You are on page 1of 8

USE ONLY

Time / Date
Stamp

Verified By:

Remarks:

REQUEST FORPROPOSAL
RFP 540311801

FURNISH AND INSTALL ACOUSTICAL CEILING, INSULATION, AND


WALL SYSTEM
Proposal must be in a sealed envelope clearly marked Request for Proposal (RFP) 54031 1801,
FURNSH AND INSTALL ACOUSTICAL CEILING AND INSULATION AND WALL SYSTEM
and delivered or mailed to:

TO: The Putnam County School District


Purchasing Department
I l3 Puham County Boulevard
East Palatka, FL. 32131

PRIOR TO BID PROPOSAL OPENING AT l0:ffi AM., LOCAL TIME,


WEDNESDAY, OCTOBER 25, 2017

Questions regarding this Request for Proposal should be directed to Sandra Scranton, Director of
Purchasing, Purchasing Department, I l3 Putnam County Boulevard, East Palatka Fl 32131 or by
calling (386) 329-0525. Questions regarding the Specification of this Request should be directed to
John Chastain, Maintenance Supervisor, 124 West Louis Broer Road, East Palatka, FL 32131 or by
calling (386) 329-0550

NOTICE: All contractors and emolovees ofcontractors who are contracted bv The Board must
complv with the reouirements of the Jessica Lunsford Act. Direct atrv ouestions resardinq these
reouir€ments to Jackie Smith. Human Resources Department (386) 329-0547.

Thank you for your interest in doing business with the Putnam County School District.

Sandra B. Scranton October 5, 2017


Director of Purchasing
Purchasing Department
RFP 54031t801 ACOUSTICAL CEILING,INSULATION, AND WALL SYSTEM

Proposals received timely will be opened, tabulated and evaluated at the above date and time in Putnam Courty
School District, Purchasing Department (unless notified of a different location) and will then be presented to The
Board for action at the next scheduled meeting.

A proposal will be considered a firm offer and cannot be withdrawn succeeding the bid opening without the consent
of The Board for a period for sixty (60) days. The Board also reserves the right to secure expert advice in evaluating
and selecting the lowest responsive and reasonable bid proposal.

Proposals must be submitted on the attached forms, enclosed in a sealed envelope and returned to the Purchasing
Department prior to the opening date and time listed. All proposals received after the designated cut off time will
not be considered and retumed unopened.

Terms of contract shall commence January 1,2018 and continue through December 31,2020 Prices quoted in this
Request for Proposal are considered firm for the frst three (3) years ofthe contract period. This Request for
Proposalmaybeextendedforanadditionalthree(3)one(1)yearperiodifagreeduponbybothparties. Upon
receipt ofthe Intent To Extend letter, the contractor has the option to request a three (3) percent increase in pricing.
The contractor must submit a letter addressed to the Board requesting the increase. The signed Intent To Extend and
the letter addressed to the Board must be received in Purchasi on or before extension deadline.

I/We hereby certi$ that I/we have carefully read all instruction pertaining to this Request for Proposal and that
my/our proposal complies, without exception, with all instructions and specifications.

Company Name Title of Authorized Representative

Signature Printed Name

Address

City State Zip Code

Contact Numbers:

Email: Business:(_-)

Cell: ( ) Fax: ( )

Iffor any reason you cannot respond, please list those reasons:

2
RFP 54031l80r ACOUSTICAL CEILING, INSULATION, AND WALL SYSTEM

CENERAL CONDITIONS

The Putnam County School District reserves the right to utilize any other Putnam County or State ofFlorida
Contract, other school district contmcts, other govemmental agency contracts, verifiable sole source, or to dkectly
negotiate/purchase per School Board Policy 7.14 and/or State Board Rule 6a- 1.012, as currently enacted or as
amended from time to time, in li€u ofany offer received or award made as a result ofthis proposal.

l. SEALED PROPOSAL: One (l) copy ofall proposal sheets in this Request for Proposal package must be
completed, signed and retumed in order for the proposal to be considered for award. All proposals are subject
to the conditions specified in these General Conditions and on the attached sheets and any addendum issued
thereto.

A. COMPLETED PROPOSAL: Must be submitted in a sealed envelope with the following information on
the front ofenvelope: the RFP number, commodity or service covered, the time and date set for proposal
opening

B. EXECUTION OF PROPOSAL: Proposals must contain a manual signature ofan authorized


representative in the space provided. Failure to properly complete and sign all attached forms will
invalidate the proposal. The company name must appear in each space provided. All proposals musl be
completed in ink or be t)?ewritten. No erasures or whiteouts will be permitted. If a conection is
necessary, draw a single line through the incorrect number and enter the corrected number above the line
thru. The original RFP conditions and specifications cannot be changed or altered in any way. An altered
RFP will not be considered. Clarification of proposals submitted must be in letter form, signed by the
contractor(s) and included in the proposal package.

TAXES: The Board does not pay Federal Excise or Florida Sales and Use tax. Do not include these taxes on
the invoice. The applicable tax exemption number is p nted on the Purchase Order. However, this exemption
does not apply to contractors who purchase tangible personal property for use in the performance ofcontracts
for improvements of Board owned real property as defined in Chapter 192 ofthe Florida Statues.

3. BIDDER CONDITIONS: The Board specifically reserves the right to reject any conditional proposal. Any
condition(s) to be made part ofthis or any proposal should be submitted by letter with a note on the proposal
form ifthe condition(s) are to be considered.

4. AWARDS: The Board reserves the right to award the contact to the bidde(s) that the Board deems to offer
the lowest responsive and reasonable proposal(s), as defined elsewhere in this solicitation. The Board is
therefore not bound to accept a proposal on the basis of lowesl bid. In addition, The Board has the sole
discretion and reserves the right to cancel this proposal, to reject any and all proposals, to waive any and all
informalities and,/or irregularities, or to re-advertise with either the identical or revised specifications, ifit is
deemed to be in the best interest ofThe Board to do so. The Board also reserves the right to make multiple
awards based on experience and qualification or to award only a portion ofthe items and/or services specified,
if it is deemed to be in the Board's best interest. The Board reserves the right to acquire additional
quantities/services at prices quoted in the proposal, unless additional quantities/s€rvices are not acceptable, in
which case the proposal form must be noted, "Proposal is for specified quantity/services only". Any contract
awarded as a result ofthis or any Request for Proposal shall conform to applicable Florida Statutes.

5. PROPOSAL OPENING: Request for Proposal will be open to the public, on the date and time specified in the
Request for Proposal documents. All proposals received after specified time shall be retumed unopened.
PROPOSAL BY TELEPHONE OR FACSIMILE-EMAIL WILL NOT BE ACCEPTED.

PAYMENT: Payment will be made by The Board after services are provided as ordered on a Purchase Order
and have been inspected and approved for payment.

3
RFP 5403I I8OT ACOUSTICAL CEILING, INSULATION, AND WALL SYSTEM

7. CONFLICT OF INTEREST: Any award as a result ofthis or any proposal is subject to the provisions of
Chapter I 12, Florida Statues. All bidders must disclose with their bid proposal package, the name of any
Officer, Director or Agent who is also an employee ofthe Putnam County School District of Putnam County,
Florida. Further, all bidder(s) must disclose the name ofany Board employee who owns, directly or indirectly,
an interest greater than five percent (5olo) in the bidders firm or any of its branches or divisions.

8. ANTI-DISCRIMINATION: The bidder certifies that he/she or their form is in compliance with the non-
discrimination clause contained in Section 202, Executive Order 11246, as amended by Executiv€ Order I 1375,
relative to Equal Emplo),ment opportunity for all persons without regard to race, color, religion, sex or national
origin.

9. DEFAULT: ln the event ofdefault on any contract as a result ofthis Request for Proposal, the bidder will pay
The Bomd, as liquidated damages, an amount equal to twenty five percent (25%) ofthe unit price times the
Request for Proposal quantity or five hundred dollars ($500.00), whichever amount is laxger. In the event of a
default on any contract the bidder will pay all attomeys' fees and court cost incurred in collecting liquidated
damages.

10. RIGHT OF PROTEST: Failure to file a protest within seventy-two (72) hours ofpublic posting shall
constitute a waiver of proceedings.

I L TERMINATE: The Putnam County School District ofPutnam County Florida reserves the right to terminate
any contract resulting ftom this Request for Proposals upon thirty (30) days \*Titten notice.

12. SPECIAL CONDITIONS: Any and all special conditions may vary from these General Conditions and will
have precedence over the General Conditions.

13. PUBLIC ENTITY CRIME INFORMATION STATEMENT; Pursuanr ro Section 287.133, Paragraph
(2)(a), Florida Statues, a person or a{filiate who has been placed on the convicted vendor list following a
conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a
public entity, may not submit a proposal on a contract with a public entity for the consauction or repair ofa
public building or public works, my not submit a proposal on leases ofreal property to a public entity, may not
be awarded or perform wort as a contractor, supplier subcont:actor or consultant under a contract with any
public entity and may not transact business with any public entity in excess ofthe threshold amount often
thousand dollars ($10.000.00) provided in Section 287.017, Florida Statutes, for a category two for a period of
thirty six (36) months from the date of being placed on the convicted vendor list. By completing the bid
documents and submitting a proposal, bidders are certirying that they are not and have not been placed on the
convicted vendor lisi now or within the past thirty six (36) months.

14. PUBLIC POSTING OF RESULTS: The Purchasing/Distribution Center at l00l Husson Avenue, Palatka,
FL will display the results on the Public Notice Board in the front office; results will be posted on the
Purchasing website; mailed ifa selfaddressed stamped envelope has been provided by bidder.

15. FIRM PRICE PERIOD: As indicated on page 2 ofthis Request for Proposal unless otherwise indicated on
the Price Proposal Sheet.

4
RFP 54031I8OI ACOUSTICAL Cf,ILTNG, INSULATION, AND WALL SYSTEM

16, PURCHASE BY OTHER GOVERNMENTAL AGENCIES: In accordance with FIOTidA StAtUtES, ChAPtET
64-1 .1012, as amended, other Cities or County Governmental Agencies, other School Bomd, Community
Colleges or the State University system are permitted to puchase services at unit prices in any contract
resulting fiom this RFP upon bidde(s) approval. In the space provided below, indicate your preference as to
allowing other governmental agencies to purchase services as a result ofthis Request For Proposal.

fl I gi!! allow other govemmenlal agencies to purchase sewices using this proposal.

E I gill4ltallow other govemmental agencies to purchase services using this proposal.

t7. DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS: As required by Executive


Order 12549, Debarment, Suspension and implemented at 34 CFR Part 85, for prospective participants in
primary covered transactions, as defined at 34 CFR Part 85, Section 85.105 and 85.110.

A. THE BIDDER (CONTRACTOR) CERTIFIES THAT IT AND ITS PRINCIPALS:


l. Are not recently debarred, suspended, proposed for debarment and declared ineligible or voluntarily
excluded from covered transactions by any Federal Department or agency.
2. Have not within a three year (3) period preceding this invitation to bid been convicted ofor had a civil
judgment rendered against them for commission offraud or a criminal offense in connection with
obtaining or attempling to obtain or performing a public (Federal, State or Local) transaction or
contract under a public transaction; violation ofFederal or State antitrust statutes or commission of
embezzlement, theft, forgery, bribery, falsification or destruction ofrecords, making false statement, or
receiving stolen property.
3. Are not presently indicted for or otherwise criminally or civilly charged by a goyernment entity
(Federal, State or Local) with commission of paying Federal funds or will pay Federal funds by or on
behalfofthe undersigned to any person for influencing or attempting to influence an officer or
employee ofany agency, a member ofCongress, and officer or employee ofCongress or an employee
ofa member of Congress in connection wilh the making ofany Federal grant, the entering into any
cooperative agreement, and the extension, continuation, renewal, amendment or modification of a.ny
Federal grant or cooperative agreement.
4. Have not within a three year (3) period preceding this invitation to bid had one or more public
transactions (Federal, State or Local) terminated for cause or defuult: and
B. Where the bidder is unable to certiry to any ofthe statement in this certification, he/she shall attach an
explanation to this bid package.

As the duly authorized representative ofthe company or individual submitting the bid proposal, I hereby certifi that
the company or individual does comply with the above certification.

Company Name Title of Authorized Representative

Signature Printed Name

$p: General condition number l7 must be completed and signed


DATE before Request for Proposal will be considered for award.

18. Pnblic Records: The contractor agrees to retain all books, records, and other documents relative to this
agreement for three (3) years after final palrnent. The District, it's autho zed agents and./or Federal
represenlatives shall have full access to, and the right to, examine any of said materials during said period. If an
investigation or audit is in progress, records shall be maintained until stated matter is closed.

5
RFP 5,t031 I E0l ACOUSTICAL CEILING, INSULATION, AND WALL SYSTEM

SPECIAL CON'DITIONS

l. Contractor must be compliance with all Local, State, or Federal License and certification requirements.

2. Conractor shall have a competent foreman or supervisor who will be in charge ofthe work at all times and
will be available for conference with the Maintenance Supervisor ifneeded.

3. Contractors will fumish all labor, material, and equipment necessary to accomplish required services.

4. Conhactor will remove all debris and trash upon completion of each job or project.

5. When possible, the Board will furnish any necessary construction materials and supplies to the contractor.
Should the contactor fumish materials and supplies such items shall be itemized on an invoice submitted
to the Board.

6. The Board will not be held responsible for palments ofdebts incurred by the contractor for purchase of any
materials, supplies, and parts.

7. Description of work andjob site will be indicated on each invoice submitted to the Board for payment.

8. No additional charges outside the Scope ofany contract resulting from this RFP will be allowed.

9. It will be understood that the Board may terminate any contract resulting from this RFP with thirty (30)
days written notice for the contractor.

10. The contractor will carry public liability insurance (to be purchased upon notification ofaward) in the
amounts specified below, including the contracted liability assumed by the contractor aad will deliver a
Certificate of Insurance specifoing such limits, and with the Board as an additional insured to the
Maintenance Department, 124 West Louis Broer Road, East Palatka, FL 3213 t. In addition the insurer
must agree to give The Board thirty (30) days written notice of its decision Io cancel coverage.

A Worker's Compersation and Employer's Liability


As required by Florida Statutes, Chapter 440

B Comprehensive General Liability


Bodily Injury: $1,000,000 Each Occurence
$ 1,000,000 Annual Aggregate

Property Damage: $1,000,000 Each Occurrence


$ I ,000,000 Annual Aggegate
OR

Single Limit: $2,000,000 Each Occrurence

Contractual Liability covers the following indemnity agreement: The contractor shall indemniff and hold
harmless The Board against any form ofliability, claims, damages, demands and cost, including attorney
fees ofevery kind and nature and attributable to bodily injury, sickness, disease or death or to damage or
destruction ofproperty resulting fiom or in any manner arising out ofor in connection with the
performance of this contract.

6
RFP 5403I IEOI ACOUSTICAL CEILING, INSULATION, AND WALL SYSTEM

MATERIAL SPECIFICATIONS

l. ACOUSTICAL CEILING PANELS: Provide lpe I I l, form 2 lay-in panels of the type specified with a
factory applied painl finish. Products lisled below have been evaluated and accepted. Equal products by
other manufacturers may be quoted but first be evaluated by Mr. John Chastain, Maintenance Supervisor.

a) Type I: 2'x4'x5/8" Vantage l0


b) Type ll: 2'x4'x518" Vantage l0
c) Type tll: 2'x2'x518" Vantage l0 Revealed Edge
d) NRC RANGE .55 - .65
e) STC MNGE 40 44

0 Light Reflection LR- I

NOTE: Any O?e or brand of ceiling panels must have a ten ( l0) year written wananty against warping in interior
conditions not to exceed 85 degrees Fahrenheit or 85% humidity

2. ACOUSTICAL CEILING SUPENSION SYSTEM:

a) Structural Class: Intermediate Duty, Donn DX System


b) Acceptable Manufacturers: Donn; Chicago Metallic; National Rolling Mills. All other
manufacturers must be pre-approved

c) Color: White
d) Hanger Wire: Galvanized Carbon Steel, not less than 12 gauge

3. INSPECTION AND EXECUTION OF WORK

a) Measure each ceiling area and establish a layout ofacoustical tiles to balance border width at
opposite edges ofthe ceiling area. Avoid the use of less-than-halfwidth tiles at boarders.

b) Install suspension system to comply with ASTM C 636, with hangers supported only fiom the
building structural members. Locate hangers near each end and space 4' along each structural
member.
c) lnstall edge moldings around the perimeter ofthe ceiling area at the finished ceiling level.
d) Level ceiling suspension to a level tolerance of l/8" it 12' area.
e) Attach ceiling panels to suspension system in accordance with manufacturer's instructions.

7
RFP 54031r801 ACOUSTICAL CEILING, INSULATION, AND WALL SYSTEM

PRICING

Vwe the undersigned, hereinafter called the contractor, propose to furnish all labor, materials and equipment
necessary to provide ACOUSICAL CEILINGS, INSULATION, AND WALL SYSTEM work as specified at
various cost centers in the Putnam County School District. An itemized invoices for labor, materials and equipment
necessary to complete each job will be submitted by job or purchase order.

I/we propose to perform services under any contract resulting from this Request for Proposal for the following fees:

a) Type I 2'x4'x 5/8" Vantage l0 s _ Per Sq. Ft

b) Type II 2'x4'x 5/8" Vantage l0 $ Per Sq. Ft.

c) Type III 2'x4'x 5/8" Vantage 10, Revealed Edges $ _ Per Sq. Ft.

d) Insulation Installed, R-19 $ Per Sq. Ft.

e) Insulation Installed, R-30 $ Per Sq. Ft.

0 Metal Stud Wall Systems:

l) Metal Frame Work Only $ Per Lin Ft. (8' High)

_
$ Per Lin. Ft. (10' High)
2) Drywall Finished Both Sides of Wall System $_ Per Lin. Ft. (8' High)

$ Per Lin. Ft. (10' High)

PROPOSAL SUBMITTED BY:

Company Name Title of Authorized Representative

Signature Printed Name

City State Zip Code

Contact Numbers:

Email: Business; (_-)


Cell: ( ) Fax: ( )

You might also like