HomeMy WebLinkAboutItem #07 Rejection of RFP #06-002 Replacing of Roofing Systems
AGENDA ITEM COVER SHEET
Meeting Date: 4/18/06
Item # 7
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
tJt__
Subject: Rejection of RFP#06-002, Replacement of Roofing Systems at City Hall, Police Station,
and VignettiPark
Background Summary:
The City intended to award a contract for the replacement of all three roofs. The budgeted amount is approximately
$158,000.00.
Issue:
Reject all proposals for the replacement of roofing systems at City Hall, Police Station, and Vignetti Park.
Recommendations
Staff recommends rejecting the proposals from Master Roofing and Ryman Roofing, revising the specifications to
include only City Hall and the Police Department metal roof, and re-bid this project.
Attachments:
1. Master Roofing Proposal
2. Ryman Roofing Proposal
2. Bid Tabulation
3. Recommendation Memorandum
4. RFP
Financial Impact:
N/A
Type of Item: (please mark with an "x'J
Public Hearing
_ Ordinance First Reading
_ Ordinance Second Reading
Resolution
~ Commission Approval
Discussion & Direction
For Clerk's Deof Use:
_ Consent Agenda
_ Public Hearing
_ Regular Agenda
_ Original Document/Contract Attached for Execution by City Clerk
_ Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
~1J1t
N/A
N/A
N/A
City Manager
Robert Frank
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Joel Keller, District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
FROM:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing Ageng-
April 11 ,2006
TO:
DATE:
RE: Rejection of Request for Proposals (RFP) #06-002 Replacement of Roofing Systems at City
Hall, Police Station, and Vignetti Park
ISSUE
Reject all proposals for the replacement of roofing systems at City Hall, Police Station, and Vignetti Park.
BACKGROUND/DISCUSSION
The City intended to award a contract for the replacement of all three roofs. The current budgeted amount is
approximately $158,000.00. The RFP was advertised on March 5, 2006 and opened on AprilS, 2006. There
were two responses to this bid:
Metal Roof
Alternate Shingle Roof
1.
2.
Master Roofing, Inc.
Ryman Roofing
$386,000
no bid
$105,500
$128,071
Attached are copies of the proposals along with the bid tabulation. The original proposals and project
specifications are available in the Finance Department for your review.
The proposals were reviewed by the Public Works and Finance Departments. Per the attached memorandum
from Tonya Elliott, Assistant Director of Public Works, staff recommends rejecting the proposals from Master
Roofing and Ryman Roofing, revising the specifications to include only City Hall and the Police Department
metal roof, and re-bid this project.
1
Mayor
S. Scott Vandergrift
center of Good L .
'\.~e Itrj~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
City Manager
Robert Frank
MEMORANDUM
TO:
Joyce Tolbert, Finance Department
FROM:
Tonya Elliott, Assistant Director of Public Works
DATE:
April 11, 2006
RE:
Reject all proposals for RFP #06-002 Replacement of Roofing Systems at
City Hall, Police Station, and Vignetti Park
We recommend rejecting all proposals for RFP #06-002 Replacement of Roofing Systems at
City Hall, Police Station, and Vignetti Park and reissuing another RFP to include only City Hall
and the Police Department for the project and take out all reference to asphalt architectural
shingles as a proposal option.
If you have any questions or require additional information, please contact me at extension 6003.
TE
The City ofOcoee Public Works. 301 Maguire Road. Ocoee, Florida 34761
phone: (407) 905-3170 . fax: (407) 905-3176 . www.ci.ocoee.fl.us
RFP #06-002
REPLACEMENT OF ROOFING SYSTEMS AT CITY HALL, PO, AND VIGNETTI PARK
4/05/06 2:00 pm
Submission Requirements yes yes
Bid Security $1,000 yes yes
License Check yes yes
ITEM #1 $ 183,000.00 no bid
AL TERNA TE #1 $ $ 61,690.00
ManufacturerlType GAF-shingle
Warranty 50yr/5yr
ITEM #2 $ 143,000.00 no bid
AL TERNA TE #2 $ 39,500.00 $ 47,260.00
-me a
Manufacturer/Type Certainteed-shingle GAF-shingle
12yr/2yr metal
Warranty lifetime/12 yr shingle no bid
ITEM #3 $ 60,000.00 no bid
AL TERNA TE #3 $ $ 19,121.00
ManufacturerlType GAF-shingle
Warranty 50yr/5yr
Total Items $ 386,000.00 $
Total Alternates $ 105,500.00 $ 128,071.00
RFP #06-002
PRICE PROPOSAL FORM
Please note that the Ilbtwe specifu:ations Ilre intended as minimum Ilnd preferred guidelines. PlellSe submit a
proposal on only one (1) type of system for etlch line item that best meets the specijic.tltions. City IlUlintIlins
the right to mix and match the proposal items to meet budget constraints.
ITEM #1
CITY HALL - STANDING SEAM METAL ROOF
TOTAL LUMP SUM PROPOSAL $ \'R'3I\X)O
l)f\~ ~\ \>f'd (<~ '?~tU::l\'\(rD dollars and lJD Itnn cents
~u~cl \ )
Manufacturer: ffi€::>Cr. TypeofRoof:,STA{\)f)I\lBt ~ C~
Warranty on Materials: 18-. L.\ fL Warranty on Workmanship: 6L I .-\1?
Dt3"TI)LD\L ~
ALTERNATE #1
CITY HALL - ARCHITECTURAL ASPHALT SHINGLES
TOTAL LUMP SUM PROPOSALS 4C1 \ COO
.\='DU\ -+- "J f\\f\f '-\n\)oe:N'cl dollars and \J\l:I \I CO cents
Manufacturer: eext\~ ),~ype of Root ~\~.t Lnrd tY\ AJLlC \L
Warranty on Materials:\)~.\1 YYu...- Warranty on W orlananship: \ a ~ fL
---------------....------...--
~
Date
RFP #06-002
20
ITEM #2
POllCE STATION - STANDING SEAM METAL ROOF
TOTAL LUMP SUM PROPOSALS2Sj rA'D
')\.~ \J.ullrlffct ~D{c~hr{Q dollFSand \-JD\ \CO cents
X\OuS Qr\d l
Manufacturer:Jl\ BL-I Type of Roof: 3,-rAl0fJ\~ ~'fV\ L W-LTA L
Warranty on MateriaIS:~ Warranty on Workmanship: c9. ~
ttL\ r\ 1"'
ALTERNATE #2
POLICE STATION - ARCHITECTURAL ASPHALT SHINGLES
TOTALLUMPSUMPROPOSALSCY\, ~
\l'\'<-\-'1 {\,(\F '~(,)\i'SrH"d\-~~donarsand Nt) \ if~n cents
('\ . h\)
Manufacturer: l e,-\.-D \ f\ -.\r--,>q Type of Roof: LA~Jf)\YlR iLL TL
Warranty on Materials: Lk-hn\..t-Warranty on Workmanship: J~. Lj e s
\v\ A. stf')~ ~ f')t) (2,\ ~ ~ CQX,",\l3.j ~\ 2)\ Or ()
Company Name ,l\=l. ::r::.0~ Date '
r f\_~ ~\~l 0
Contractor's Lleense Number
RFP #06-002
21
ITEM #3
VIGNETTI BUILDING - STANDING SEAM METAL ROOF
TOTAL LUMP SUM PROPOSAL $ LP D I c()D
~ (:x \" \J \H a \ \~ A-'>. \ D dollars and "-.if) \ I DO cents
\ ~
Manufacturer:J:1..f:>c,r Type of Roof: SrI" P,,, ')f)\~..:61','3E~Am C t--.-\ETALj
warrantyonMateri~Due. rxWarrantyon Worlcmanship:~ ~e.
-~:-
ALTERNATE #3
VIGNETTI BUILDING - ARCIDTECTURAL ASPHALT SHINGLES
TOTAL LUMP SUM PROPOSALS III Dc>D
~ ~V e,0-\--P .-0 _r\ \~Dr}~ nr! dollars and fUn \ I CO cents
Manufacturer:r -f']7J"A \ \... 1fF"FDType of Roof:lF ~ DmA eLl L
Warranty on Materials:LJ\=eTIl...\EWarranty on Workmanship: \& l:t'Q rS
Contract Time: Ninety (90) calendar days from the date of the Notice to Proceed.
ACKNOWLEDGMENT OF ADDENDA:
Respondent acknowledges receipt of the following addenda:
No.
No.
No.
Dated
Dated
Dated
1V. p,;s-"F:R,'Kp~ Il~ f'i= ~ 6\ 0 Lv
Company Name ~\")T"0L ~(, We _ Da e '
Ut O~V:~.PiLo
Contractor's License Number
RFP #06-002
22
. - din.r.L'.ERF= Members Rirlrlinn Pllrnnc:<>c: Onlv _ An\l Othor 11c-,,", ;c- Q+r;~+I.. Dr~h:h"_-'
RFP #(Ic).:.()02 COMPANY INFORMA T10NISIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATIESTlNG THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIPROPOSAL FORM" ARE
ACCURATE AND WITHOUT COLLUSION.
VlIltt.s+el/" RDb FC'v14
OF CetA.. tV-a. r PI tJV('dA IVlC.-
COMPANY NAME
4D7- S~l- 8B10
TELEPHONE (1NCLUDE AREA CODE) L{67-5~ [-7-3 i (p
FAX (INCLUDE AREA CODE)
___' ow ~
E.MAIL ADDRESS
lO'{tLl @ 6eUs6LLiiA. Vle+
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS.
PLEASE INDICATE BELOW:
Sl (manual)
l l{tt-l R SlecL'L-ttL ,- H-es.,
NAMEmTLE (PLEASE PRINT)
lfS~D (/1. H,.ttwtlss.et2.- f2d..
~~~~ss F' 3~<31 g-
CITY STATE ZIP
FEDERALID# sct.. 3~ 39756
_Individual ~ Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this ~ day of ~ 20~to'
or
W!cc
(Type of Identification)
Notary Public - S~te of fl D V l d...t:L
Coun~.t;;lQ .
a~ U ,tJ-
Si OfNOtaryPubli~ ~
t3.e..+i,,- ^. Pe {/l Z ~ Vl~
Printed. typed or stamped
Commissioned name of Notary Public
BETH A. PENZONE
NOTARY PUBLIC. STATE OF Ft.ORlDA
COMMISSION 1OO13439b
EXPIRES 07/1612006 .
BONDED THRU 1-888-NO'tARY1
RFP #06-002
23
RFP #06-002
PRICE PROPOSAL FORM
Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a
proposal on only one (1) type of system for each line item that best meets the specifications. City maintains
the right to mix and match the proposal items to meet budget constraints.
11/) {- S Vii /41/} ,#' ~
CITY HALL - ST G SEAM METAL ROOF
TOTAL LUMP SUM PRO $
Manufacturer:
cents
Type of Roof:
Warranty on Materials:
Warranty on Workmanship:
AL TERNA TE #1
CITY HALL - ARCHITECTURAL ASPHALT SHINGLES
TOTAL LUMP SUM PROPOSAL $ /PI; It, cy(} ~
5)~f-'1 '-Ot'c7- iXlJilf(;'(hcF .>i'y 0 ~
;/u/llrjlj/\~J /Jt41./ /'!!:'iU!/'t-y dollars and cents
6.1-F I , ~~!/A.e-- L7 A Jj --1 -L. (
Manufacturer: Iliff^- 0 r ezJt/(/t Type of Roof: ~ () y 1/ /rr.:p/-) v-(.J..-{ fA/ct/
Warranty on Materials: S?) I/rs- Warranty on Workmanship: ..s-t/rs
I I
----------------------
6l- y"/nA h foe {j 'j ,;:>i c-
Company Name "
e c-c-/3:2 5":3- o.s-
Contractor's License Number
L/-S ---()b
Date
j{ ev/ Yl ~ frl 4ft.
Authorized Of Ice,. pint)
RFP #06-002
20
;1/o.f S ,"i) PI / ffI "- .
POLICE STAT - STANDING SEAM M~TAL ROOF J
TOTAL LUMP SUM P SAL $
Manufacturer:
cents
Type of Roof:
Warranty on Materials:
Warranty on Workmanship:
AL TERNA TE #2
POLICE STATION - ARCHITECTURAL ASPHALT SHINGLES
TOTAL LUMP SUM pP.OPOSAL$ '17; ;2ft,O ~
For ty seV-t'-M Th-ottJe>.~ az4
Sf)( t-lI dollars and 0 52.2-. cents
G<,4r T 1;o"I.h C".A" I /1,-,-
Manufacturer:V/r"-~t P'i ettt/"v., Type of Roof: ..50 y,,":etr' ,4rcJ,;/.u:fC,(fcL/
Warranty on Materials: SO yr.r. Warranty on Workmanship: .5"- VyS
I
I< V met 11 J0 cr{)n:; / :J:hc r
Company Name '
t(-~-~ Ot,
Date
eeL /'3:J-SSQS-
Contractor's License Number
RFP #06-002
21
/11&) 'f 5wbJY7; rh'':J
VIGNETTI BU STANDING SEAM METAL ROOF
TOTAL LUMP SUM PR $
TEM #3
Warranty on Materials:
Warranty on Workmanship:
cents
Manufacturer:
Type of Roof:
AL TERNA TE #3
VIGNETTI BUILDING - ARCHITECTURAL ASPHALT SHINGLES
TOTAL LUMP SUM PROPOSAL $ I t'f', /,;;, J .tJ..f!
AJt'ftR_:te~i1 TAot..:.f tin..c:f VhJL I '
)l-4~/'-l/ ~/ lWerltV-DIUL dollars and
6!1F Ttn-..b:r-/t~
Manufacturer: U /f-rA "1- qu/v. Type of Roof: SD
0.522-
ljiUly ArcL,. f-e-v-fv.rc",/
,
cents
Warranty on Materials: SDyu- Warranty on Workmanship: S yr'f.
Contract Time: Ninety (90) calendar days from the date ofthe Notice to Proceed.
ACKNOWLEDGMENT OF ADDENDA:
Respondent acknowledges receipt of the following addenda:
No.
No.
No.
Dated
Dated
Dated
I< V In CiI1 /fdcrr4''J
Company Name
Lj--5---0'
Date
C C-C- J '3 :2,J..)cJS--
Contractor's License Number
A'e.v/n I<Vl17ct h
Authorized Offife rint)
Authorize
RFP #06-002
22
RFP #06-002 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/PROPOSAL FORM" ARE
ACCURA TE AND WITHOUT COLLUSION.
!<tfrll1h Roof:Jhj J:hC-
COMP NYNAME /
t/o 7~ ..513'.- '1$'f/()
TELEPHONE (INCLUDE AREA CODE)
f07~57g- CJtlS-g
FAX (INCLUDE AREA CODE)
Y~J11")'I (CWf;;, ~ V~ tu;() .,uJjrJ
E- AIL ADD RES /
AUTI~NATURE (m,-;;;;;;Q ~
,l(el// h ,f<;!n({/?
NAME/TITLE (PLEASE PRINT)
373 ~..5-So. s;Z..St(
S~EET ADDRESS L
/~lJ),yrAd7s Tl 335--,/2-
CITyl STATE ZIP
FEDERAL ID # /3--C;- I 2. 07 I ~3
_Individual _CorporatIOn _Partnership _Other (Specify)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Sworn to and subscribed before me this 5"' day of 4.,,(,'1
I
,20f2..fL.
Personally Known
~ or
Produced Identification
(Type ofIdentification)
Notary Public - State of
County of
~~
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
BRANDON SIMMONS
MY COMMISSION #00482842
EXPIRES: OCT 17, 2009
Bonded through 1 st State Insurance
RFP #06-002
23
Mavor
S. Scott Vandergrift
center of Good L' .
<\.'o.e If>'l~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
City Manager
Robert Frank
CITY OF OCOEE
REQUEST FOR PROPOSALS
RFP #06-002
REPLACEMENT OF ROOFING SYSTEMS AT CITY
HALL, POLICE STATION, AND VIGNETTI PARK
City ofOcoee . ] 50 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 656-8504. www.ci.ocoee.fl.us
RFP DOCUMENTS
3 thru 4
5 thru 7
8thru17
Legal Advertisement
Request for Proposal (RFP) #06-002
General Terms & Conditions
SCOPE OF WORK/PROPOSAL FORM
18 thru 1 9
20 thru 22
23
Scope of Work
Proposal Forms
Company Information/Signature Sheet
SPECIFICA TIONS
24 thru 27
28 thru 30
Exhibit A: Section 07410 MANUFACTURED ROOF PANELS
Exhibit B: Section 07300 ASPHALT SHINGLES
END OF TABLE OF CONTENTS
RFP #06-002
2
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed proposals will be accepted for RFP #06-002, REPLACEMENT OF ROOFING SYSTEMS AT CITY
HALL, POLICE STATION, AND VIGNETTI PARK, no later than 2:00 P.M., local time, on AprilS,
2006. Proposals received after that time will not be accepted or considered, and will be returned opened. No
exceptions will be made. The City reserves the right to reject any and all proposals and waive informalities.
The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is
soliciting proposals from qualified and licensed contractors that have experience and expertise in
providing the necessary services required to replace existing roofing systems in accordance to the RFP
documents. The City intends to award a contract to a single Contractor qualified and licensed in the State
of Florida based on total lump sum proposal prices, experience with similar contracts, successful
reference check, warranty, manufacturer, and the ability to perform the required work. The successful
Respondent must have the required insurance and bid security.
A Non-Mandatory Pre-Proposal Conference will be held on March 21, 2006 at 10:00 A.M., local time at
the City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, FL 34761. A site visit will immediately
follow the pre-proposal conference. All questions, comments and concerns shall be presented at the Pre-
Proposal Conference, and no further questions will be accepted following the pre-proposal conference. All
respondents will be held liable for contents as presented at the Pre-Proposal Conference.
Bid Security: A certified check or bid bond shall accompany each proposal. The certified check or bid bond
shall be for an amount not less than $1,000.00 and shall be made payable to the City ofOcoee as a guarantee
that the Respondent will not withdraw for a period of (90) days after RFP closing time and will sign a Contract
with the City for the Proposal Price.
Each Respondent shall submit one (1) original and four (4) copies of the required proposal documents, in a
sealed envelope plainly marked on the outside with the appropriate RFP number and closing date and time.
Proposals will be received at the City of Ocoee, Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee,
Florida 34761-2258. Proposals will be publicly opened and read aloud in the City Hall Conference Room on the
above-appointed date at 2:01 PM, local time, or as soon thereafter as possible.
Interested Contractors may secure a copy of the documents through Demandstar by accessing the City's website
at www.ci.ocoee.f1.us under Finance/Purchasing, or copies are available from the Purchasing Agent for a non-
refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of
Ocoee. Copies via e-mail are not available and partial sets ofRFP documents will not be issued.
To ensure fair consideration for all Respondents, companies interested in providing the required services may
be disqualified if they have contacts with the Mayor, City Commissioners, or any City staff, other than the
Purchasing Agent concerning the RFP during the submission or selection process.
A ward of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject any or all
proposals, and/or accept that proposal that is in the best interest of the City, price, qualifications and other
factors taken into consideration. The City reserves the right to award the Contract to the Respondent, which, in
the sole discretion of the City, is the most responsive and responsible Proposer, price, qualifications and other
factors considered.
RFP #06-002
3
Pursuant to Section 287. 1 33(2)(a), Florida Statutes, interested individuals or firms who have been placed on the
convicted vendor list following a conviction for public entity crimes may not submit a Proposal on a contract to
provide services for a public entity, may not be awarded a consultant contract and may not transact business
with a public entity for services, the value of which exceeds $15,000 for a period of 36 months from the date of
being placed on the convicted vendor list.
No fax or electronic submissions will be accepted.
City Clerk
March 5,2006
RFP #06-002
4
CITY OF OCOEE, RFP 06-002
REPLACEMENT OF ROOFING SYSTEMS AT
CITY HALL, POLICE STATION, AND VIGNETTI PARK
INTENT:
Proposals for RFP #06-002 will be received by the City of Ocoee, hereinafter called "the City", by any
contractor, person, firm, corporation or agency submitting a proposal for the work proposed, hereinafter called
"the Contractor".
The proposed contract will be for the purpose of replacing the roofing systems at City Hall, Police Station, and
Vignetti Park, and shall provide for all labor, services, coordination, supervision, parts/materials, equipment,
supplies and incidentals for a complete construction as required by the City of Ocoee as listed under the "Scope
of Services" section of this RFP.
PROPOSAL INSTRUCTIONS:
A. The proposer shall furnish one (1) original and four (4) copies of a proposal that at a minimum contain
the following required information:
Section 1 - Company Information
1) Provide name, address, contact (office and emergency contact) information for the prime and all
sub-contractors.
2) Provide copies of the appropriate State and/or City licenses for the prime and sub-contractors (if
applicable ).
Section 2 - Company ExperiencelReferences
1) Provide company history, number of years in business, the main focus of the company, etc.
2) Provide for each project references of projects you have completed similar in scope within the last
three (3) years, including: client name, client contact information, description of service, project
budget, and date completed.
3) Describe the type and quantity vehicles, equipment to be used on this project.
4) State and describe any litigation to which the Contractor was a party to and the outcome for the past
three (3) years.
Section 3 - Project Proposal
1) Provide a lump sum amount for items listed on the PROPOSAL FORM, including acknowledgement
of any addenda issued.
2) Provide descriptive literature and/or brochures depicting the manufacturer and type of roof materials
proposed.
Section 4 - Insurance
1) Provide proof of insurance meeting or exceeding the City's requirements contained herein. Provide
a sample insurance certificate from the current insurer containing the details of the policy.
RFP #06-002
5
B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance
Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905-3100, extension
1516 and fax (407) 656-3501 or email jtolbert@ci.ocoee.fl.us, and shall be received not later than
March 21, 2006. Any clarifications/changes will be made in the form of written addenda only, issued by
the Finance Department. Proposers shall not contact other City staff or other City consultants for
information before the award date. Any contact with any other member of the City Staff, City
Commission, or its Agents during this time period may be grounds for disqualification.
C. This RFP must be received as one (1) original and four (4) copies of the required RFP documents only,
by the Finance Department not later than 2:00 P.M., local time, on April 5,2006. RFP's received by
the Finance Department after the time and date specified will not be considered, but will be returned
unopened. "Postage Due" items will not be accepted. RFP's or any information transmitted by fax or e-
mail will not be accepted. RFP's shall be delivered in a sealed envelope, clearly marked with the RFP
number, title, and opening date and time to:
City of Ocoee
Finance Department
Attention: Purchasing Agent
150 N Lakeshore Drive
Ocoee, FL 34761-2258
D. RFP's will be reviewed by a 3-member selection committee appointed by the City Manager and will be
ranked in accordance with the established evaluation criteria. Date, time, and location of any scheduled
selection committee meeting(s) for this RFP will be announced publicly. The selection committee shall
recommend ranking of the proposals and recommendation for selection to the City Commission for
approval. Please be aware that all City Commission meetings are duly noticed public meetings and all
documents submitted to the City as a part of a bid constitute public records under Florida law.
E. All Proposers shall thoroughly examine and become familiar with the this RFP package and carefully note
the items which must be submitted, such as bid security, list of References/Experience, list of
Subcontractors, equipment listing, summary of litigation, any other information specifically called for in this
RFP.
F. Submission of a proposal shall constitute an acknowledgment that the proposer has complied with
Paragraph E. The failure or neglect of a proposer to receive or examine a document shall in no way
relieve it from any obligations under its proposal or the contract. No claim for additional compensation will
be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or
the scope of work. All items quoted shall be in compliance with the contract documents/scope of work.
G. A Non-Mandatory Pre-Proposal Conference will be held on March 21, 2006 at 10:00 A.M., local time
at the City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, FL 34761. A site visit will immediately
follow the pre-proposal conference. All questions, comments and concerns shall be presented at the Pre-
Proposal Conference, and no further questions will be accepted following the pre-proposal conference. All
respondents will be held liable for contents as presented at the Pre-Proposal Conference.
RFP #06-002
6
H. Any response by the City to a request for clarification or correction will be made in the form of a written
addendum which will be mailed, e-mailed or faxed by Demandstar to all parties to whom the RFP package
have been issued. The City reserves the right to issue Addenda, concerning date and time of review
committee meeting, clarifications, or corrections, at any time up to the date and time set for RFP
submission. In this case, RFP's that have been received by the City prior to such an addendum being issued,
will be returned to the proposer, if requested, unopened. In case any proposer fails to acknowledge
receipt of any such Addendum in the space provided on the Addendum and fails to attach the
Addendum to their proposal, its' proposal will nevertheless be construed as though the Addendum
had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the
receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written
Addenda shall be binding on the City. Proposers are cautioned that any other source by which a proposer
receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City.
I. Any of the following causes may be considered as sufficient for the disqualification and rejection of a
proposal:
a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership or
corporation under the same or different name. For purposes of this subparagraph, firms, partnerships
or corporations under common control may be considered to be the same entity;
b) Evidence of collusion between or among the proposers;
c) Being in arrears on any existing contracts with the City, or litigation with the City or having
defaulted on a previous contract with the City;
d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on
prior projects which, in the City's judgment and sole discretion, raises doubts as to the proposer's
ability to properly perform the work; or
e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify
disqualification of proposer or the rejection of its proposal.
No proposal may be withdrawn and all proposed prices shall remain firm for a period of ninety
(90) days after the time and date scheduled for the proposal deadline.
The City reserves the right to accept or reject any or all proposals, to waive informalities or
irregularities, to request clarification of information submitted in any proposal, or to readvertise
for new proposals. The City may accept any item or group of items of any proposal.
The City will make an Award, in its absolute and sole discretion to the most responsible and
responsive proposer whose proposal, in the City's opinion, will be most advantageous to the City,
price and other factors considered. The City reserves the right, to aid it in determining which
proposal is responsible, to require a proposer to submit such evidence of qualifications as the City
may deem necessary, and may consider any evidence available to the City of the financial,
technical, and other qualifications and abilities of a proposer, including past performance
(experience) with the City and others. The City Commission shall be the final authority in the
award of any and all proposals.
RFP #06-002
7
GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
a) Each proposal must be accompanied by a cashier's/certified check upon an incorporated bank or
trust company or a bid bond in an amount equal to $1,000.00. A combination of any of the former is
not acceptable. Cash or company check will not be accepted as bid security. The cashier's check or
bid bond is submitted as a guarantee that the Respondent, if awarded the Contract, will after written
notice of such award, enter into a written contract with the City, and as a guarantee that the
Respondent will not withdraw its proposal for a period of ninety (90) days after the scheduled
closing time for the receipt of proposals, in accordance with the accepted proposal and RFP
documents.
b) In the event of withdrawal of said proposal within ninety (90) days following the opening of
proposals, or Respondent's failure to enter into said contract with the City or failure to provide the
City with other requirements of the contract documents or the RFP invitation after issuance of
Notice of intent or recommendation to award by the City, then such Respondent shall be liable to the
City in the full amount of the check or bid bond and the City shall be entitled to retain the full
amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated
damages and not a penalty.
c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable
to the City and authorized to do business in the State of Florida and signed by a Florida licensed
resident agent who holds a current Power of Attorney from the surety company issuing the bond.
d) The cost of the required bond and required insurance coverage is to be included in the Respondent's
overhead and is not eligible for reimbursement as a separate cost by the City.
e) The checks of the three (3) most favorable Respondents will be returned not later than three (3) days
after the City and the successful Respondent have executed the contract for work. The remaining
checks will be returned within thirty (30) days after the opening of proposals. Bid Bonds will be
returned upon request following the same criteria as a check.
2. PERFORMANCE AND PAYMENT BONDS
None Required.
3. DEFAULT:
As a result of proposals received under this Invitation, the award of the contract may be based, in whole
or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the
delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the
other provisions of the specifications and/or other contract documents, the City may declare the
Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor
in default and the contract in whole or in part, the City may procure and/or cause to be delivered the
equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be
liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared
in default of a portion of the contract, the Contractor shall continue the performance of the contract to
the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply
with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the
Contractor with written notification of its intention to terminate for default unless prescribed
deficiencies are corrected within a specified period of time. Such notification shall not constitute a
waiver of any of the City's rights and remedies hereunder.
RFP #06-002
8
4. PATENT INDEMNITY:
Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers,
agents, and employees against liability, including costs and expenses for infringement upon any letters
patent of the United States arising out of the performance of this Contract or out of the use or disposal
by or for the account of the City or supplies furnished or construction work performed hereunder.
5. PRICING:
Pricing should be provided as indicated on the Scope of Work/Price Proposal Form attached, to include
any alternate proposals. Please note that alternate proposals will not be accepted unless specifically
called for on the Scope of Work/Price Proposal Form. A total shall be entered for each item proposed.
In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be
correct. Cost of preparation of a response to this proposal is solely that of the Respondent and the City
assumes no responsibility for such costs incurred by the Respondent.
By submission of this proposal, the proposer certifies, and in the case of a joint proposal, each party
thereto certifies as to its own organization, that in connection with this procurement:
a) The proposer represents that the article(s) to be furnished under this RFP is (are) new and unused
(unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness.
b) The prices in this RFP have been arrived at independently, without consultation, communication, or
agreement for the purpose of restricting competition, as to any matter relating to such prices with
any other proposers or with any competitor;
c) Unless otherwise required by law, the prices which have been provided in this RFP have not been
knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to
opening, directly or indirectly to any other proposer or to any competitor;
d) No attempt has been made or will be made by the proposer to induce any other person or firm to
submit or not to submit a proposal for the purpose of restricting competition. Every contract,
combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida
Statutes, Section 542.18 and all applicable federal regulations);
e) Proposer warrants the prices set forth herein do not exceed the prices charged by the Proposer under
a contract with the State of Florida Purchasing Division; and
f) Proposer agrees that supplies/services furnished under this price proposal, if awarded, shall be
covered by the most favorable commercial warranties the proposer gives to any customer for such
supplies/services and that rights and remedies provided herein are in addition to and do not limit any
rights offered to the City by any other provision of the contract award.
6. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in making
awards, except that discounts for payments within less than 30 days will not be considered in
evaluation of proposals. However, offered discounts will be taken for less than 30 days if payment
is made within discount period.
b) In connections with any discount offered, time will be computed from date of
delivery and acceptance at destination, or from the date correct invoice is received
in the office of Finance, whichever is later. Payment is deemed to be made, for
the purpose of earning the discount, on the date of City Check.
RFP #06-002
9
7. SAMPLES:
Samples of items, when required, must be furnished free of expense to the City and if not called for
within fifteen days from date of RFP closing date, same will be disposed of in the best interest of the
City.
8. AWARD & EVALUATION CRITERIA:
The contract will be recommended to be awarded to the overall most responsive and responsible
proposal according to the following criteria:
1. Quality of material, workmanship, and length of warranty (0 - 25 points)
2. Project cost (0 - 35 points)
3. Previous similar experience, licensing, and references (0 - 15 points)
4. Project schedule & effect on City operations during construction (0 - 20 points)
5. Overall proposal (0 - 5 points)
The City of Ocoee may waive technicalities or irregularities, reject any or all proposals, and/or accept that
proposal(s) that is in the best interest of the City, with price, qualifications and other factors taken into
consideration. The City reserves the right to award the Contract to the Contractor which, in the sole discretion
of the City, is the most responsive and responsible Contractor, price, qualifications and other factors considered.
However, the City specifically reserves the right to accept other than the lowest responsible and responsive
proposal when the City considers that to be, in its sole and absolute discretion, in the best interests of the City.
9. LITERATURE:
If required by the proposal, or the specifications, descriptive literature/brochures shall be included with
this proposal in order to properly evaluate make/model offered. Proposals submitted without same may
be considered non-responsive and disqualified.
10. PROTESTS:
The City's FinanceIPurchasing Department will consider Protests seeking contract award, damages,
and/or any other relief. Any proposer seeking to file a Bid Protest SHALL use the following
procedures:
1. A proposer SHALL file a written Protest under this Article, or be barred any relief.
2. A Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of
the Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief
requested; and (c) The Protest shall be filed with the Purchasing Agent not later than three (3) calendar
days after the posting of the notice of intent to award or recommendation of award by staff.
RFP #06-002
10
3. After a Protest has been properly filed with the City, the City, by and through its
Finance/Purchasing Department shall make a determination on the merits of the protest not later than
five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed
with the award of the Contract unless enjoined by order of a Court of competent jurisdiction.
4. A Protest SHALL be limited to the following grounds: (a) issues arising from the procurement
provisions of the Project Manual and/or the Proposal Package or Contract Documents; and/or (b)
applicable federal, state or local law. No Protest may be based upon questions concerning the design
documents. The proposer shall clarify all such questions concerning the design of the project prior to
submitting its proposal.
11. PAYMENT TERMS:
Payment will be based upon monthly draws equal to the percentage of work complete less 10%
retainage to be paid when job is complete, except the retainage will be reduced to 5% of each progress
payment at the point where the project is 50% complete, unless otherwise stated in the contract. See
Scope of Services/Assignment Procedures Section. Payment for work completed will be made within
(30) days of approved invoice.
No payment will be made for materials ordered without proper purchase order authorization
Payment cannot be made until materials, goods or services, have been re-
ceived and accepted by the City in the quality and quantity ordered.
Any contract resulting from this solicitation is deemed effective only to the extent of
appropriations available.
The City of Ocoee, Florida has the following tax exemption certificates assigned:
. Florida Sales & Use Tax Exemption Certificate No. 58-00-094593-54C; and
. The City is exempt from federal excise, state, and local sales taxes.
12. CONTRACT:
The successful Respondent hereinafter referred to as "Contractor" will be required to enter into a
contract with the City. The City may in its sole discretion award any additional work, whether in the
existing areas, or in any additional area, or any additional area, to any third party, or such work may be
performed by the City's employees. Contractor will be expected to cooperate with any or all other
Contractors who may be performing work for the City. The form of Contract will be the standard AlA
AI05 form of Contract that has been modified for use by the City for this Project. Contract time to be
ninety (90) calendar days to final completion from the Notice to Proceed.
13. SAFETY REQUIREMENTS:
The respondent guarantees that the services to be performed and the goods to be provided herein, shall
comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees,
including without limitation such of the following acts as may be applicable: Federal Consumer Product
Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous
Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental
regulations.
RFP #06-002
11
a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S.
Department of Labor, Occupational Safety and Health Administration (OSHA) Construction
Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction
work.
b) The prime contractor is not only responsible for the safety aspects of his operation and employees,
but also that of all subcontractors on the job site.
c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and
ambulance services are posted (copy to Human Resources Director, City of Ocoee) and that a first
aid kit is available.
d) All individuals are required to wear hard hats on all construction sites.
e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats,
safety glasses, respirators, ear protection, long pants and shirts, etc.).
f) Observe the speed limit on City property.
g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In
some cases, bracing, shoring and sloping may be required.
h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement.
i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear
protection as well as to ensure that all unauthorized personnel are well clear.
j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and
combustible materials cleaned up.
k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c
) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance
with OSHA 1926.550 and ANSI B30.5.
1) Construction material shall not be stored so as to block exits.
m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent
wiring of the building.
n) Personal fall protection must be provided at elevations exceeding ten (10) feet.
0) Per City Ordinance, any Contractor using construction dumpsters within the
City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc.
14. DRUG-FREE WORKPLACE:
If applicable, provide a statement concerning the respondent's status as a Drug-Free Work Place or
evidence of an implemented drug-free workplace program.
15. CERTIFICATION OF NON-SEGREGATED FACILITIES
The respondent certifies that it does not and will not maintain or provide for the Respondent's
employees any segregated facilities at any of the Respondent's establishments and that the Respondent
does not permit the Respondent's employees to perform their services at any location, under the
Respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach
of this certification will be a violation of the Equal Opportunity clause in any contract resulting from
acceptance of this Proposal. As used in this certification, the term "segregated facilities" means any
waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots,
drinking facilities provided for employees which are segregated on the basis of race, color, religion,
national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the
Respondent has obtained identical certification from proposed contractors for specific time periods) the
Respondent will obtain identical certifications from proposed subcontractors prior to the award of such
RFP #06-002
12
contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,
and that the Respondent will retain such certifications in the Respondent files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as
amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and
implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated
herein.
16. STATEMENT OF AFFIRMATION AND INTENT:
The Respondent declares that the only persons or parties interested in their proposal are those named
herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion
with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity
has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken
any action in restraint of free competitive pricing in connection with the entity's submittal for the above
project. This statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
The Respondent certifies that no City Commissioner, other City Official or City employee directly or
indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by
the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or
benefit does not include ownership or benefit by a spouse or minor child.)
The Respondent certifies that no member of the entity's ownership or management is presently applying
for an employee position or actively seeking an elected position with the City. In the event that a
conflict of interest is identified in the provision of services, the Respondent agrees to immediately notify
the City in writing.
The Respondent further declares that a careful examination of the scope of services, instructions, and
terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions
of the RFP documents, and will meet or exceed the scope of services, requirements, and standards
contained in the RFP documents.
Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations
with the City, Respondent offers and agrees that if this negotiation is accepted, the Respondent will
convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it
may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for
price fixing relating to the particular commodities or services purchased or acquired by the City. At the
City's discretion, such assignment shall be made and become effective at the time the City tenders final
payment to the Respondent. The proposal constitutes a firm and binding offer by the Respondent to
perform the services as stated.
17. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as
defined by Section 287.012(16), Florida Statutes, and any contract document described by Section
287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph
(2)(a) of Section 287.133, Florida Statutes, which reads as follows:
RFP #06-002
13
"A person or affiliate who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of public
building or public work, may not submit proposals on leases of real property to a public entity, may not
be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with
any public entity, and may not transact business with any public entity in excess of the threshold amount
provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list."
All bidders that submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that
they have read the previous statement and by signing the bid documents are qualified to submit a
bid under Section 287.133, (2)(a), Florida Statutes.
18. PERMITS/LICENSESIFEES:
a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate
payments will be made
b) The Contractor shall be responsible for filing the necessary permit application with the City's
Building Department. The City permit fees are waived for this purpose. The Contractor shall be
responsible for scheduling, attending, and completing all necessary inspections to satisfy the permit
requirements.
c) The City requires a City of Ocoee registration if permitting is required. Please contact the City's
Protective Inspections Department at (407) 905-3100 extension 1000, directly for information
concerning this requirement.
d) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility
of the contractor. See "Scope of Services" section.
e) All Contractors and sub-contractors proposed for this project shall be fully licensed in their
discipline in the State of Florida as required by Florida law. A copy of the license for the prime and
all sub-contractors shall accompany the proposal. Failure of the firm to follow the guidelines
specified above may result in disqualification from the selection process.
19. INSURANCE TERMS & CONDITIONS:
The Contractor shall not commence any work in connection with the Agreement until all of the following types of
insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow
any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor
has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by
companies authorized by subsisting certificates of authority issued to the companies by the Department of
Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or
better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies
authorized as a group self-insurer by F.S. 440.57, Florida Statutes.
a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which
may represent a deductible in any insurance policy. The payment of such deductible shall be the sole
responsibility of the General Contractor and/or subcontractor providing such insurance.
b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's
Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the
Contractor's employees connected with the work of this project and, in the event any work is sublet, the
Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. Such
insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees
engaged in hazardous work under the Agreement for the City is not protected under the Workers'
RFP #06-002
14
Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate
insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected.
. Include Waiver of Subrogation in favor of the City of Ocoee
c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of
this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as
an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury,
including accidental death, as well as claims for property damages which may arise from operations under this
Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the
Contractor, and the amounts of such insurance shall be the minimum limits as follows:
1) Automobile Bodily Iniury Liability & Property Damage Liability
. $1,000,000 Combined single limit per occurrence (each person, each accident)
. All covered automobile will be covered via symbol 1
. Liability coverage will include hired & non-owned automobile liability
. Include Waiver of Subrogation in favor of The City of Ocoee
2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an
additional insured and should indicate that the insurance of the Contractor is primary and non-contributory.
. $2,000,000 GENERAL AGGREGATE
. $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE
. $1,000,000 PER OCCURRENCE
. $1,000,000 PERSONAL & ADVERTISING INJURY
. Include Waiver of Subrogation in favor of the City of Ocoee
3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation
Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this
subcontract, insurance of the type specified above or insure the activities of these subcontractors in the
Contractor's policy, as specified above.
4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the
named insured's liability that arises out of operations performed for the named insured by independent
contractors and are directly imposed because of the named insured's general supervision of the independent
contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the
following limits: $1,000,000 per occurrence, $2,000,000 aggregate, and naming the City of Ocoee as the
Named Insured.
5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual
liability coverage to insure the fulfillment of the contract. NOTE: WITH RESPECT TO PUBLIC
LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE
NAMED AS ADDITIONAL INSURED.
. $1,000,000 PER OCCURRENCE
. $2,000,000 AGGREGATE
6) Commercial Umbrella:
. $1,000,000 PER OCCURRENCE
. $2,000,000 Aggregate
. Including Employer's Liability and Contractual Liability
7) Builders Risk:
. $100,000 Any (I) Location
. $1,000,000 Any (I) Occurrence
8) Certificates ofInsurance: Certificate ofInsurance Form (see sample attached), naming the City of Ocoee as an
additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the
RFP #06-002
15
authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated
and show:
· The name of the Insured contractor, the specific job by name and job number, the name of the insurer,
the number of the policy, its effective date, its termination date.
· Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material
changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation
for non-payment of premium.
RFP #06-002
16
M;Q!10. CERTIFICATE OF LIABILITY INSURANCE OP 10 J~ DATE IMlMDDIYYYY)
l'RAZX.1 11/04/04
I "RODUCIJI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
I HOUlER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAlC.
l..iURio--.- ..---- -\
INSURER k aM a.n ..t.iA9. a.~ 01' ..u..:-
INSURER B;
i~~~;:;tor'8 Name ., -------
INSlJRER ~
_0' ,.-
"",~E,
THE POlICIES Of iHSURAHCe LISTED BELOW HAVE BEEN ISSUED TO ,"",E lftSURED NAMED ~ POR THE POlICY PERIOD INDICATED. N01WfTHS1AHOING
NN REQUIREMENT, TERM OR CONOlTION OF AHV CONTRACT OR OTHER DOCUMENT WITH ReSPECT TO W~IC~ l"HIS CERTIFICATE MAV aElSSUED OR
1M Y PERTAIN, THe IHSUAAHCE AFfORDED BY THE POLICIES 0ESCRI8E0 HEREIN 18 SU8JECT TO AU l1-IE TERMS. EXCLUSIONS AHO CONOfT10NS OF SUCH
POUCIES. AGGREGATE lUTS SHOWH WlY HAVE BEEN RE!)lX;EO 8Y PAolO CLAIMS --
L TR r....~ mol ~'IHSUIWlC' "T" I'OlICY HU...... DA DAT LIIMTS
\ ! GENERAL LlA8O.fTY I I I ~ OCC\lfUlfHCE .1,000,000
_ X tfL.~MMERClAl GENERAL lIA81UTY I PA.EM1SE-9 ~.eet'UfttICIIl 150,000
I :=J cwus MADE [;] OCCUR i MEOE.XPjMyanel*lOf'I) 15,000
I .. .. PERSONAl.." AUV INJU~V $1,000,000
I GENEAAlAGGREGAT'E .2,000,000
I GEN'L "'G~rilE~lIUrr '~7~:!~t,PER PROCUCTS . coWPJOP AGG '$2.000,000
n POLICY X ~ l.OC
AUTOM08IU l,.1AIS1IJT'Y COMIIINEC SINGLE lIMIT $1,000,000
'-
..!.. ANV AUTO I (EiI.g;idenll
- All OWNED AUTOS DOOM.. v IN./lIAV
I
SCHEOUlEC !.UTOS (PtlrpetlO"l)
-
I .!.. HIRED AU1'OS Booll,. V lIU1RY
I
.!.. NONoOWfileo AUTOS 1P4r.~)
PROPERTY OAMAGE S
I I I tP<<.ccidWtt}
=fe UASlm AUTO ONl V ' eA ACCIOENT I
ANY AUTO OTHER THAN EA ACC I
AUTO ONl V; AGG I
!XCtSSlUM8RILLA LI.A8IUTY EJt,CH OCCURRENCE $ 1.000. OOel.--1
IX !J OCCUR 0 c........ MADE lA_EGAn; 12,000,000
I r-~ oeDUCTIBlE I r . .....J
I : i AETENT10N $ i : --i
WOflKEJt5 COMPeHSATlOM AND I I !X T~i(Y\'MlTS I IO~'
EMP\.OYEJd' UA&LITY I E.l_ EACH ACQOENT 1500,000 :
AN'( PROPRJETORIPAATNERiEXECUT1VE
OF~ICEl'l.fMeMB€R EXClUOED1 I E.' DISEASE. EA E~P'OYEE . 500. 000
~~:~vr:~s below : E.L. OtSE,A,SE - POLICY UMli ..-
, 1500,000
01H!1lI I
Builders Risk Any 1 Loc 1 00, (XX)
i Anv 1 Occ 1,000,000
DESCRIPTION OF OPfRAnONSI LOCATIONS I V'EHlCI..E81 EXCI.1Jt1ON8 ADDED IV EMOORSEMEHT '81t1CW. PRQYlSIONS
The insurance evidenced by this certificate shall nama the certificate
holderl .a an additional in8ured on the Qeneral Liability & Umbrella
Liabili ty. Workers' Compen.ation, Bmployers' Liability & aenerel Liability
shall contain a Waiver of Subrogetion in favor of the cartificete ho1d8r.
The certificete holder is added a8 a IlIIEd :immrl fir 'BIiliEs:s RiSt.
CERTIFICATE HOLDER
COVERAGES
QCOllll01
CANCELLATION
aHOUL.D AHY Oft THI A8OV1! DlSeR/IED ,.Ol.1C1EI8e CAPWCIu..&D .11OM: me EXPlRAno...
DATE THPtIOfl, THE lSS\.NNG tHS\nt!R WILL ENDEAVOR TO MAlL !.L OAVSWRJTT'IN
NCIT1CE TO TK! C!~ATI HOt..OIR HAMID TO THE L.ur. BUT FAllURf TO 00 so I-HAlL
_ NO OIUOATlOl< OR UAIllUTY Of NIT Kll<0 11I'00 THelNSUIWl. ITS AGEHTJ OR
R!PRll8SfTATlVU.
AUT'HORUO RUUUHT ATlVi
City of Ceo..
150 N. Lake8hore Drive
Oeoee l'L 34761-2258
ACORD 25 (2001108)
Slt-MPL IF
C ACORD CORPORATION 198'
RFP #06-002
17
CITY OF OCOEE
SCOPE OF WORK/SPECIFICATIONS
RFP #06-002 REPLACEMENT OF ROOFING SYSTEMS AT
CITY HALL, POLICE STATION, AND VIGNETTI PARK BUILDING
Proiect Locations:
City of Ocoee City Hall
150 North Lakeshore Drive
Ocoee, FL 34761
City of Ocoee Police Station
175 North Bluford Avenue
Ocoee, FI. 34761
City of Ocoee Vignetti Park Building
1910 Adair Street
Ocoee, FI. 34761
Scope of Work:
The City of Ocoee requires replacement of the existing three (3) roofing systems at City Hall, the Police
Station, and the Vignetti Building as listed under project locations above. The scope of work shall
include all labor, material, installation, repair, clean-up, for a complete installation. All work shall be in
accordance with Section 07410 - Manufactured Roof Panels and Section 07300 - Asphalt Shingles
provided in Exhibits A & B attached. The work shall include, but not limited to the following:
1. It shall be the Contractor's responsibility to examine the existing roof structures at each location,
determine the appropriate method of construction, determine all quantities of material required,
determine and propose the project schedule, and determine and propose the lump sum price for a
complete construction.
2. The contractor is responsible for making a site visits to determine square footage and necessary
work, i.e. removal of existing roof, etc. and in order to become familiar with all conditions to
perform a complete and full inspection of the substructure to determine the need for repairs. Any
variation that requires physical changes shall be brought to the attention of the Owner. A
drawing of the measurements or estimate must be included.
3. Contractor shall submit a full roof permit to the City ofOcoee Building Department and follow
all required codes, methods, and inspections. The permit fees are waived, however, the
compliance with the City's Building Codes are strictly enforced.
4. Contractor's failure to meet permit requirements shall not constitute grounds for additional fees
or project time.
S. Contractor shall propose the method of construction including removal of the existing roof prior
to installation of the new roof based on the manufactures standards for that product. The
contractor must follow the manufacturer's standards on removal of the roof or laying the new
roof over the old roof.
RFP #06-002
18
6. Contractor shall maintain the job site and the area free of trash and debris. All waste materials
shall be kept in containers and shall be removed from the site regularly during the construction.
All waste material shall be removed and all areas shall be restored to the satisfaction of the City
prior to substantial completion and prior to final acceptance. The contractor shall be responsible
for providing a dumpster, supplied by the city's commercial contractor Onyx Waste Services, for
disposal of all construction site debris as necessary.
7. Contractor shall determine and propose the method of construction which minimizes the effect
on City's daily operations.
8. The contractor is also responsible for securing the work area for safety reasons prior to
completing work each day according to all applicable Local and State Ordinances and Statutes.
9. The contractor must also secure the site before retiring each day from any weather intrusion,
including wet weather in order to secure the contents of the building from any water or wind
damage.
10. Lump Sum proposal prices must be reflective of all work necessary to complete the project in
full including all labor and materials and to complete the required repairs and complete the
project in its entirety are required.
11. Contractor shall utilize the price forms for each location and alternative as provided with this
document.
12. The metal roof alternative shall be standing seam and the asphalt shingle shall be architectural
type.
13. Both the standing seam and architectural asphalt shingle alternatives shall be priced based on
choice of colors selected by the City. Contractor shall present samples and color chart for the
selection by the City.
14. All work shall comply with State and Local codes and ordinances.
RFP #06-002
19
RFP #06-002
PRICE PROPOSAL FORM
Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a
proposal on only one (1) type of system for each line item that best meets the specifications. City maintains
the right to mix and match the proposal items to meet budget constraints.
ITEM #1
CITY HALL - STANDING SEAM METAL ROOF
TOTAL LUMP SUM PROPOSAL $
dollars and
cents
Manufacturer:
Type of Roof:
Warranty on Materials:
Warranty on Workmanship:
AL TERNA TE #1
CITY HALL - ARCHITECTURAL ASPHALT SHINGLES
TOTAL LUMP SUM PROPOSAL $
dollars and
cents
Type of Roof:
Manufacturer:
Warranty on Materials:
Warranty on Workmanship:
- - - - - - - - - - - - - - - - - - - - - --
Company Name
Date
Contractor's License Number
Authorized Officer (print)
Authorized Signature
RFP #06-002
20
ITEM #2
POLICE STATION - STANDING SEAM METAL ROOF
TOTAL LUMP SUM PROPOSALS
dollars and
cents
Manufacturer:
Type of Roof:
Warranty on Materials:
Warranty on Workmanship:
AL TERNA TE #2
POLICE STATION -ARCHITECTURAL ASPHALT SHINGLES
TOTAL LUMP SUM PROPOSALS
dollars and
cents
Type of Roof:
Manufacturer:
Warranty on Materials:
Warranty on Workmanship:
----------------------
Company Name
Date
Contractor's License Number
Authorized Officer (print)
Authorized Signature
RFP #06-002
21
ITEM #3
VIGNETTI BUILDING - STANDING SEAM METAL ROOF
TOTAL LUMP SUM PROPOSAL $
dollars and
cents
Manufacturer:
Type of Roof:
Warranty on Materials:
Warranty on Workmanship:
AL TERNA TE #3
VIGNETTI BUILDING - ARCHITECTURAL ASPHALT SHINGLES
TOTAL LUMP SUM PROPOSAL $
dollars and
cents
Manufacturer:
Type of Roof:
Warranty on Materials:
Warranty on Workmanship:
- - - - - - - - - - - - - - - - - - - - - --
Contract Time: Ninety (90) calendar days from the date of the Notice to Proceed.
ACKNOWLEDGMENT OF ADDENDA:
Respondent acknowledges receipt of the following addenda:
Dated
Dated
Dated
No.
No.
No.
Company Name
Date
Contractor's License Number
Authorized Officer (print)
Authorized Signature
RFP #06-002
22
RFP #06-002 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR
PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP
INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/PROPOSAL FORM" ARE
ACCURA TE AND WITHOUT COLLUSION.
COMPANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
AUTHORIZED SIGNATURE (manual)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
ST ATE
ZIP
FEDERAL ID #
_Individual _Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this
day of
,20_
Personally Known
or
Produced Identification
Notary Public - State of
County of
(Type ofIdentification)
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
RFP #06-002
23
EXHIBIT A
SECTION 07410
MANUFACTURED ROOF PANELS
PART1-GENERAL
Applicable provisions of Division Zero and Division One, govern work under this Section.
1.01 DESCRIPTION
A. Work included: Labor, material, and equipment necessary to furnish and install
Preformed prefinished metal roofing system. System shall include, but is not limited to, pans, caps,
end caps, clips, rake flashing, receiver strips, snap-on covers, fasteners, tapes, sealants, gutter and other
items.
1.02 DESIGN CRITERIA
A. Design installation in compliance with FM 1-28 and 1-31 fastening requirements, but not less than
Class 1-90.
B. Design system to provide for movement of components without causing buckling, failure of joint
seals, undue stress on fasteners or other detrimental effects when subject to seasonal temperature
ranges.
1.03 SUBMITTALS
A. Manufacturer's Data: Submit manufacturer's data sheets on products proposed to be used.
Manufacturer's data to include roof panels, flashings. sealants, and accessories. Submit test data
performed by industry recognized, independent testing laboratory, indicating influence of wind loads
and water upon proposed system. Test results must demonstrate compliance with Contract Documents
and applicable building code requirements. Submit copies of proposed warranties.
B. Shop Drawings: Submit shop drawings showing roof plans and details of assemblies proposed to be
used, for each specific condition of the project. Layout roof panels. Indicate clip spacing required for
field, perimeters, and comers. Include large scale details for edge conditions, joints, comers, custom
profiles, supports, anchorages, trim, flashings, collars, sleeves, closures, and special details.
Distinguish between factory and field assembly work.
C. Submit documentation from roof system manufacturer that proposed roof system installation meets
FM 1-28 and 1-31 fastening requirements.
D. Samples: Submit 2 samples 12 inches square, of each exposed finish material: submit 2 samples of
each type of fastener: submit 2 samples of each clip: submit 2 samples of each type of sealant: closure
piece and trim.
1.04 DEFINITIONS
A. Comer: The area defined as the portion of the roof beginning at the intersection of two roof edges and
proceeding in both directions, having sides equal to the greater of 0.4 times the building's height or
8.5 feet.
B. Perimeter: The area described as the outer boundary of the roof with a width equal to the smaller of
0.4 times the building's height or 0.1 times the building's width.
RFP #06-002 24
C. Roof Field: The remainder of the roof not included in the comer and perimeter areas.
1.05 WARRANTY
A. Provide 2 year guarantee covering faulty installation. Guarantee period shall commence from date of
Substantial Completion and shall provide for repair or replacement of roofing system as required
keeping roof free of leaks at no additional cost to Owner. Guarantee must cover ordinary wear and tear
of elements, and defects due to faulty materials or workmanship.
B. Provide 20 year finish warranty from preformed metal roofing manufacturer. Warrant finish color
coating shall not chalk, fade, crack, peel or otherwise lose adhesion.
PART 2- PRODUCTS
2.01 METAL ROOF
A. Metal Roofing Panels: Formed steel sheets conforming to ASTM A 446, Grade C, coating class G-90 hot dip
zinc galvanized. Steel sheets shall be minimum 24 gage, but in no case lighter than required to meet the load,
span and deflection requirements specified herein.
1. Trim shall be formed sheet metal of gage, finish and color to match panels.
2. Fastener clips shall be G-90 galvanized steel, secured with corrosion resistant fasteners.
3. Standing seam shall have manufacturer's snap on seam with an extruded vinyl weather seal or have a
manufacturer installed butyl sealant within the standing seam.
B. Finish: 70% Kynar 500/Hylar 5000 coating system. Colors to be selected by the City of Ocoee from the
manufacturer's standard color chips guide. Field touch-up paint to be air dry Kynar 500/Hylar 5000, color to
match.
C. Potential manufacturers: Subject to compliance with requirements of the Contract Documents, manufacturers
with products that may be incorporated into the work include, but are not limited to the following:
1. MBCI - Superlok, Interlok (16"): Basis of Design.
2. AEICOR.
3. AEP Span
4. Atlanta Metal Products
5. Butler Standing Seam Roof Systems
6. Centria
7. Englert Metal Roofing
8. Metfab
2.02 INSULA nON/SHEA THING
A. Extruded-Polystyrene Board Insulation: Rigid, cellular, thermal insulation formed from polystyrene base
resin by an extrusion process to comply with ASTM C 578, Type IV.
B. Polyisocyanurate Board insulation: Preformed, rigid, cellular, polyisocyanurate thermal insulation
complying with ASTM C 591, Type 2.
C. Sheathing: Acceptable to metal roof manufacturer to meet uplift fastening requirements.
D. Composite Panel: Engineered product, combing insulation and sheathing. Thickness of sheathing
component acceptable to roof manufacturer to meet uplift fastening requirements.
2.03 MISCELLANEOUS MATERIALS
A. Accessories: Sheet metal flashings, collars, sleeves, trim, moldings, closure strips, caps, clips, and other
similar sheet metal accessories used in conjunction with preformed roof panels shall be of the same material
and finish as used for the roof panels, or manufacturer's standard extrusions with matching finish. Metal
RFP #06-002
25
shall be of thickness not less than that used for the roof panels. Molded closure strips shall be of closed cell
type, of solid synthetic rubber, neoprene or polyvinyl chloride, premolded to match the configuration of the
preformed roof panels, and shall be protected and supported by a formed metal closure manufactured from
the same material as the roofing.
B. Framing: Framing shall be minimum 22 gage, hot dip galvanized steel.
C. Joint Sealants: Sealants shall be of roof manufacturer's recommended type to provide a weathertight
installation as specified in Section 07920.
D. Sealant Tape: Pressure sensitive 100 percent solids polyisobutylene compound sealing tape with release
paper backing. Sealant tape shall be permanently elastic, non-sag, non-toxic, and non-staining.
E. Underlayment: ASTM D226, 30# non-perforated asphalt saturated roofing felt.
F. Slip Sheet: 20#, rosin sized building paper.
G. Fasteners: Fasteners to be manufacturer's standard, complying with FM 4470 for corrosion resistance.
H. Miscellaneous materials: Provide other materials required for a complete installation as recommended by
preformed metal roof panel manufacturer.
PART 3 - EXECUTION
3.01
A.
B.
3.02
A.
B.
INSPECTION
Inspect roof deck to verify deck is clean and smooth, free of depressions, waves or projections, properly
sloped to eaves, solidly supported and secured.
Verify roof openings, curbs, pipes, sleeves, ducts, or vents through roof are solidly set, cant strips and
reglets are in place, and nailing strips are properly located.
INST ALLA TION
Install metal roofing, fasteners, trim, flashings, and related sealants in accordance with Contract
Documents, approved shop drawings and as may be required for a weathertight installation.
Mechanically fasten sheathing in accordance with the following fastener density requirements. Fasteners
for insulation, metal roof, or accessories may not count towards these requirements.
1. Corner: FM 1-90, plus 100% additional fasteners.
2. Perimeter: FM 1-90, plus 50% additional fasteners.
3. Field: FM 1-90
C. Install double layer felt underlayment. Install slip sheet over felt. Run underlayment and slip sheet on top
of metal eave trim.
D. Install starter and edge strips and cleats before starting installation of roofing sheets.
E. Drive fasteners normal to the surface and to a uniform depth. No exposed fasteners are to be used.
F. Install roof panels. Lap, lock, cleat, seam, and seal joints. Use rubber asphalt bedding compound for
joints between metal and substrate.
G. Install molded closure strips in a full bed of sealant. Top with another full bed of sealant prior to
installation of metal protective closure piece.
H. Install sealant tape between flat metal sheets, flashings, metal protective closures and substrates.
I. Interlock flashing end joints or fill with sealant as appropriate and recommended by manufacturer.
J. Fasten accessories into framing members, except as otherwise approved by metal roofing manufacturer.
3.03 PROTECTION
A. Protect surfaces against stains, discoloration, surface abrasion and other construction abuses.
B. Where metal surfaces come in contact with non-compatible metal or masonry materials, keep surfaces from
direct contact as recommended by manufacturer.
3.04 DAMAGED MATERIAL
A. Replace damaged metal roofing and trim to the satisfaction of the Owner at no additional cost.
RFP #06-002
26
B. Provide paint touch-up with manufacturer's Air Dry Kynar 500 paint for minor scratches not extending to base
metal.
C. Replace roof panels or trim with an excessive amount of minor scratches, or with any scratch extending
through to the base metal.
3.05 FINAL APPEARANCE
A. Final appearance of roof shall be flat, straight, and free from oil canning or other visual irregularities.
B. Completed installation is to be free of excessive rattles, noise due to thermal movement and wind whistles.
RFP #06-002
27
EXHIBIT B
ASPHALT SHINGLES
SECTION 07300
PARTl-GENERAL
1.1 SECTION INCLUDES
A. Asphalt roofing shingles
B. Moisture shedding underlayment, eave, valley and ridge protection.
C. Metal flashing associated with shingle roofing.
1.2 RELATED SECTIONS
A. Section 06100 - Rough Carpentry: Framing, wood decking, and roof
sheathing.
B. Section 07630 - Flashing and Sheet Metal: Sheet metal flashing not associated
with shingle roofing; gutters and downspouts.
1.1 REFERENCES
A. Florida Building Code - 2004 edition
B. ASTM D 3018 - Standard Specification for Class A Asphalt Shingles surfaced
with Mineral Granules; 1990 (Reapproved 1994).
C. ASTM D 3161 - Standard Test Method for Wind-Resistance of Asphalt Shingles (Fan-Induced
Method); 1997.
D. ASTM D 4586 - Standard Specification for Asphalt Roof Cement, Asbestos-Free; 1993.
E. UL 790 - Tests for Fire Resistance of Roof Coverings Materials; 1995.
F. UL 997 - Wind Resistance of Prepared Roof Covering Materials; 1995.
1.2 SUBMITTALS
A. Product Data: Manufacturer's data sheets on each product to be used, showing
compliance with requirements.
B. Selection Samples: Two complete sets of color cards representing
manufacturer's full range of available colors and patterns.
C. Manufacturer's installation instructions, showing required preparation and
installation procedures.
1.3 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing the roofing system
products specified in this section, with minimum of 25 years experience.
Installer Qualifications: Certified by shingle manufacturer for steep slope installation, certified to install
enhanced warranty projects.
A. Pre-installation Meeting: City of Ocoee to schedule.
B. Meeting Timing: This meeting is to take place before the start of the roofing installation.
C. Meeting Topics: Certified Contractor and Manufacturer's technical representative to review all pertinent
requirements for the specified Golden Pledge Ltd. Warranty. Set schedule for final inspections.
RFP #06-002 28
D. Final Inspection: Upon completion of project, a final inspection is to be conducted by a
manufacturer's roofing inspection. Enhanced warranty items are to be reviewed, as well as manufacturer's 40 point
inspection checklist.
1.4 DELIVERY, STORAGE, AND HANDLING
A. Store products in manufacturer's unopened labeled packaging until ready for installation.
B. Store products in a covered, ventilated area, at temperature not more than 110 degrees F (43 degrees C); do not store
near steam pipes, radiators, in sunlight.
C. Store bundles on flat surface to maximum height recommended by manufacturer; store rolls on end.
D. Store and dispose of solvent-based materials, in accordance with requirements of local authorities having jurisdiction.
1.5 WARRANTY
A. Provide 12 year Full Protection (Non-prorated coverage) warranty and Lifetime prorated material and labor coverage
warranty .
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Acceptable Manufacturer (Bases of Design): Timberline Ultra Shingles as manufactured by GAF Materials
Corporation, 1361 Alps Rd. Wayne NJ 07470. Tel: 1-888-532-5767 Email: www.GAF.com.
B. Acceptable Manufacturers include:
1. Owens Corning
2. Certainteed
C. Requests for substitutions will be considered in accordance with
provisions of Section 01600.
2.2 MATERIALS
A. Shingles: Granular surfaced glass fiber mat reinforced asphalt shingles complying with ASTM D 3018 and ASTM D
3161; UL 790 Class A rated with UL 997 Wind Resistance Label.
1. Style: GAF Timberline Ultra, with TIMBERTEX hip and ridge.
2. Color: As selected by Architect from manufacturer's full range.
B. Roof Deck Underlayment: 30# Fiberglass Reinforced, Water repellent breather type cellulose/glass fiber composite
building paper underlayment.
C. Nails: Standard round wire shingle type, zinc-coated steel or aluminum; 10 to 12 gauge, barbed or defonned shank,
with heads 3/8 inch (9.5mm) to 7/16 inch (11 mm) in diameter; length sufficient to penetrate at least % inch (19mm) into
solid wood or just through plywood or oriented strand board.
D. Plastic Cement: ASTM D 4586, Type I or II.
E. Metal Flashing: Use one of the following:
]. 24 gauge hot-dip galvanized steel sheet, complying with ASTM A 653/A653M, G90/Z275.
2. 0.032 inch (0.8 mm) aluminum sheet, complying with ASTM B 209.
3. Use metal flashings at:
a. Eave edges.
b. Rake edges
c. Stepped flashing at chimneys, side walls, and dormers.
d. Valleys
F. Plumbing Vent Boots: Lead when accepted by codes, aluminum when lead is not accepted by codes.
PART 3 EXECUTION
3.1 EXAMINATION
RFP #06-002
29
A. Do not begin installation until roof deck has been properly prepared.
B. Roof deck preparation is the responsibility of the installer; notify City of Ocoee of unsatisfactory preparation before
proceeding.
3.2 PREPARATION
A. Clean deck surfaces thoroughly prior to installation of underlayment.
3.3 INSTALLATION OF UNDERLAYMENTS
A. Install using methods recommended by manufacturer in accordance with local building code.
B. Eaves:
I. Place eave edge metal flashing tight with fascia boards; lap joints 4 inches and seal with plastic cement, nail at
top of flange.
C. Valleys:
1. Install eave protection membrane at least 36 inches wide centered on valley; lap ends 6 inches (150 mm) and seal.
2. DO NOT NAIL THROUGH flashing; secure by nailing at 18 inches (457 mm) on center just beyond edge of
flashing so that nail heads hold down edge.
E. At vent pipes, install a 24 inch (610 mm) square piece of eave protection membrane lapping over roof deck
underlayment; seal tightly to pipe.
F. At rake edges, install metal edge flashing over roof deck underlayment; set tight to rake boards; lap joints at least 2
inches (50mm) and seal with plastic cement; secure with nails.
3.4 INSTALLATION OF SHINGLES
A. Install in accordance with manufacturer's instructions and requirements of local building code.
1. Avoid breakage of shingles by avoiding dropping bundles on end, by separating shingles carefully (not by
"breaking" over ridge or bundles), and by taking extra precautions in temperatures below 40 degrees F (4 degrees
C).
2. Handle carefully in hot weather to avoid damaging shingle edges.
3. Secure with 4, 5, or 6 nails per shingle as per manufacturer's instructions or local codes.
B. Make hips and ridges using shingles required by manufacturer.
C. Make valleys using "closed" technique.
3.5 PROTECTION
A. Protect installed products until completion of project.
RFP #06-002
30