replacement city... · web viewinspection parameters all materials must be reviewed and approved...

24

Click here to load reader

Upload: trinhxuyen

Post on 15-Apr-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

CITY OF MARSHALL CITY HALL ROOF REPLACEMENT

REQUEST FOR BIDS

The City of Marshall is committed to the concept of competitive bids. All vendors are encouraged to submit bids which conform to the stated specifications, or approved equal to the specification, which in the vendor's opinion would be beneficial to the City of Marshall in terms of price and performance. The City of Marshall reserves the right to accept or reject any bid under these terms. Bidder responsiveness, availability and quality of service will be of the utmost importance in this agreement. Any bidder, who is in default to the City of Marshall at the time of submittal, shall have his bid rejected. The City of Marshall reserves the right to clarify any contractual term with the concurrence of the contractor.

PROJECT:

OWNER:

PUBLIC OPENING:

DESCRIPTION:

DOCUMENTS ON FILE:

START DATE:

City Hall Roof Replacement

City of Marshall

September 9, 2015 at 2:00 P.M. Local TimeCity Hall - Council Chambers323 West Michigan AvenueMarshall, Ml 49068

Turnkey project including, but not limited to: preparation, site clearing, disposal, materials, labor, execution, installation, and cleanup of the entire main roof at the City Hall, 323 West Michigan Ave., Marshall, MI.

City of Marshall Public Services Building900 South Marshall AveMarshall, Michigan 49068269-781-3985

Project shall begin prior to October 1, 2015.

Page 2: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points
Page 3: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

I. INSTRUCTIONS TO BIDDERSA. Bids must be typewritten or clearly printed in ink and signed by a duly-authorized

representative of the firm submitting the bid.B. Bids must be submitted in sealed envelopes, clearly marked on the outside, "City Hall

Roof”.C. Bids will be received by the City Clerk, City Hall, 323 W Michigan Ave, Marshall,

Michigan 49068, 2:00 P.M. local time, September 9, 2015. All bids will be date stamped and time marked. Bids may not be faxed or e-mailed.

D. The City of Marshall reserves the right to take other action before a contract is signed or a purchase order is approved; even after City Council accepts or approves the bid.

E. Quotes submitted in response to this invitation shall become the property of the City of Marshall and be a matter of public record and available for review.

F. Communications regarding this proposal may be directed to Kevin Redmond, Facilities Manager, 269-223-0300.

G. All work shall be performed in accordance with all MIOSHA Safety Standards in effect for the duration of the project.

H. All associated material is to be manufactured and tested in accordance with all Federal, State and Local laws and regulations in effect at the time of delivery.

I. The bidder shall warrant that all items furnished in this bid are newly manufactured and free from defects in material and workmanship for no less than five (5) years from the date of delivery. Warranty shall also guarantee accepted trade standards of quality, fitness for the intended uses and conformance to promises or specified specifications. No other expressed o r implied w a r r a n t y sha l l e l iminate t h e vendor's liability as stated herein.

II. CONDITIONS APPLCIABLE TO BIDA. Applicable Laws: The Ordinances and Charter of the City of Marshall and laws of the

State of Michigan concerning competitive bidding, contracts and purchases will be employed.

B. Taxes: The City of Marshall is generally exempt from Federal Excise and Michigan State S a l e s Tax. Prices should not include tax.

C. If the bidder elects to deviate from the specifications stated, all exceptions or other changes must be clearly noted and cut sheets provided with bid.

D. The City of Marshall does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in employment or the provisions of service.

E. Bids must stipulate a guaranteed start and completion date. All bids shall be firm for not l e s s than ninety (90) days after official opening of bids.

F. Bidders shall list an emergency contact person for all hours of the day & night, as well as w ee ke nds & holidays.

G. The successful bidder shall furnish proof of bodily injury, p r o p e r t y damage and workman's compensation insurance.

H. Bids may be withdrawn prior to the opening date and time.I. The bidder shall not divulge, discuss or compare his bid with other bidders and shall

not collude with any other bidder or parties of a proposal whatsoever.J. The bid proposal does not commit the City of Marshall to award a contract, to pay any

costs incurred in the preparation of a response to this request, or to procure or contract for services or supplies.

K. Contractor is totally responsible for complete safety on the job and job site at all times. All precautions and measures shall be taken to insure the health, safety and well-being of individual and property. All tools, material and equipment shall be secured at the end of each work day.

L. Bids should include all labor material, equipment, debris/trash removal, transportation services, permits for completion of work outlined and shall be in accordance with local codes and ordinances.

3

Page 4: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

III. CHANGES AND ADDENDA TO BID DOCUMENTSInformation of change or addendum i ssued in relation to this document wi l l be on file and available in the Office of the Purchasing Agent. In addition, to the extent possible, copies wil l be emailed to each vendor registered as having received a set of documents. It shall be the bidder's responsibility to make inquiry as to the changes o r addenda issued. All such changes o r addenda shal l become part of the contract and all bidders shall be bound by such addenda.

IV. BID RESULTSAll bids submitted in response to this invitation shall become the property of the City of Marshall and be a matter of public record available for review. A bid tabulation will be available for review after the bid opening.

V. PERMITSThe contractor shall obtain all permits and licenses required by City, State and Federal governments and pay all related fees. The contractor shall also comply with all laws, ordinances, rules and regulations of the City, State and Federal government.

VI. DELIVERYThe supplies necessary to complete this project shall be delivered and unloaded by the contractor at City Hall located at 323 West Michigan Ave, Marshall, MI.

VII. EXISTING UTILITIESOwner will arrange for disconnecting and sealing indicated utilities that serve existing structures before product clearing, when requested by Contractor. The Contractor shall verify that utilities have been disconnected and capped, if necessary before proceeding with product clearing.

Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated:•Notify Facilities Manager not less than two (2) days in advance of proposed utility interruptions.•Do not proceed with utility interruptions without Owners permission.

VIII. DISPOSALRemove roof debris and waste materials including trash, and legally dispose of them off Owner's property daily.

IX. CLEANUP AND PROTECTIONProtect structures; utilities; sidewalks; pavements; and other facilities, trees, shrubs, plantings and lawn from damage caused by roofing operations.

Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil bearing water runoff or airborne dust to adjacent properties, walkways and waterways.

Promptly remove debris created by roof work, from all areas. Remove s u r p l u s roof materials, waste material, t rash, and debris, and legally dispose of them off Owner's property.The contractor shall take precautions not to damage existing building systems during the re-roofing operations. Any damages shall be repaired by the contractor.

X. SAFETY & SECURITYThe safety of the Contractor’s employees, residents and property are solely the responsibility of the

4

Page 5: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

Contractor. The Contractor shall assume full responsibility for protection and safe keeping of materials and/or equipment stored on the premises. The Contractor shall comply with recognized health and safety standards and codes. The Contractor shall furnish structurally adequate barricades where needed to prevent accidents and losses.The Contractor shall provide and maintain on the job site, all necessary equipment to adequately protectagainst reasonably predictable and controllable losses. All ladders and equipment shall be removed and/or secured daily in order to prevent accidental injury toResidents. XI. WEATHER PROTECTIONThe Contractor shall leave all buildings watertight at the end of each work day. All roof areas to bedried-in at threat of inclement weather.Protect building interiors and all material and equipment from weather at all times. Where existingroofing is removed, have materials and workmen ready to provide adequate and approved temporarycovering of exposed areas. Temporary covering shall be attended, as necessary, to ensure effectivenessand prevent displacement of tenants.The Contractor is not to remove and/or tear off any more roofing and decking than can be replacedduring the same day’s work. Proceed with roofing and associated work only when existing andforecasted weather conditions will permit the work to be accomplished without interruption untilcompletion.

XII. CONTRACTOR USE OF PREMISES/OCCUPIED BUILDINGSThe Contractor will be working in and around buildings with occupied dwelling units. All due care shall betaken to protect the unit interiors from damage and the residents from injury due to the Contractor’swork operations. Precautions shall be taken to maintain resident access to occupied units. TheContractor will work closely with the property manager and their staff during the construction work.

Should damage occur as a result of the contractor’s work operations and/or failure to protect frominclement weather, the contractor shall take steps to repair the damage. Any damage to the existingproperty shall be repaired prior to final acceptance. This includes, but is not limited to, damage to trees, grounds, sidewalks, curbs, etc.

During the course of construction, it may be necessary to enter and work in occupied and unoccupied units. The Contractor shall coordinate and schedule the work with the facility manager.Any damages to the property during the course of construction shall be reported to the facility manager immediately.

XIII. HOIST EQUIPMENTRooftop hoisting equipment shall be properly assembled and maintained. Only employees of theContractor that are thoroughly familiar with hoisting equipment shall operate such equipment. All suchequipment shall be erected and supported so that it will not damage the existing deck or new roofing.

In the event the Contractor uses a crane, the Contractor shall submit Certificates of Insurance asrequired from the crane company prior to the erection of any cranes.

XIV. WARRANTIESCONTRACTOR’S GUARANTEE- Upon completion of the project the Contractor is to submit to the Owner a guarantee covering all items of work. All work is to be guaranteed for a period of five (5) years from the date of completion and final acceptance. The Contractor warrants that all work performed under this contract conforms to the contract requirements and is free from any defective material or workmanship performed by the Contractor. Under this warranty, the Contractor shall remedy, at own expense, any such failure. Failure shall be defined as water leakage at any point within the building through the shingle roof systems. Failure shall also be defined as buckles or wrinkles, or slippage of the new roof membranes. The Contractor will be required to make temporary repairs within forty-eight (48) hours of notice of roof failure. Upon completionof temporary repairs, the Contractor will repair that area of the roof affected by the failure to the original condition within a period of seven (7) days.

5

Page 6: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

MANUFACTURER’S ROOF GUARANTEE- In addition to Contractor’s guarantee to furnish a shingle manufacturer’s limited forty (40) year warranty and a built-up roofing manufacturer’s no dollar limit roof guarantee covering workmanship and materials. Guarantee shall be for a minimum of five (5) years shall include a flashing endorsement.

XV. INSURANCEThe contractor shall maintain such insurance that will provide indemnity for claims under workers' compensation acts and employer's liability; from claims for damages because of bodily injury, including death, to all others; and from claims from damages to property, any or all of which may arise out of or result from the contractor's operations under this contract, or from any subcontractor or anyone directly or indirectly employed.

The contractor agrees to carry and to furnish certificates from its insurance carrier showing that it carries insurance in the following minimum amounts, with the City of Marshall as a named insured:

(1) Workers' Compensation - The Contractor shall take out and maintain during the life of this contract, Workers' Compensation Insurance for all of his/her employees employed at the site of the project, and in case any work is sublet, the contractor shall require the sub-contractor 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. In case any class of employees is engaged in hazardous work under the Workers' Compensation statute, the contractor shall provide and shall cause each sub-contractor to provide additional insurance satisfactory to the City of Marshall for the protection of the employee not otherwise protected. Limits for employees liability of $500,000/$500,000/$500,000.

(2) Comprehensive General Liability Insurance - The contractor shall take out and maintain during the life of this contract such Public Liability and Property Damage insurance as shall protect him/her and any sub-contractor performing work covered by the contract from claims for damages for personal injury, including accidental death, as well as from claims for property damages which may arise from operations under this contract, whether such operations be by himself/herself or by any sub-contractor or by anyone directly or indirectly employed and the amount of such insurance shall be as follows:

(a) Comprehensive General Liability Insurance - In the amount not less than $1 million combined single limit coverage for injuries, including accidental death, and Property Damage Insurance in an amount not less than $500,000 construed as including Contractor's Contingent or Protective Insurance if necessary to protect the contractor from damage arising from operations under this contract.

(b) Insurance Covering Special Hazards - The following special hazards shall be covered by rider or riders to the Public Liability and/or Property Damage Insurance policy or policies herein elsewhere required to be furnished by this contractor or by separate policies of insurance, in amounts as follows: Non-anticipated.

Certificates from the insurance carrier shall set forth the amounts of coverage, policy numbers and expiration dates, name the City of Marshall as co-insured, and also provide for ten (10) days advance written notice of cancellation or reduction in coverage. If the Contractor is self-insured, the certificate of the appropriate State agency must be furnished to the City of Marshall. The purchase of insurance or furnishing of the aforesaid certificate shall not be a satisfaction of Contractor's indemnification of the City of Marshall.

6

Page 7: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

Before performing any work, Contractor shall provide copies of the applicable insurance certificates to the City of Marshall.  Any work performed prior to presentment of an acceptable insurance certificate may not be compensable. Contractor performs work prior to the presentment of acceptable insurance certificate at their own risk .

XVI. INDEMNIFICATIONThe Contractor shall indemnify and hold harmless the City of Marshall, its council members, city manager, directors, employees and agents from and against all liabilities, claims, demands, causes of action of every kind and descriptions, damages, Losses and Litigation Expenses, including but not limited to attorney’s fees though appeals, arising out of or resulting from the performance of work in this contract, providing that any such claim, demand, cause of action, damage, Loss or expense (1) is attributable to bodily injury, disease or death, or to injury to or destruction of property including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, anyone directly or indirectly employed by the Contractor, or anyone for whose acts for any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder.  This indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the contractor under workers’ or workmen’s compensation acts, disability benefit acts or other employee benefit acts. 

XVII. INDEPENDENT CONTRACTOR The Contractor is an Independent Contractor, contracted by the City of Marshall and retains the right to exercise full control and supervision of the services, employment, direct compensation, and discharge of all persons assisting in the performance of the services hereunder. The contractor agrees to be solely responsible for all matters relating to payment of employees, compliance with Social Security requirements, withholding requirements, Workers' Compensation payments, Fair Labor Standards, MIOSHA Rules and Regulations and all other regulations governing such matters.

XVIII. TERMINATION FOR CONVENIENCE OF THE CITY OF MARSHALLThe City of Marshall, by written notice, may terminate this Contract in whole or in part without cause for the convenience of the City of Marshall. The City of Marshall shall provide the Contractor with written notice of such termination at least fifteen (15) days before the effective date of such termination.

If the City of Marshall exercises the right to terminate this contract because of conditions that are beyond the control of the City of Marshall, such termination shall have immediate effect upon receipt of written notice by the contractor. Under the termination provisions of this paragraph, the contractor shall not incur new obligations after the effective date of termination and shall cancel as many outstanding obligations as possible.

The contractor shall immediately submit to the City of Marshall a final invoice, subject to City of Marshall audit, for any work actually performed. After payment of such sum by the City of Marshall, the City of Marshall shall be under no further obligation to the contractor.

In the case of termination for conditions which are beyond the control of the City of Marshall, a cost termination inventory and independent audit of the project accounts that accurately reflect the actual costs incurred by the contractor shall be submitted to the City of Marshall as a condition precedent to payment by the City of Marshall.

XIX. TERMINATION FOR CAUSEAcceptance of the bid is conditioned upon proper delivery of roofing services and written acceptance to the terms herein. In the event of failure by the successful bidder to deliver the services in accordance with the terms of the Agreement, the contract may be deemed null and void and the amount due from the work performed forfeited as liquidated damages unless written agreement is obtained to extend the termination date.

7

Page 8: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

If the contractor fails to perform in a timely and proper manner any obligation under this contract, or if the contractor violates any of the covenants, agreements, or stipulations of this contract, the City of Marshall may consider the contractor to be in default and terminate this contract. Such termination shall be by written notice specifying the effective date thereof. Termination in accordance with the above shall not relieve the contractor of any liability to the City of Marshall for damages sustained as a result of any breach of contract or default by the contractor. Upon the default of the contractor and the termination of this contract, the City of Marshall may withhold any payments due the contractor and apply the same as a set off against damages sustained by the City of Marshall as a result of the contractor's default.

XX. ASSIGNMENTThe contractor shall not assign or transfer any interest in the contract or delegate its performance of duties except upon written approval of the City of Marshall, which approval shall not be unreasonably withheld. Consent to assign, transfer or delegate any interest or performance on this contract shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract.

XXI. RESPONSIBILITY OF CONTRACTOR Except as otherwise specifically stated in the Contract, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, power, transportation, supervision, temporary construction of every nature, taxes legally collectable and all other services and facilities of every nature whatsoever necessary to execute the work to be done under the Contract and deliver it complete in every respect within the specified time.

XXII. INVOICING AND PAYMENT The Contractor shall submit all invoices to Christy Ramey, Purchasing Agent; City of Marshall, 323 West Michigan Ave., Marshall, Michigan 49068. The City pays invoices on net 30 terms. 5% retainage will be held until the project is complete and the City finds the work to be acceptable and meets all terms of this contract.

XXIII. GENERAL CONDITIONS FOR PROJECTA. The roof must be inspected for layers of shingles and condition of deck. If deck needs replacement because of deterioration, a tear off proposal should be used. B. All bids shall require labor and equipment and disposal of existing shingle roofing as required on tear-offs. The bids should also include replacement of fascia boards that have deteriorated prior to installing the new roof. C. Per the enclosed specifications, the Contractor is to remove all existing roofs down to the deck, replace any damaged decking with material to match the existing according to the attached specifications.D. Securely fasten new shingles and flashing in place with concealed nailing, as recommended bythe manufacturer of the shingles.E. Finished roof shall be free of scratches, splits, dents, cracks, broken shingles, and other defects,and shall be weather tight.F. Should this document contain any discrepancies in quality of materials or methods of installation it is assumed that the higher quality materials and methods of installation shall prevail. Any manufacturers recommended instructions shall supersede any directive given by the owner in this document.

XXIV. INSPECTION PARAMETERSAll materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points. Inspect roof surfaces once tear-off is complete, ascertain deck condition and authorize Contractor to proceed with replacement. Visit the site often during installation of roof materials to ascertain specified material use and proper installation. Evaluate completion of roof work to ascertain quality of finished work and completeness of work.

8

Page 9: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

PRIOR INSPECTION:The building should be inspected prior to roof installation for fascia replacement and drip edge requirements. Roof tear-off should have deck boards and/or deck sheathing replacement authorized before roof material installation.

INTERIM AND FINAL INSPECTION: Proceed with shingle work only after substrate construction and penetrating work has been

completed. The building should be inspected before completion to assure proper underlayment installation,

nailing of shingles, roof vent ridge vent replacement, etc. Proceed with shingle work only when weather conditions are in compliance with manufacturer’s

Recommendations and when substrate is completely dry. Inspect all final work noting replacement of fascia board, metal edging, roofing materials, turbine

and/or ridge vent flashing, if required.

XXV. PRODUCT SPECIFICATIONS Framing and fascia – Cedar: No.2 grade; free from warping and visible decay; pressure treated

with chromate copper arsenate (CCA) or approved equal to meet AWPB, LP-22, 0.40 retention, and marked.

Fasteners for wood-to-wood shall be galvanized common, annular ring nail with length sufficient to penetrate substrate 1 ¼ inches.

Fasteners for wood decking to wood purlins shall be galvanized, common, annular ring nail. Length: sufficient to penetrate underlay blocking 1 ¼ inches.

Fasteners for galvanized sheet steal to wood blocking shall be FS-FF-N105B(3) Type II, Style 20, roofing nails; galvanized steel wire, flat head, diamond point, round barbed shank. Length: sufficient to penetrate wood blocking 1 ¼ inches minimum.

The Contractor is to provide a cost per sheet and lineal foot for replacing decking in addition to the fixed price for the balance of the work. A representative of the owner must approve and keep a record of decking being replaced. The specifications are as follows:

Class “A” heavyweight, three-tab fiberglass, mineral surface based asphalt shingles complying with ASTMD-3018 bearing all U.L. Class “A” external fire exposure label and not weighing

less than 235 pounds per square. Colors should match existing roof unless specified by owner. Square butt three-tab style for new work, of uniform thickness, 12-1/4 inches by 36 inches. Self-sealing type, with factory applied adhesive. Meet Underwriters’ Laboratories, Inc. requirements for Class “C” wind resistant shingles. Colors for new work to be selected from the manufactures collection. Install new 40 year laminated shingle or Alternative 2 (composite slate) or Alternative 3 (metal

roofing). Acceptable manufactures for roofing are as follows:

o Certain-Teed Products Corp.o Owens-Corning Fiberglasso Manville, o Jim Walter Corp./Celotex Corp.o Tamkoo GAF/Elk, o DaVinci Composite Slateo ATAS metal roofingo Or Equal

The equivalent to one square of shingles or its alternate’s equivalent quantity shall be provided to the Owner and set aside for future repairs.

9

Page 10: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

XXVI. ROOFING SPECIFICATIONS Nails for applying shingles and asphalt saturated felt:

o For shingles: Hot-dipped galvanized steel or aluminum, with flat heads 3/8 inch in diameter.

o Steel nails shall have annular threads.o Aluminum nails shall have screw threads

Generalo Prepare roofing surface by removing un-necessary protruding nails and re-nailing any

loose wood.o Arrange & schedule for a termite inspection with Owners current pest control provider.o Protect all finish surfaces on the building against damage due to work of this section.o Proceed with roofing work only after related repair or replacement work (deck, fascia,

nailers, flashings, etc.) has been accomplished.o Proceed with roofing and associated work only when existing and forecasted weather conditions will permit the work to be accomplished without interruption until completion.o Trim new and existing starter board to align with fascia.

Wood Deck Repairs – 2” x 6” Tongue and Groove Decking: (IF NECESSARY)o Remove deteriorated deck boards. Examine joists for damage. If unsound, contact Owner immediately and replace as instructed herein and record replacements as required herein. o Install solid fill-in per city building codes.

Wood Deck Repairs – Plywood Roof Sheathing:o Should fire treated (FRT) plywood exist, it should be immediately be brought to the

attention of the Owner.o APA C-D Rated Sheathing, Exposure 1, Structural 1, 32/16, 15/32 inch thick or as needed

to match existing deck profile, 4/5 ply, PS 1-93.o Remove deteriorated deck panels. Examine joists for rot. If unsound, contact Owner

immediately and replace as instructed herein and record replacements as required herein.o Attach new decking six (6) inches o.c. at edges twelve (12) inches o.c. at intermediate

supports. Fasten panels 15/32 to ½ inch thickness with 8d nails; panels 11/32 to 3/8 inch thickness with 8d nails. Provide 1/8 inch gap between panels at panel edges.

Warranty for New Roofso Furnish written Manufacturer’s warranty for self-sealing shingles, to cover a period offorty (40) years from date of completion of roof installation (include literature with bid).o Contractor must furnish a written warranty on labor only for a period of five (5) years.

XXVII. SCOPE OF WORK Tear off all existing shingles and drip edge metal. Installer of shingles must examine substrate and conditions under which shingling work is to be

performed and must notify Owner of deficiencies. Correct deficiencies by nailing down loose members, and by removing and replacing rotted or otherwise defective framing and deck material. Do not proceed with shingling work until unsatisfactory conditions have been corrected in a manner acceptable to manufacturer’s specifications.

Clean substrate of any projections and substances detrimental to shingling work. Cover knotholes or other minor voids in substrate with sheet metal flashing secured with roofing nails.

Coordinate installation of shingles with flashing and turbine and/or ventilators to ensure proper sequencing. Do not install shingle roofing until all penetrations through roofing have been fastened against movement.

METAL DRIP EDGE/FLASHING Install new drip edge metal around perimeter of roof and seal into new roof. Install valley, pan chimney & vent cap flashings as needed. (26 gauge metal). Install galvanized metal pipe & vent cap flashings as needed. If found to be sound, leave existing gutters and downspouts in place.

BASE UNDERLAYMENT / FELTOPTION ONE:Install EXTREME STORM™ or approved equal (PEEL & STICK) membrane in high risk areas of

10

Page 11: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

roof (valleys, pipes, vents, chimneys, skylights, rake to wall & roof to wall joints).Install Deck-Armor or approved equal membrane with large head plastic cap nails over entire deck.

OPTION TWO:Install EXTREME STORM™ or approved equal (PEEL & STICK) membrane in high risk areas of roof (valleys, pipes, vents, chimneys, skylights, rake to wall & roof to wall joints).

Install one layer of 1516, ASTM D2178 Type I base felt horizontally over entire roof area. Lay with minimum 2” head laps and 6: end laps. “Sprinkle” nails to hold in place. Two layers are required if slope is less than 4/12 pitch.

STARTER COURSE ON SHINGLES Before applying the first course of shingles, a row of either asphalt shingles or a 9-inch (or wider)

starter strip of mineral-surfaced asphalt roll roofing material should be applied along the eaves. The lower edge or edges of the material should be even with the edge of the metal drip edge.

SHINGLES Install starter strip at eaves, consisting of one layer of strip shingles laid with cutouts

reversed. Project strip ¾ inch beyond eave line to form a drip. Fasten with one row of nails 1-1/2 inches above lower edge at 3 inches center. Lay first course of shingles on starter strip, flush with drip edge. Align strip, center cutouts on

starter strip tabs. Center tabs of succeeding courses on cutouts in previous course. Nail each shingle ½ inch to 5/8 inch above each cutout and ½ inch from each edge of

shingle, with nails as recommended by manufacturer of shingles. Provide 5 inch exposure and 2 inch headlamp. In addition to nailing, press each tab firmly in place into factory-applied sealant over its entire

area. The material should be fastened with roofing nails along a line that is parallel to and 3 or 4

inches above the eaves edge. The nails should be placed in such a way that the nail heads will not be exposed either at cutouts or at spaces between shingle tabs in the first course.

To apply the starter course of self-sealing shingles, the exposed (tab) portion of the shingle 3inches off the end of the shingle should be removed.

NAILING 3 Tab – up to 21 Inch Rise per Foot.

Each shingle requires five nails. Nails shall be replaced on a line 5/8 inches above top cutouts and located one inch from each end and centered over each cutout.

3 Tab – Over 21 Inch Rise Per FootEach shingle requires six nails. Nails shall be placed on a line 5/8 inches above the top of thecutouts (one on each side) and one located one inch from each end. One spot of roofing cement (approximately the size of a quarter) shall be placed under each tap as they are being applied. This job shall be applied by the 5” method

FIRST AND SUCCEEDING COURSES OF SHINGLES The first course of shingles should be started with full shingles while succeeding courses

should be started with cut shingles. The second course should be started with a shingle from which 6 inches have been cut. The third course should be started with a shingle from which the entire first tab has been cut. The fourth course should be started with a one-half shingle. This pattern allows the cutouts to be centered on the tabs of the shingles in the course following.

Shingle covering shall provide double thickness at all points. Lay shingles to true horizontal and vertical lines with 2” head lap and 5” exposure. Number, spacing, and pattern of nails shall be as recommended by shingle manufacturer, but not less than five nails per strip. Provide job fabricated hip and ridge shingles made from actual shingles used. Ridge shingles

11

Page 12: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

to have equal exposures not less than 5”. Comply with installation details and recommendations of shingle manufacturer and NRCA Steep Roofing Manual.

CLOSED WOVEN VALLEYSProvide closed woven valleys. Lay valley shingles over valley underlayment by applying regular shingles on both roofs simultaneously and weave each course in turn over the valley. Being sure not to nail within 6” of the centerline of each valley.

HIPS AND RIDGESForm hips and ridges with 12-1/4 inch by 12 inch shingles cut from strip shingles. Bend shingles

lengthwise down the center with equal exposure on each side of hip or ridge. Install high definition hip & ridge shingles only if available in corresponding color. Lap shingles to provide not more than 5 inch exposure form butt, and nail in unexposed area 5 ½ inches from the butt and one inch vertically from the edge.

RIDGE AND SOFFIT VENTILATIONInstall Worry-Free SM or approved equal ridge & soffit ventilation system to meet manufacturer’s specifications.

CORNICE REMOVAL & FASCIA REPLACEMENTContractor is to remove existing rotten damaged cornice, fascia and install new treated wood to match existing. Wood should be primed on all sides prior to re-installation.

REPAIR OF DEFICIENCIES Installations of details noted as deficient during final inspection must be repaired and corrected

by applicator, and make ready for re-inspection, within five working days.

CLEAN UP Immediately upon job completion, roof membrane and flashing surfaces shall be cleaned of

debris. Keep gutters and downspouts clear of debris when roof work is being completed.

SHEET METALIn conjunction with the new shingle roofing, the Contractor shall furnish and install new 24 Galvanized Iron Gravel Guards and Gutters, new 24 ga. Galvanized Iron Downspouts with all incidental accessories, i.e., straps, elbows, boots, end caps, inlets, outlets, etc., new concrete splash block 18”x24” at all downspouts and all other necessary roofing related sheet metal items, to include but not limited to, metal shingle edging, mechanical equipment, support caps, pipe penetration box caps, air vents (if existing and/or required), gravel guards (at building ends & elevation transitions), counter flashings pipe straps and new lead jacks at plumbing vents.

Prior to the start of the work, the Contractor shall furnish to the City Facility Manager a shop drawingof each major sheet metal item indicating sizes, dimensions, joint treatments, corners, miters, fasteners types frequency, installation procedures, etc.

MATERIALS Galvanized Steel, ASTM-A-526, 24 gauge. Solder, ASTM-B-32, Alloy Grade 50A, 50/50 (50% block tin, 50% pig lead) Flux, raw muriatic acid, wash off thoroughly immediately after soldering. Sealant, FS-TT-S-00230C, ASTM-C-920. Plastic Cement, ASTM-C-928. Coal Tar Cement, ASTM-4022. Primer, ASTM-D-41. Lead, ASTM-B-29, 4 pounds per square foot. Gutter Downspouts and Conductor Heads: minimum .032”, G90 class, hot dipped galvanized

steel with zinc-grip paint finish for field painting, or, if approved by Owner and architect seamless steal (PVC coated) or aluminum. If seamless is used Owner shall select color.

12

Page 13: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

INSTALLATION The Contractor shall install all sheet metal work in a water-tight fashion without waves,

warps, buckles, stresses at fastening points or distortions. The Contractor shall install sheet metal in 8’x10’ lengths or less, with minimum 4” lapped

joints. Each leg of inside and exterior corners shall be 18” minimum. All sheet metal edges have hems. Work shall be in accordance with Architectural Sheet Metal and Air Conditioning Contractors,

National Associations, Inc., (SMACNA). Gravel Stop, 4” face with 4” flange, per SMACNA, plate 36. Gutters, 5” wide-ogee, per SMACNA, plate 3, figure B. Downspouts, 5” “Manufactured” per SMACNA, plate 31, type 1 (rectangular). Downspouts straps 24 ga. GI, 1” wide, minimum 4 per downspout. Seal all joints & cracks around pipe jacks, vents & openings with polyurethane sealant. Paint all vents & pipes to closely match roof. Paint all visible replacement wood to match existing. Install spark-arrestors on all chimneys (if needed). Register roof with manufacturer’s warranty.

GUTTER INSTALLATION & REPLACEMENT

GENERAL PARAMETER/ PRODUCT SPECIFICATIONS:Linear footage should be mapped out on a site map for bid purposes. The site map should also indicate building and downspout locations.

OPTION ONE:Aluminum seamless material made on the site. Seamless will come colored from factory, if

requested. Forty (40) year warranty against chipping or peeling on pre-finished surfaces. Bidder shall provide all specifications regarding the product being proposed and installation information.

OPTION TWO:Hot dipped galvanized steel with zinc grip enamel finish for field painting or baked from the

factory matching property paint colors. Forty (40) year warranty against chipping or peeling on pre- finished surfaces. Bidder shall provide all specifications regarding the product being proposed and installation information.

INSTALLATION SPECIFICATIONS: Provide complete layout plan immediately up receipt of contract, matching dimensions to

existing. Fascia board replacement necessary if rotten before gutter installation. Slope gutters at a minimum of 1/16” per foot. Install with spike and ferrule at a minimum of every three feet. On long horizontal runs if guttering, due to slope, cannot be installed correctly behind drip

edge, it is the responsibility of the subcontractor to flash the situation properly. Downspouts strapped two times on one-story building, three times on a two-story building

and four times on a three-story building. Downspouts shall be completed with elbows, offsets and strap anchors with the height 6”

from final grade. All elbows shall be fastened to the downspout. Anchorage Devices: Type recommended by manufacturer and accepted by Owner. Joints sealed with 12-1 rubber oxide sealant. Install gutters, downspouts and conductors with formed seams sealed watertight. All touch up paint to be handled by contractor on guttering and downspout material. Furnish and install connectors approved by Facility Manager to sub-drainage piping. Concrete splash blocks will be installed with each downspout; cost of same in contract.

13

Page 14: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

To: Purchasing Agent, City of Marshall, MichiganThe undersigned, having familiarized (himself/herself) with the Bid Specifications, Instructions to Bidders, Conditions Applicable to Bids, General Specifications and the Proposal. The bidders will visit the site to inspect and examine the site of the work to be completed and shall be completely familiarize himself with existing conditions to be encountered, the nature of the ground, the difficulties and limitations involved in completing the project and all other factors affecting the work proposed with this project. The Contractor shall provide all necessary labor, equipment, tools, machinery, apparatus and all other means of construction, to perform all the work and furnish all necessary material to complete Roof Repair located at the City Hall unless otherwise stated in this document.In submitting this proposal, it is understood and agreed by the undersigned that the right is reserved by the city to reject any or all proposals. It is further understood and agreed by the same undersigned that any qualifying statements, or conditions made to the above proposal, as originally published, as well as any interlineations, erasures, omissions, or entered wording obscure as to its meaning, may cause the bid to be declared irregular and may be cause for rejection of the bid.

Re-roof City Hall using 40 year laminated shingle with gutters and down-spouts per manufacturers and the attached specs. Not to Exceed Bid for Main Roof $________________________________________

Alternative #1 – Re-roof City Hall using DaVinci Composite Slate or approved equal with gutters and Down-spouts per manufacturers and attached specs. Not to Exceed Bid for Main Roof $_________________________ _______________

Alternative #2 – Re-roof City Hall using ATAS Metal Roofing or approved equal with gutters and Down-spouts per manufacturers and attached specs. Not to Exceed Bid for Main Roof $________________________________________

Remove and replace damaged 2” x 6” tongue and groove decking $______________ / lineal foot.

Remove and replace damaged sheet decking $___________________ / 4’ x 8’ sheet.

GUARANTEED START DATE ________________________________________________________________________

NAME OF CONTRACTOR: ___________________________________________________________________NAME OF CONTACT PERSON: _______________________________________________________________ADDRESS: _______________________________________________________________________________CITY: ______________________ STATE: ____________________ ZIP CODE: _________________________EMAIL ADDRESS:__________________________________________________________________________PHONE: __________________________________ FAX: ___________________________________________BUILDERS LICENSE # _______________________________________________________________________

SIGNATURE: ______________________________________________________________________________

14

Page 15: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

STATEMENT OF NO BID

NOTE: If you DO NOT intend to bid on this commodity or service, please complete and return this form. Your response will assist us in evaluating all responses for this project, to improve our bid solicitation process and not waste your time in the future.

The Purchasing Division of the City of Marshall wishes to keep its bidders list up-to-date. If, for any reason you cannot supply the commodity/service noted in this bid solicitation, this form must be completed and returned to remain on the particular bid list for future projects of this type.

If you do not respond to this inquiry before the bid deadline, we will assume that you can no longer supply this commodity/service, and your name will be removed from this bid list.

Specifications too "tight", i.e. geared toward one brand or manufacturer only (explain below).

Specifications are unclear (explain below).

We are unable to meet specifications.

Insufficient time to respond to the Request for Quote.

Our schedule would not permit us to perform.

We do not offer this product or service.

Remove us from your bidders list for this commodity or service.

Other (explain below).

REMARKS.

SIGNED NAME(Type or Print)

TITLE DATE

FIRM NAME

PHONE FAX

ADDRESS (Street Address) (City) (State) (Zip)

15

Page 16: replacement city... · Web viewINSPECTION PARAMETERS All materials must be reviewed and approved when delivered to the site. Once work commences there are a number of inspection points

CITY OF MARSHALL BID NOTICE ROOF REPLACEMENT

The City of Marshall, MI will receive bids until September 9, 2015 at 2:00 p.m. for roof replacement at City Hall. . Bid documents may be acquired at the Public Services Building, 900 S. Marshall Ave., Marshall Ml 49068; or by visiting www.cityofmarshall.com. The City of Marshall reserves the right to reject any and all bids, waive informalities or defects in bids or accept bids in part as it shall deem to be in the best interest of the City of Marshall. Questions should be directed to Kevin Redmond at 269-223-0300.

The City of Marshall, Michigan does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in employment or the provisions of service.

Christy Ramey Purchasing Agent, City of Marshall

16