON - ELEVATED BLEACHERS
(WITH ALUMINUM UNDERSTRUCTURE)
SCOPE
of o l e e h uninew bleachers as designed by National Recreation Systems, Inc. consisting
( s ), A rows high x 15'- 0" in overall length, with the accessories
and features defined below. Net seating capacity of 50 / unit (not including
aisles, based on 18" per seat).
ASSEMBLY (EXCLUDING ANY REQUIRED SITE PREPARATION)
Assembly as per manufacturers plans and instructions to be performed by others.
UNDERSTRUCTURE
The understructure of each unit shall consist of a series of frames. Standard
dimensions are 8" rise per row, 17" height of seats above foot plank, and 24"
depth of row. Frames shall be aluminum angle, 6061 -T6 alloy (or mechanically
equivalent). Each frame shall be unit - welded, using the metal inert gas method by
qualified welders, under guidelines established by the American Welding Society.
Each frame shall consist of vertical, horizontal and diagonal bracing to support
the seat and foot planks as specified herein. Bolted or otherwise mechanical
fastening of each frame's components will not be acceptable.A11 crossbracing and
horizontal bracing is to be aluminum angle 6061 -T6 (ormechanically equivalent)
and placed in number and location to sustain design loads.
SEAT PLANK
Shall be aluminum, fluted, non -skid surface with decal flat, nominally 2" x 10 ",
with actual cross - section dimensions of not less than 1.75" high x 9.5" wide, with
a wall thickness nominally .078" for impact and deformation resistance. All seat
plank shall be of aluminum alloy 6063 -T6, and have a clear anodic coating (204R1)
applied in accordance with AAS Standard AA- M10C22A31.
FOOT PLANK
Shall be aluminum, fluted, non -skid surface with decal flat, nominally 2" x 10 ",
footrest shall consist of 2 such planks with actual cross - section dimensions of
not less than 1.75" high x 9.5" wide, with a wall thickness nominally .078" for
impact and deformation resistance. All foot plank shall be of aluminum alloy 6063 -
T6 and be of mill finish.
VERTICAL RISERS
Vertical riser plank shall be provided between seat and foot plank. Plank shall
be 2" x 10" at top row only and 1" x 6" with a wall thickness nominally .078 on
rows 1-4 fastened by clip sets. End caps shall be field installed using
mechanical fasteners on all vertical risers.
5120 INVESTMENT DRIVE (46808) - P.O.BOX 11487 - FORT WAYNE, IN 46858 -1487
FAX # (219) 482 -7449 PHONE #(219) 482 -6023
GUARDRAILING
Thd railing shall consist of upright members of mill finish extruded aluminum
angle. Horizontal members shall be of extruded anodized alumina tube 1 -5/8" O.D.
with a wall thickness of not less than .140 "(schedule 40 pipe). Rail pipe shall
attach to upright members by means of heavy duty tension bands using 3/8" diameter
carriage bolts,lock washers and nuts with a hot dipped galvanized finish and
consist of internal splice connectors, elbows, and pipe caps mechanically
fastened. The guardrailing system shall be:
Chainlink system consisting of 3 side rails and 2 back rails, with a top rail
height of 42" and a maximum opening of less than 4 ". Guardrail shall consist
of 9 gauge, 2" mesh aluminized chainlink fabric, tension bars, brace bands,
combo rail end caps and wire ties.
ENDCAPS
Shall be extruded aluminum, 6063 -T6 alloy, and have a clear anodic coating (204R1)
applied.in accordance with AAS Standard AA- M10C22A31. All end caps are anodized
and shall be field installed. Endcaps shall also be mechanically fastened on the
underneath side of each plank with rivets and have smooth edges for safety.
CLIP SETS
Shall adequately connect seat and foot planks to the supporting structure so as
to transmit all design loads to the understructure members, as specified in the
design section. All planks shall be connected to the supporting structure using
four -way adjustable clips, carriage bolts and flange nuts of 5/16" steel and be
galvanized.
WARRANTY
The above shall carry, after proper erection, the following warranties:
1 Years - Failure of structural strength in any component.
5 Years - Anodized finish of seat plank.
Complete written warranty available upon request.
PRODUCT LIABILITY INSURANCE
Product liability insurance is carried for the life of the product in the amount
of $.2,000,000 .
ENGINEERING
Engineering certifications and calculations by a Registered Professional Engineer
will be provided upon request, for a fee.
BLEACHER DESIGN CRITERIA
APPLICABLE CODES:
UNIFORM BUILDING CODE (UBC), 1994 EDITION
DESIGN LOADS:
LIVE LOADS: UNIFORM LOADING - STRUCTURE = 100 PSF
UNIFORM LOADING - SEAT AND FOOT PLANKS = 120 PLF
SWAY LOADS: PERPENDICULAR TO SEATS = 10 POUNDS PER LINEAL FOOT
PARALLEL TO SEATS = 24 POUNDS PER LINEAL FOOT
•
* WIND LOADS: BASIC DESIGN WIND SPEED = 100 MPH (EXPOSURE "C ")
HORIZONTAL 30 PSF (MINIMUM) OF VERTICAL PROJECTION
VERTICAL 30 PSF (MINIMUM) OF HORIZONTAL PROJECTION
RAIL LOADS: UNIFORM VERTICAL LOAD = 100 POUNDS PER LINEAL FOOT
UNIFORM HORIZONTAL LOAD = 50 POUNDS PER LINEAL FOOT
CONCENTRATED HORIZONTAL LOAD = 200 LBS
* NOTE: ALL BLEACHERS MUST BE ANCHORED TO MEET WIND SPECIFIED ABOVE
RECOMMENDED ITEMS, TO MEET STANDARD BUILDING CODE (SBC) 1994 EDITION, NOT INCLUDEI
WITH THE BLEACHER AS SPECIFIED:
AISLES
Aisle footboards shall be of all - aluminum with contrasting aisle markings. Three
aisle stiffener angles shall be used to strengthen the aisle step.There shall be
1 aisles, ,f " wide, located as required by the applicable codes defined below.
AISLE HANDRAILS
Where there is seating on both sides of the aisle, handrails located within the
aisle shall be discontinuous with gaps or breaks at intervals not exceeding 5 rows
to facilitate access to seating and to permit crossing from one side of the aisle
to the other. These,gaps or breaks shall have a clear width of at least 22 inches
and not greater than 36 inches, measured horizontally. where handrails are
provided in the middle of aisle stairs, there shall be an intermediate handrail
located.approximately 12 inches below the main handrail. The handrail shall also
have rounded terminations or bends.
ATIONAL
CREATION
EMS INC
BLEACHER SITE AND ANCHORING REOUIREIVIENTS
•
1) General Reouirements:
A) The site on which the bleacheris to be placed shall consist of a minimum soil bearing of 1,000 psf.
B) The site shall be clear of all obstacles (ie. light poles; utilities, or other obstructions), unless special construction
is specifically stated in the Bid or Quote.
C) The surface maybe sloped a maximum of I/8 inch per foot for drainage. The maximum overall out of level
• slope perpendicular to the seats (front to rear) shall not exceed 2" and parallel to the seats (end to end) shall not
exceed 4 ". Variations in flatness shall not exceed 5/16" below a 10 -foot straightedge.
D) Bleac.hers shall be anchored to resist overturning from wind forces, and to be in compliance with many local
codes.
2) Methods of Anchoring
Anchoring bleachers can be accomplished in several ways at the discretion of the owner and the sadl conditions at the
site. It is recommended.that the bleachers be attached to concrete foundations or be secured with auger type soil
anchors.
A) Concrete Foundations:
Minimum concrete foundation options include: (1) a 4 -inch thtrk reinforced concrete slab (2) a 12-
inch wide by 24 -inch deep concrete ship foundation under each bleacher frame or (3) sufficient
drilled concrete piers to anchor the bleachers Frost lines, soil conditions, or other conditions may
indicate a need for additional depth or reinforcement of concrete.' Contact us for specific concrete
specifications.
B) Auger Anchors:
- Auger type soil anchors are generally recommended when the ownerinterids to set the bleacher on
wood grotmdsilis, or where concrete may not be practical. Auger type soil anchors consist of
augers that are driven into the sorl,'and hold down straps which secure the bleacher frames td the
embedded augers. A specialized auger drive mariiinr is
anchors are to b e installed, it is rea d 1, einstallation c of large When auger
the a
requited that the soil (stone, gravel, em.) not contain large rocks, or other
compacted material which maylrohibit or severely impede such auger anchor installation.
3) Site Soil Requirements
Since the soil type dictates the type Of foundation or anchors that can' be used, it is recommended that the owner
engage the services of a local soil - testing agency to investigate and to furnish a soil report. The soil shall be
described in accordance with the Unified Classification System and blow counts shall be famished in accordance
with ASTM D1586. lithe owner furnishes shes incorrect or insufficient soil information the resultant anchoring method
may prove inadequate to resist loads at the risk of the owner.
5021 INVESTMENT DIVE (46808) • P.O. BOX 11487 • FORT WAYNE, IN 46858 -1487 • FPl<NO. (219) 482 -7449 • (219) 482-6023
CONCRETE FOUNDATION SPECIFICATIONS
Foundation construction is not part of National Recreation Systems,
in the contract documents. The owner shall review the foundation desi th the local code authorities, and 00 wi
N RS .
FOUNDATION DESIGN & ANCHORS:
1) The foundation designs are based on the following:
a. Minimum presumed soil bearing 1000 psf.
b. Bleacher frame dead and live load 750Ibs./ft.
c. Bleacher frame wind uplift load 250lbs./ft. (100 mph)
2) Unless otherwise noted on the drawings the bleacher frames shall be attached to the concrete with 3/8" dia. x 2 - 3/4"
wedge type expansion anchors. The anchors shall be embedded a minimum of 2" into the concrete.
CONCRETE SPECIFICATIONS:
1) All concrete construction shall be in accordance with the latest edition of the Building Code Requirements for
Reinforced Concrete ACI -378."
2) All concrete shall have a minimum 28 strength of F psi.
3) All reinforcing bars shall be grade 60. (Fy =60 kst)
4) There shall be a minimum of 3" of concrete cover on all reinforcing.
A other1 /4" b ituminous expansion joint material shall be placed between strip and stab foundations when adjacent to each
6) The depressions in the top of the foundations between high spots shall not exceed 5/16" below a 10 -foot long
7.15.1.2 straightedge. straightedge 302.IR -89 G uide for Concret to measure foundaticm and Slab Coastructio� mess shall be in accordance with Section
CONCRETE SLAB SPECIFICATIONS:
1) Concrete slab shall have a minimum thickness of 4 inches and placed on 4" of gravel or sand sub -base.
2) Concrete slab shall be reinforced with 6x6/W2xW2 welded wire fabric. In lieu of welded wire fabric, 2" XOREIr by
Ribbon Technology Corporation or equal corrugated steel fibers applied at a rate of 5 0-lb/cu. yd may be used. Nylon
or polypropylene fibers are not acceptable.
3) Crack control joints shall be sawed into slab to form approximate square patterns. The maximum spacing for control
joints shall not exceed 15 feet The bleacher frames shall not be set on control joints. The designer shall contact blltS to
coordinate joint spacing requirements with the specific bleacher design.
4) The slab may be sloped a maximum of 1/8 inch per foot for drainage. The maximum overall out of level slope for the
slab perpendicular' to the seats (front to rear) shall not exceed 2" and parallel to the seats (end to end) shall not exceed 4 ".
CONCRETE STRIP FOUNDATION SPECIFICATIONS
I) Bleacher concrete snip foundations shall have a minimum width of 12" and a minimum depth of 24 ".
2) The strip shall be reinforced with 1 No. 6 deformed longitudinal reinforcing bar in the top and 1 No. 6 deformed
longitudinal reinforcing bar in the bottom.
3) The maximum out of level slope for the strip foundation perpendicular to the seats shall not exceed 1/8 "per foot nor 2"
the maximum projected slope between the end foundations shall not exceed 1/8" er overall front to rear. The maximum elevation difference between the end foundations shall not exceed 4" overall, and
with surface All bleacher frames ust be in contact with surface at all Locations (fr tto Top piers shall be level
CONCRETE PIER SPECIFICATIONS.
1) The maximum projected slope between the piers shall not exceed 1/8" per foot The maximum out of level tbp of pier
the end piers.
elevations shall not exceed 2" perpendicular to the seats (front to back), nor 4" parallel to the seats (end to end) between
2) The quantity, size, reinforcement and design of the piers shall be site specific, and coordinated with NRS.
S CO P E: