WPB -Painting Bid

download WPB -Painting Bid

of 25

Transcript of WPB -Painting Bid

  • 8/13/2019 WPB -Painting Bid

    1/25

    Board of County Commissioners County Administrat

    Jeff Koons, Chairman Robert WeismaBurt Aaronson, Vice ChairmanKaren T. MarcusShelley VanaSteven L. AbramsJess R. Santamaria Purchasing Departme

    Addie L. Greenewww.pbcgov.com/p

    BOARD OF COUNTY COMMISSIONERSNOTICE OF SOLICITATION

    09-042R/AR

    REQUEST FOR PRE-QUALIFICATION OF VENDORSFOR PAINTING SERVICES ON AN AS NEEDED BASIS (REBID)

    SUBMISSION DATE: May 28, 2009 AT 2:00 P.M.

    It is the responsibility of the respondent(s) to insure that all pages are included. Therefore, all respondent(s) are advised closely examine this package. Any questions regarding the completeness of this package should be immediately directed Palm Beach County Purchasing Department (561) 616-6800.

    RESPONDENT(S) SHALL SUBMIT, IN A SEALED PACKAGE OR CONTAINER, AT LEAST ONE ORIGINAL, SIGNED IINK BY AN AGENT OF THE COMPANY HAVING AUTHORITY TO BIND THE COMPANY OR FIRM. FAILURE TO DO SSHALL BE CAUSE FOR REJECTION OF YOUR SUBMITTAL.

    Please use our website (www.pbcgov.com/pur) as a resource for obtaining useful information about the PurchasinDepartment and for receiving updated information regarding additional business opportunities with the County.

    C A U T I O NAs they are issued, all amendments to solicitations will be posted under the applicable solicitation on our website at

    http://www.pbcgov.com/pur. It is the vendors sole responsibility to routinely check this website for any amendments thatmay have been issued prior to responding to all solicitations.

    Palm Beach County shall not be responsible for the completeness of any Request for Pre-Qualification that was notdownloaded from the above website or obtained directly from the Purchasing Department.

    In accordance with the provisions of ADA,this document may be requested in an alternate format.

    50 South Military Trail, Suite 110, West Palm Beach, FL 33415-3199(561) 616-6800 FAX: (561) 616-6811

  • 8/13/2019 WPB -Painting Bid

    2/25

    Page

    BOARD OF COUNTY COMMISSIONERSPalm Beach County

    Request for Pre-Qualification

    REQUEST #:09-042R/AR

    TITLE: PRE-QUALIFICATION OF VENDORS FOR PAINTING SERVICES ON AN AS NEEDED BASIS (REBID)

    PURCHASING DEPT. CONTACT: Amanda Ray, Senior Buyer TELEPHONE NO.: 561-616-6831FAX NO.: 561-242-6731 EMAIL ADDRESS: [email protected]

    All Responses will be received on or after May 28, 2009 and may continue during the term specified herein at the Countysole discretion.

    SUBMIT QUALIFICATIONS TO:PALM BEACH COUNTY PURCHASING DEPARTMENT, ATTN.:Amanda Ray, Senior Buyer, 50 S. MILITARY TRAIL, SUITE #110, WEST PALM BEACH, FL 33415.

    This Request for Pre-Qualification, General Conditions, Instructions to Respondent(s), Special Conditions, Specifications, AttachmenAmendments (if issued), and/or any other referenced document form a part of this Request for Pre-Qualification solicitation and responthereto, and by reference are made a part thereof. The selected awardee(s) shall be bound by all terms, conditions and requirements

    these documents.

    PURPOSE AND EFFECT: It is the sole purpose and intent of this Request for Pre-Qualifications to select a sufficient number of QualifiContractor(s) to provide the County with item(s) and/or services as listed herein. The Pre-Qualified Contractor(s) selected are hereplaced on notice that acceptance of its Request for Pre-Qualification by Palm Beach County shall constitute a binding contract.

    GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDERS

    GENERAL CONDITIONS

    1. GENERAL INFORMATION

    Respondent(s) are advised that this package constitutes the complete set ofspecifications, terms, and conditions which in addition to the recommendedquotation, based on a project by project basis, forms the binding contractbetween Palm Beach County and the successful Pre-Qualified

    Contractor(s). Changes to this Request for Pre-Qualification may be madeonly by written amendment issued by the County Purchasing Department.Respondent(s) are further advised to closely examine every section of thisdocument, to ensure that all sequentially numbered pages are present, andto ensure that it is fully understood. Questions or requests for explanationsor interpretations of this document must be submitted to the PurchasingDepartment contact in writing in sufficient time to permit a written responseand, if required, will be provided to all prospective respondent(s), prior toopening. Oral explanations or instructions given by any County agent arenot binding and should not be interpreted as altering any provision of thisdocument. Respondent(s) certifies that this Request for Pre-Qualification ismade without reliance on any oral representations made by the County.

    The obligations of Palm Beach County under this award are subject to theavailability of funds lawfully appropriated for its purpose.

    2. LEGAL REQUIREMENTS

    a. COMPLIANCE WITH LAWS AND CODES: Federal, State, Countyand local laws, ordinances, rules and regulations that in any manneraffect the items covered herein apply. Lack of knowledge by theRespondent(s) shall in no way be a cause for relief from responsibility.The successful Pre-Qualified Contractor(s) shall strictly comply withFederal, State and local building and safety codes. Equipment shallmeet all State and Federal Safety regulations. Respondent(s) certifiesthat all products (materials, equipment, processes, or other itemssupplied in response to this Request for Pre-Qualification) contained inits Request for Pre-Qualification meets all ANSI, NFPA and all otherFederal and State requirements. Respondent(s) further certifies that, ifit is the successful Pre-Qualified Contractor(s), and the productdelivered is subsequently found to be deficient in any of theaforementioned requirements in effect on date of delivery, all costsnecessary to bring the product into compliance shall be borne by the

    Pre-Qualified Contractor(s).

    In compliance with Chapter 442, Florida Statutes, any toxic substanresulting from this Request for Pre-Qualification shall be accompaniby a properly completed Material Safety Data Sheet (MSDS).

    The Uniform Commercial Code (Florida Statutes, Chapter 672) shprevail as the basis for contractual obligations between the success

    Pre-Qualified Contractor(s) and Palm Beach County for any terms aconditions not specifically stated in the Request for Pre-Qualification

    b. DISCRIMINATION PROHIBITED: Palm Beach County is committo assuring equal opportunity in the award of contracts and compliwith all laws prohibiting discrimination. The successful Pre-QualifContractor(s) is prohibited from discriminating against any employeapplicant, or client because of race, color, religion, disability, sex, agnational origin, ancestry, marital status, or sexual orientation.

    c. INDEPENDENT CONTRACTOR RELATIONSHIP: The successPre-Qualified Contractor(s) is, and shall be, in the performance of work, services, and activities under this Contract, an IndependeContractor and not an employee, agent, or servant of the COUNTAll persons engaged in any of the work or services performed pursuato this Contract shall at all times, and in all places, be subject to tPre-Qualified Contractors sole direction, supervision, and control. TPre-Qualified Contractor(s) shall exercise control over the means amanner in which it and its employees perform the work, and in respects the Pre-Qualified Contractors relationship, and trelationship of its employees, to the COUNTY shall be that of Independent Contractor and not as employees or agents of tCOUNTY.

    d. CRIMINAL HISTORY RECORDS CHECK ORDINANCE: PursuantOrdinance 2003-030, the Palm Beach County Criminal HistoRecords Check Ordinance (Ordinance), the County shall condufingerprint based criminal history record checks on all persons nemployed by the County who repair, deliver, or provide goods services for, to, or on behalf of the County. A fingerprint basedcriminal history record check shall be conducted on all employees asubcontractors of vendors, including repair persons and delivepersons, who are unescorted when entering a facility determined to

    critical to the public safety and security of the County. County facilit

  • 8/13/2019 WPB -Painting Bid

    3/25

    Page

    that require this heightened level of security are identified in ResolutionR-2003-1274, as may be amended. The successful Pre-QualifiedContractor(s) is solely responsible for understanding the financial,schedule, and staffing implications of this Ordinance. Further, thesuccessful Pre-Qualified Contractor(s) acknowledges that its bid priceincludes any and all direct or indirect costs associated with complianceof this Ordinance, except for the applicable FDLE/FBI fees that shallbe paid by the County.

    e. PUBLIC ENTITY CRIMES: F.S. 287.133 requires Palm Beach Countyto notify all bidders of the following: "A person or affiliate who has been

    placed on the convicted vendor list following a conviction for a publicentity crime may not submit a bid on a contract with a public entity forthe construction or repair of a public building or public work, may notsubmit bids on leases of real property to a public entity, may not beawarded or perform work as a contractor, supplier, subcontractor, orconsultant under a contract with any public entity, and may nottransact business with any public entity in excess of the thresholdamount provided in F.S. 287.017 for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list."

    f. NON-COLLUSION: Respondent(s) certifies that it has entered into noagreement to commit a fraudulent, deceitful, unlawful, or wrongful act,or any act which may result in unfair advantage for one or morebidders over other bidders. Conviction for the Commission of anyfraud or act of collusion in connection with any sale, bid, quotation,proposal or other act incident to doing business with Palm BeachCounty may result in permanent debarment.

    No premiums, rebates or gratuities are permitted; either with, prior toor after any delivery of material or provision of services. Any suchviolation may result in award cancellation, return of materials,discontinuation of services, removal from the vendor bid list(s), and/ordebarment or suspension from doing business with Palm BeachCounty.

    g. LOBBYING: Respondent(s) are advised that the Palm Beach CountyLobbyist Registration Ordinance prohibits a respondent or anyonerepresenting the respondent from communicating with any CountyCommissioner, County Commissioners staff, or any employeeauthorized to act on behalf of the Commission to award a particularcontract regarding its Request for Pre-Qualification, i.e., a Cone ofSilence.

    The Cone of Silence is in effect from the date/time of the deadline forsubmission of the Request for Pre-Qualification, and terminates at thetime that the Board of County Commissioners, or a CountyDepartment authorized to act on their behalf, awards or approves acontract, rejects all Request for Pre-Qualifications, or otherwise takesaction which ends the solicitation process.

    Respondent(s) may, however, contact any County Commissioner,County Commissioners staff, or any employee authorized to act onbehalf of the Commission to award a particular contract, via writtencommunication i.e., facsimile, e-mail or U.S. mail.

    Violations of the Cone of Silence are punishable by a fine of $250.00per violation.

    h. CONFLICT OF INTEREST: All respondent(s) shall disclose with theirRequest for Pre-Qualification the name of any officer, director, or

    agent who is also an employee or a relative of an employee of PalmBeach County. Further, all respondent(s) shall disclose the name ofany County employee or relative of a County employee who owns,directly or indirectly, an interest of ten percent or more in thesuccessful Pre-Qualified Contractor(s) firm or any of its branches.

    i. SUCCESSORS AND ASSIGNS: The County and the successful Pre-Qualified Contractor(s) each binds itself and its successors andassigns to the other party in respect to all provisions of this Contract.Neither the County nor the successful Pre-Qualified Contractor(s) shallassign, sublet, convey or transfer its interest in this Contract withoutthe prior written consent of the other.

    j. INDEMNIFICATION: Regardless of the coverage provided by anyinsurance, the successful Pre-Qualified Contractor(s) shall indemnify,

    save harmless and defend the County, its agents, servants, employees from and against any and all claims, liability, losses andcauses of action which may arise from any negligent act or omissionthe successful Pre-Qualified Contractor(s), its subcontractors, agenservants or employees during the course of performing services caused by the goods provided pursuant to these Request for PQualification documents and/or resultant contract.

    k. PUBLIC RECORDS: Any material submitted in response to tRequest for Pre-Qualification is considered a public document accordance with Section 119.07, F.S. This includes material which

    responding respondent(s) might consider to be confidential or a trasecret. Any claim of confidentiality is waived upon submissioeffective after opening pursuant to Section 119.07, F.S.

    l. INCORPORATION, PRECEDENCE, JURISDICTION: This Requfor Pre-Qualification shall be included and incorporated in the finaward. The order of contractual precedence shall be the Request Pre-Qualification document (original terms and conditions), Requefor Pre-Qualification response, the recommended quotation, based a project by project basis, and purchase order or term contract ordAny and all legal action necessary to enforce the award or tresultant contract shall be held in Palm Beach County and tcontractual obligations shall be interpreted according to the laws Florida.

    m. LEGAL EXPENSES: The County shall not be liable to a respondefor any legal fees, court costs, or other legal expenses arising from t

    interpretation or enforcement of this contract, or from any other matgenerated by or relating to this contract.

    3. REQUEST FOR PRE-QUALIFICATION SUBMISSION

    a. SUBMISSION OF RESPONSES: All Request for Pre-Qualificatiresponses must be submitted on the provided Request for PQualification "Response" Form. Request for Pre-Qualificatresponses on vendor letterhead/quotation forms shall not be accepteResponses must be typewritten or written in ink, and must signed in ink by an agent of the company having authority to bind tcompany or firm. FAILURE TO SIGN THE REQUEST FOR PRQUALIFICATION RESPONSE FORM AT THE INDICATED PLACESHALL BE CAUSE FOR REJECTION OF THE REQUEST FOR PRQUALIFICATION. All responses will be received on or after the timindicated and may continue during the term specified. Request

    Pre-Qualification responses are to be submitted to the Palm BeaCounty Purchasing Department in a sealed envelope or containbearing the Request for Pre-Qualification number for proper handling

    b. CERTIFICATIONS, LICENSES AND PERMITS: Unless otherwdirected in the Special Conditions of this Request for Pre-Qualificatiorespondent should include with its Request for Pre-Qualification a coof all applicable Certificates of Competency issued by the State Florida or the Palm Beach County Construction Industry LicensiBoard in the name of the respondent(s) shown on the Request for PQualification response page. It shall also be the responsibility of tsuccessful Pre-Qualified Contractor(s) to submit, prior commencement of work, a current Business Tax Receipt for PaBeach County and all permits required to complete this contractservice at no additional cost to Palm Beach County. A Palm BeaCounty Business Tax Receipt is required unless specifically exemptby law. In lieu of a Palm Beach County Business Tax Receipt, t

    respondent(s) should include the current Business Tax Receipt issuto the respondent(s) in the response. It is the responsibility of successful Pre-Qualified Contractor(s) to ensure that all requircertifications, licenses and permits are maintained in force and currethroughout the term of the contract. Failure to meet this requiremshall be considered default of contract.

    c. SMALL BUSINESS ENTERPRISE, PALM BEACHCOUNTY CODE, CHAPTER 2, ARTICLE III,SECTION 2-80.21 THROUGH 2-80.34

    Item 1 Policy

    It is the policy of the Board of County Commissioners of Palm BeaCounty that SBEs shall have the maximum practical opportunity

  • 8/13/2019 WPB -Painting Bid

    4/25

    Page

    participate in the competitive process of supplying goods and servicesto the County (Palm Beach County Code, Chapter 2, Article III,Sections 2-80.21 thru 2-80.34). This Request for Pre-Qualification issubject to the bid preference system to maximize SBE participation onan as needed project by project basis. NOTE: Individual projects shallnot exceed $49,999.

    Item 2 - Contract Award Criteria

    The contract award procedure for this solicitation will be under the bidpreference system to maximize SBE participation. The bid preference

    system as provided for in Palm Beach County Code, Chapter 2, ArticleIII, Sections 2-71 thru 2-80.13 requires the award to be made to thePre-Qualified Contractor who is the lowest responsive bidder unless acertified Pre-Qualified Contractor is a SBE and is within 10% of thelowest non-SBE bid, then the award shall be made to the certified SBEPre-Qualified Contractor.

    Only firms who are certified SBE, shall be eligible to receive bidpreference.

    Item 3 Certification

    The County will count toward the established SBE project goals onlythose firms that are certified by Palm Beach County or whosecertification by another jurisdiction has been accepted by Palm BeachCounty prior to the time of each Project opening in accordance withSBE Palm Beach County Code, Chapter 2, Article III, Sections 2-71

    thru 2-80.13. Contact the SBE Coordinator in the Office of SmallBusiness Assistance Department (561) 616-6840 for information orassistance.

    Decertification

    As part of the consideration for bid preference system, anyContractor(s) decertified by Palm Beach County will be ineligible toreceive bid preference.

    d. CONDITIONED OFFERS: Respondent(s) are cautioned that anycondition, qualification, provision, or comment in their Request for Pre-Qualification, or in other correspondence transmitted with theirRequest for Pre-Qualification, which in any way modifies, takesexception to, or is inconsistent with the specifications, requirements, orany of the terms, conditions, or provisions of this solicitation, is

    sufficient cause for the rejection of their Request for Pre-Qualificationas non-responsive.

    NOTE:This includes quotations provided on individual projects.

    e. PROJECT PRICING FOR PRE-QUALIFIED RESPONDENTS:

    (1) All project pricing responses must be submitted on theResponse Form provided by the requesting department.Responses on vendor letterhead/quotation forms shall notbe accepted.

    (2) Prices offered from Pre-Qualified Contractor(s) on an "asneeded basis" must be the price for new merchandise andfree from defect. Unless specifically requested in thespecifications, any quotes containing modifying or escalationclauses shall be rejected.

    (3) The successful Pre-Qualified Contractor(s) shall provide fora turnkey service as stated in the Specification/Scope ofWork attached hereto and incorporated herein. Theomission of any essential detail from theseSpecifications/Scope of Work does not relieve the Pre-Qualified Contractor(s) from completing each Project in itsentirety. No additional compensation shall be allowedbeyond the price provided on the quotation as submitted foreach Project.

    (4) Pre-Qualified Contractor(s) warrants by virtue of bidding (onan as need basis) that prices shall remain firm for a period often (10) days from the date of each quotation submittal orother time stated in special conditions.

    (5) In the event of mathematical error(s), the unit price shprevail and the Contractor(s) total offer shall be correctaccordingly.

    (6) Respondents may offer a cash discount for prompt paymeHowever, such discounts shall not be considered determining the lowest net cost for evaluation purposunless otherwise specified in the special conditionRespondents should reflect any discounts to be considerin the unit prices offered.

    f. ACCEPTANCE/REJECTION OF REQUEST FOR PRQUALIFICATIONS: Palm Beach County reserves the right to acceor to reject any or all Request for Pre-Qualifications. Palm BeaCounty also reserves the right to (1) waive any non-substantiirregularities and technicalities; (2) reject the Request for PQualification of any respondent who has previously failed in the propperformance of a contract of a similar nature, who has besuspended or debarred by the County or other governmental entity, who is not in a position to perform properly under this award; and (inspect all facilities of bidders in order to make a determination as toability to perform.

    Palm Beach County reserves the right to reject any offer or bid if tprices are materially unbalanced. An offer is materially unbalanced is mathematically unbalanced, and if there is reason to believe that toffer would not result in the lowest overall cost to the County, evthough it is the lowest evaluated offer. An offer is mathematica

    unbalanced if it is based on prices which are significantly less than fmarket price for some bid line items and significantly greater than fmarket price for other bid line items. Fair market price shall determined based on industry standards, comparable bids or offeexisting contracts, or other means of establishing a range of curreprices for which the line items may be obtained in the market placThe determination of whether a particular offer or bid is materiaunbalanced shall be made in writing by the Purchasing Director, citithe basis for the determination.

    g. NON-EXCLUSIVE: The County reserves the right to acquire someall of these goods and services through a State of Florida contraunder the provisions of Section 287.042, Florida Statutes, provided tState of Florida contract offers a lower price for the same goods aservices. This reservation applies both to the initial award of tsolicitation and to acquisition after a term contract may be awarde

    Additionally, Palm Beach County reserves the right to award othcontracts for goods and services falling within the scope of tsolicitation and resultant contract when the specifications differ frothis solicitation or resultant contract, or for goods and servicspecified in this solicitation when the scope substantially differs frothis solicitation or resultant contract.

    h. PERFORMANCE DURING EMERGENCY: By submitting a Requefor Pre-Qualification, respondent(s) agrees and promises that, duriand after a public emergency, disaster, hurricane, flood, or acts God, Palm Beach County shall be given first priority for all goods aservices under this contract. Respondent(s) agrees to provide goods and services to Palm Beach County throughout temergency/disaster at the terms, conditions, and prices as providedthis solicitation, and with a priority above, a preference over, salesthe private sector. Respondent(s) shall furnish a 24-hour phonumber to the County in the event of such an emergency. Failure

    provide the stated priority/preference during an emergency/disasshall constitute breach of contract and make the Pre-QualifContractor(s) subject to sanctions from further business with tCounty.

    4. REQUEST FOR PRE-QUALIFICATION SUBMISSIONS

    a. OBSERVING THE PUBLISHED REQUEST FOR PRQUALIFICATION SUBMISSION TIME: The published Request fPre-Qualification submission time shall be observed for the initPre-Qualification of Contractor(s).It is the sole responsibility of trespondent(s) to ensure that their Request for Pre-Qualification arrivin the Purchasing Department prior to the published Request for PrQualification submission time. Request for Pre-Qualification responsby telephone, electronics, or facsimile shall not be accepted.

  • 8/13/2019 WPB -Painting Bid

    5/25

    Page

    NOTE: New respondent(s) may submit their Request for Pre-Qualification at any time after the initial submission time in order to beevaluated by the Purchasing Department and added to the "Pre-Qualified" list of Contractors. Respondent(s) are cautioned that anysubmittals received after the initial requested time will be evaluated,but, could take up to thirty (30) days to do so.

    5. CONTRACT ADMINISTRATION

    a. DELIVERY AND ACCEPTANCE: Deliveries of all items shall bemade as soon as possible. Deliveries resulting from this Request for

    Pre-Qualification are to be made during the normal working hours ofthe County. Time is of the essence and delivery dates must be met.Should the successful Pre-Qualified Contractor(s) fail to deliver on orbefore the stated dates, the County reserves the right to CANCEL theorder or contract and make the purchase elsewhere. The successfulPre-Qualified Contractor(s) shall be responsible for making any and allclaims against carriers for missing or damaged items.

    Delivered items shall not be considered "accepted" until an authorizedagent for Palm Beach County has, by inspection or test of such items,determined that they appear to fully comply with specifications. TheBoard of County Commissioners may return, at the expense of thesuccessful Pre-Qualified Contractor(s) and for full credit, any item(s)received which fail to meet the County's specifications or performancestandards.

    b. FEDERAL AND STATE TAX: Palm Beach County is exempt from

    Federal and State taxes. The authorized agent for Purchasing shallprovide an exemption certificate to the successful Pre-QualifiedContractor(s), upon request. Successful Pre-Qualified Contractor(s)are not exempted from paying sales tax to their suppliers for materialsto fulfill contractual obligations with the County, nor are successful Pre-Qualified Contractor(s) authorized to use the County's Tax ExemptionNumber in securing such materials.

    c. PAYMENT: Payment shall be made by the County aftercommodities/services have been received, accepted and properlyinvoiced as indicated in the contract and/or order. Invoices must bearthe order number. The Florida Prompt Payment Act is applicable tothis solicitation.

    d. CHANGES: The Director of Purchasing, Palm Beach County, bywritten notification to the successful Pre-Qualified Contractor(s) may

    make minor changes to the contract terms. Minor changes are definedas modifications which do not significantly alter the scope, nature, orprice of the specified goods or services. Typical minor changesinclude, but are not limited to, place of delivery, method of shipment,minor revisions to customized work specifications, and administrationof the contract. The successful Pre-Qualified Contractor(s) shall notamend any provision of the contract without written notification to theDirector of Purchasing, and written acceptance from the Director ofPurchasing or the Board of County Commissioners.

    e. DEFAULT: The County may, by written notice of default to thesuccessful Pre-Qualified Contractor(s), terminate the contract in wholeor in part if the successful Pre-Qualified Contractor(s) fails tosatisfactorily perform any provisions of this solicitation or resultantcontract, or fails to make progress so as to endanger performanceunder the terms and conditions of this solicitation or resultant contract,and does not remedy such failure within a period of 10 days (or such

    period as the Director of Purchasing may authorize in writing) afterreceipt of notice from the Director of Purchasing specifying suchfailure. In the event the County terminates this contract in whole or inpart because of default of the successful Pre-Qualified Contractor(s),the County may procure goods and/or services similar to thoseterminated, and the successful Pre-Qualified Contractor(s) shall beliable for any excess costs incurred due to this action.

    If it is determined that the successful Pre-Qualified Contractor(s) wasnot in default or that the default was excusable (e.g., failure due tocauses beyond the control of, or without the fault or negligence of, thesuccessful Pre-Qualified Contractor(s)), the rights and obligations ofthe parties shall be those provided in Section 5.f, "Termination forConvenience."

    f. TERMINATION FOR CONVENIENCE: The Director of Purchasmay, whenever the interests of the County so require, terminate tcontract/pre-qualification process, in whole or in part, for tconvenience of the County. The Director of Purchasing shall give f(5) days prior written notice of termination to the successful PQualified Contractor(s), specifying the portions of the contract to terminated and when the termination becomes effective. If oportions of the contract are terminated, the successful Pre-QualifiContractor(s) has the right to withdraw, without adverse action, frothe entire contract.

    Unless directed differently in the notice of termination, the successPre-Qualified Contractor(s) shall incur no further obligations connection with the terminated work, and shall stop work to the extespecified and on the date given in the notice of terminatioAdditionally, unless directed differently, the successful Pre-QualifContractor(s) shall terminate outstanding orders and/or subcontracrelated to the terminated work.

    THIS IS THE END OF "GENERAL CONDITIONS."

  • 8/13/2019 WPB -Painting Bid

    6/25

    Page

    SPECIAL CONDITIONS

    6. GENERAL/SPECIAL CONDITION PRECEDENCE

    In the event of conflict between General Conditions and Special Conditions, the provisions of the Special Conditions shahave precedence.

    7. PRE-QUALIFICATION

    All contractors/vendors who provide " Painting Services and meet the terms and conditions of this solicitation are eligible, aany time, to be pre-qualified for their ability to perform contracts in accordance with this solicitation. Contractors/Vendowho have been pre-qualified and no longer want to be solicited may request, in writing, that their company be removed fromthe qualified vendor list. Request shall be submitted to Amanda Ray, Senior Buyer, Purchasing Department, 50 S. MilitaTrail, Suite 110, West Palm Beach, FL 33415. Palm Beach County reserves the right at its sole discretion to add qualifiecontractors/vendors at anytime.

    All contractors/vendors interested in pre-qualifying shall have an established business with sufficient personnel and expertisto meet the requirements of this solicitation.

    8. INSPECTION OF FACILITIES (MANDATORY)

    Pre-Qualified Contractor(s) shall visually inspect each facility site where each Project is to be performed. The requestin

    department shall send each Pre-Qualified Contractor(s) a notice of the Project, including scope of work, with the location antime of the site inspection and allow enough time to make arrangement to attend. THE PRE-QUALIFIED CONTRACTORFAILURE TO VISUALLY INSPECT THE FACILITIES SHALL RESULT IN THE PRE-QUALIFIED CONTRACTORS NOBEING ELIGIBLE FOR CONSIDERATION OF AWARD OF THAT PROJECT. Pre-Qualified Contractors are advised tmake a thorough inspection of the extent of work. After the Project has been awarded, no extra charge or compensation wbe allowed unless by reason of unforeseeable causes beyond his control and without fault or negligence, including, but norestricted to, Acts of God. Said change must be approved, in writing, by the Director of Purchasing. Pre-QualifieContractor(s) are reminded that statements and information provided at ALL meetings/inspections are not binding unlesissued in writing as an amendment to the Project.

    All Pre-Qualified Contractor(s) shall sign an attendance sheet. The attendance sheet will be collected 10 minutes aftestated start time, local time. Those arriving after the attendance sheet has been collected shall be considered as not attendance for purposes of the mandatory inspection of facilities and not allowed to submit a quote for that Project.

    9. QUALIFICATION OF CONTRACTOR(S) / VENDORS

    Only responsive and responsible contractors/vendors, qualified to provide the goods and/or service specified herein shall bconsidered for inclusion to the pre-qualified list. The contractors/vendors may be asked to provide sufficient evidence tconfirm a satisfactory performance record. Such information may include an adequate financial statement of resources, thability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and businesethics, the necessary organization, experience, accounting and operation controls, and technical skills, and be otherwisqualified and eligible to receive an award under applicable laws and regulations.

    The contractors/vendors should submit the following information with their Request for Pre-Qualification response; howeveif not included, it shall be the responsibility of the contractors/vendors to submit all evidence, as solicited, within a time framspecified by the County (normally within two working days of request). Failure of contractors/vendors to provide the requireinformation within the specified time frame is considered sufficient cause for rejection of their Request for Pre-Qualification.

    NOTE: INFORMATION SUBMITTED WITH A PREVIOUS BID/QUALIFICATION SHALL NOT SATISFY THIPROVISION.

    A. List a minimum of three (3) references (Attachment A) in which similar goods and/or services have beeprovided within the past three (3) years including scope of work, contact names, addresses, telephone numberand dates of service. A contact person shall be someone who has personal knowledge of the contractorperformance for the specific requirement listed. Contact person must have been informed that they are beinused as a reference and that the County may be calling them. DO NOT list persons who will be unable tanswer specific questions regarding the requirement.

    B. The contractor must provide written evidence (copies of current licenses/certifications) that show that the fir(contractor) or a principal in the firm holds the following licenses:

    Painting Contractor License

  • 8/13/2019 WPB -Painting Bid

    7/25

    Page C. List the name of all personnel who will be available to conduct a site inspection, name, title, phone number, ce

    phone number, and fax number if applicable.

    10. CRIMINAL HISTORY RECORDS CHECK

    This solicitation includes sites and/or buildings which have been designated as critical facilities pursuant to Ordinanc2003-030 and Resolution R-2003-1274, as may be amended. Therefore, prior to the award of any contract, threcommended awardee(s) must comply with all the requirements of this solicitation, i.e. Criminal History Records ChecOrdinance. County staff representing the user Department will contact the recommended awardee(s) and provide additioninstructions for meeting the requirements of this Ordinance. A contract shall not be awarded unless the recommendeawardee meets the requirements established by the Electronic Services and Security Division of the Facilities Developmenand Operations Department.

    11. DETERMINATION/AWARD

    All responsive, responsible contractors who meet the minimum qualifications will be authorized to submit quotes accordance with Term and Condition #13, Method of Ordering, and if awarded, provide the required goods and services.

    The ordering department will be responsible for evaluating the quotations, applying the SBE preference, if applicable, anawarding the project.

    12. INFORMATION AND DESCRIPTIVE LITERATURE (Brand Name or equal)

    Unless otherwise stated in these specifications, any manufacturers names, trade names, brand names, information ocatalog numbers listed in this specification are for information and not intended to limit competition. When the phrase oequal is used, the bidder may offer any brand/manufacturer for which they are an authorized dealer/distributor/resellewhich meets or exceeds the specifications for any item listed in the bid. Bidder shall enter the manufacturer anmanufacturer part number on the bid response page. Unless offering the specified manufacturers(s)/model(s), the biddeshallsubmit with their bid response, manufacturer cut sheets, sketches, descriptive literature and/or complete specificationfor said item(s). Literature shall provide sufficient detail to verify compliance to bid specifications. The failure of thdescriptive literature to show that the item(s) offered conforms to the requirements of this solicitation shall result ithe rejection of the bid. Reference to literature submitted with a previous bid or literature which has been created by anentity other than the manufacturer shall not satisfy this provision. The County reserves the sole right to determinacceptance of offered item (s) as an approved equal.

    Note: At the sole discretion of Palm Beach County, samples may be requested, after bid submittal, to complete and/or veri

    compliance to bid specifications.

    13. TERM

    The terms and conditions of this solicitation shall remain in full force and effect during the term specified and shall apply to aorders placed for specified goods and/or services for Palm Beach County. Re-qualifying and/or termination shall be at thsole discretion of Palm Beach County.

    14. METHOD OF ORDERING (TERM CONTRACT)

    A letter, noting a term of sixty (60) months or until the estimated funding is expended, at the discretion of the County, will bsent to all Pre-Qualified Contractors. The County will notify all Pre-Qualified Contractor(s) of each Project on an "as needebasis". All terms and conditions of this solicitation are applicable. Determination of specifications for each Project will bmade by the ordering County department. The ordering department will notify ALL applicable Pre-Qualified Contractors tpresent a written quote on the response form provided by the requesting department. Responses on vendoletterhead/quotation forms shall not be accepted. Each Project shall be awarded to the Contractor offering the lowest fixeprice, subject to the SBE provisions of term # 3.c.

    Any Project that is equal to or greater than the Mandatory Bid Dollar amount (as stated below) shall be subject to PalBeach County Ordinance 2005-062. The "Mandatory Bid Amount" is the threshold dollar amount established as policy bthe Board of County Commissioners at and above which a formal competitive sealed bid process must be used. Presentthe mandatory bid amount for any Project is fifty thousand dollars ($50,000.00). Any Project that exceeds the mandatory bamount shall be separately solicited via a formal competitive sealed bid process.

  • 8/13/2019 WPB -Painting Bid

    8/25

    Page 15. ATTACHMENT

    Attachment A is included and is considered to be a component of this solicitation.

    16. ESTIMATED EXPENDITURES

    The anticipated funding during the sixty (60) month period is $ 1,500,000. Palm Beach County reserves the right to increasor decrease the anticipated value as necessary to meet actual requirements, and to re-advertise for the contracted serviceat any time after the anticipated value of this contract has been reached, notwithstanding that the anticipated term has nobeen completed.

    17. TIME FOR COMPLETION / DELIVERY

    Contractor(s)/vendors acknowledges and agrees that the time of completion/delivery is an essential condition of this contrac

    By submitting a response, contractors/vendors, if awarded work, agrees to begin work at the specified time frames as statein their quote, and to prosecute the work uninterrupted in such a manner, with sufficient labor, equipment and/or materials sas to ensure its completion within the agreed time frame based on the Countys issuance of a Notice to Proceed.

    18. TIME LIMIT FOR RETURNING QUOTATIONS

    Pre-Qualified Contractors shall return their quotation, on the response form provided by the County, no more than five (5business days after receipt of quotation unless otherwise specified by the ordering department. Responses on vendoletterhead/quotation forms shall not be accepted. Failure of the contractor(s) to submit the quotation within the required tim

    specified will be considered a NO QUOTE and the Contractor(s) will not be eligible for consideration of award for thaProject. In the best interest of Palm Beach County, the time limit requirement may be changed (in writing) in specifinstances. Failure to respond to a requested Project quotation five (5) times consecutively may constitute a lack of intereand removal from the Pre-Qualification list unless requested in writing by Contractor to remain active or to be reinstated.

    19. INSURANCE REQUIRED (LOT I COUNTY-WIDE)

    It shall be the responsibility of the successful Pre-Qualified Contractors to provide evidence of the following minimumamounts of insurance coverage to Palm Beach County, c/o Purchasing Department, Attention Buyer, 50 South Military TraiSuite 110, West Palm Beach, Florida 33415. During the term of the Contract and prior to each subsequent renewal thereothe successful Pre-Qualified Contractors shall provide this evidence to the County prior to the expiration date of each anevery insurance required herein.

    Commercial General Liability Insurance. Successful Pre-Qualified Contractor(s) shall maintain Commercial General LiabiliInsurance, or similar form, at a limit of liability not less than $500,000 Each Occurrence for Bodily Injury, Personal Injury anProperty Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/oCompleted Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damagcoverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also bincluded when applicable to the work to be performed. This coverage shall be endorsed to include Palm Beach Countas an Additional Insured.

    Business Auto Liability Insurance. Successful Pre-Qualified Contractors shall maintain Business Auto Liability Insurance at limit of liability not less than $500,000 Combined Single Limit Each Accident for all owned, non-owned, and hireautomobiles. (In this context, the term Autos is interpreted to mean any land motor vehicle, trailer or semi trailer designefor travel on public roads.) In the event successful Pre-Qualified Contractors neither owns nor leases automobiles, thBusiness Auto Liability requirement shall be amended allowing successful Pre-Qualified Contractors to maintain only Hired Non-Owned auto Liability. This amended requirement may be satisfied by way of endorsement to the Commercial Gener

    Liability, or separate Business Auto coverage form.

    Workers Compensation and Employers Liability Insurance. Successful Pre-Qualified Contractors shall maintain WorkerCompensation & Employers Liability Insurance in accordance with Florida Statute Chapter 440.

    A signed Certificate or Certificates of Insurance, evidencing that required insurance coverages have been procured by thsuccessful Pre-Qualified Contractors in the types and amounts required hereunder shall be transmitted to the County via thInsurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Failurto provide required insurance shall render your offer as non responsive.

    Except as to Business Auto, Workers Compensation and Employers Liability (and Professional liability, when applicablesaid Certificate(s) shall clearly confirm that coverage required by the contract has been endorsed to include Palm BeacCounty as an Additional Insured.

  • 8/13/2019 WPB -Painting Bid

    9/25

    Page Further, said Certificate(s) shall endeavor to provide ten (10) days written notice to County prior to any adverse changecancellation or non-renewal of coverage there under.

    It is the responsibility of the successful Pre-Qualified Contractors to ensure that all required insurance coverages armaintained in force throughout the term of the contract. Failure to maintain the required insurance shall be consideredefault of contract. Successful Pre-Qualified Contractors shall agree to provide the County with at least ten (10) days prionotice of any cancellation, non-renewal or material change to the insurance coverages. All insurance must be acceptable tand approved by County as to form, types of coverage and acceptability of the insurers providing coverage.

    Pre-Qualified Contractors shall agree that all insurance coverage required herein shall be provided by Pre-Qualifie

    Contractors to County on a primary basis.

    20. INSURANCE REQUIRED (LOT II AIRPORT ONLY)

    It shall be the responsibility of the successful Pre-Qualified Contractors to provide evidence of the following minimumamounts of insurance coverage to Palm Beach County, c/o Purchasing Department, Attention Buyer, 50 South Military TraiSuite 110, West Palm Beach, Florida 33415. During the term of the Contract and prior to each subsequent renewal thereothe successful Pre-Qualified Contractors shall provide this evidence to the County prior to the expiration date of each anevery insurance required herein.

    Commercial General Liability Insurance. Successful Pre-Qualified Contractor(s) shall maintain Commercial General LiabiliInsurance, or similar form, at a limit of liability not less than $5,000,000 Each Occurrence for Bodily Injury, Personal Injurand Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Producand/or Completed Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damagcoverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also bincluded when applicable to the work to be performed. This coverage shall be endorsed to include Palm Beach Countas an Additional Insured.

    Business Auto Liability Insurance. Successful Pre-Qualified Contractors shall maintain Business Auto Liability Insurance at limit of liability not less than $1,000,000 (5,000,000 if vehicle(s) are driven airside) Combined Single Limit Each Accident foall owned, non-owned, and hired automobiles. (In this context, the term Autos is interpreted to mean any land motovehicle, trailer or semi trailer designed for travel on public roads.) In the event successful Pre-Qualified Contractors neitheowns nor leases automobiles, the Business Auto Liability requirement shall be amended allowing successful Pre-QualifieContractors to maintain only Hired & Non-Owned auto Liability. This amended requirement may be satisfied by way oendorsement to the Commercial General Liability, or separate Business Auto coverage form.

    Workers Compensation and Employers Liability Insurance. Successful Pre-Qualified Contractors shall maintain Worker

    Compensation & Employers Liability Insurance in accordance with Florida Statute Chapter 440.

    A signed Certificate or Certificates of Insurance, evidencing that required insurance coverages have been procured by thsuccessful Pre-Qualified Contractors in the types and amounts required hereunder shall be transmitted to the County via thInsurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Failurto provide required insurance shall render your offer as non responsive.

    Except as to Business Auto, Workers Compensation and Employers Liability (and Professional liability, when applicablesaid Certificate(s) shall clearly confirm that coverage required by the contract has been endorsed to include Palm BeacCounty as an Additional Insured.

    Further, said Certificate(s) shall endeavor to provide ten (10) days written notice to County prior to any adverse changecancellation or non-renewal of coverage there under.

    It is the responsibility of the successful Pre-Qualified Contractors to ensure that all required insurance coverages armaintained in force throughout the term of the contract. Failure to maintain the required insurance shall be consideredefault of contract. Successful Pre-Qualified Contractors shall agree to provide the County with at least ten (10) days prionotice of any cancellation, non-renewal or material change to the insurance coverages. All insurance must be acceptable tand approved by County as to form, types of coverage and acceptability of the insurers providing coverage.

    Pre-Qualified Contractors shall agree that all insurance coverage required herein shall be provided by Pre-QualifieContractors to County on a primary basis.

  • 8/13/2019 WPB -Painting Bid

    10/25

    Page 121. WORK SITE SAFETY/SECURITY

    The successful Pre-Qualified Contractor(s) shall at all times guard against damage or loss to the property of Palm BeacCounty, the Contractor's own property, and/or that of other contractors, and shall be held responsible for replacing orepairing any such loss or damage. When applicable, the successful Pre-Qualified Contractor(s) shall provide fences, signbarricades, flashing lights, etc. necessary to protect and secure the work site(s) and insure that all County, State of FloridaOSHA, and other applicable safety regulations are met. Additionally, successful Pre-Qualified Contractor(s) shall provide fothe prompt removal of all debris from Palm Beach County property. Palm Beach County may withhold payment or maksuch deductions as deemed necessary to ensure reimbursement or replacement for loss or damage to property througnegligence of the successful Pre-Qualified Contractor(s) or their agents.

  • 8/13/2019 WPB -Painting Bid

    11/25

    Page 1

    SPECIFICATIONSFOR

    REQUEST # 09-042R/AR

    REQUEST FOR PRE-QUALIFICATION OF VENDORS FORPAINTING SERVICES ON AN AS NEEDED BASIS (REBID)

    PURPOSE AND INTENT

    The sole purpose and intent of this Request for Pre-Qualifications is to secure a listing of pre-qualified contractor(s) tprovide various Palm Beach County Departments with Painting Services on an as needed basis.

    SCOPE OF WORK

    Work shall include, but not be limited to, painting interior, exterior or both; surface treatment, including, but not limited tosurface cleaning, surface preparation, pressure cleaning or sandblasting; surface repair including, but not limited to, caulkingsealants, patching; priming and application of paint coating to the substrates and systems that are necessary for, anreasonably incidental to, the completion of the service.

    Work shall be done in a professional manner and meet the requirements of applicable Palm Beach County and locaMunicipal codes and standards.

    COUNTYS RESPONSIBILITIES

    The County shall provide a response form for vendors to submit their responses on.

    The County shall provide a scope of work to all pre-qualified vendors prior to the site inspection.

    The County shall conduct a pre-bid site inspection to identify the type of painting service required at the location in which thservice is to take place.

    The County shall review the quotes submitted by the contractors. No work shall start until written notification from thdesignated County representative has been issued to the contractor by issue of a Purchase Order.

    The County shall provide clear access to the work area.

    The County shall schedule service so as to maintain the efficient and safe working conditions of Palm Beach Countpersonnel, buildings, and site operations.

    The County shall reserve the right to require the removal of any of the successful bidders employees from the project, if the Countys judgment, such removal is necessary to protect the Countys interest.

    The County shall inspect the project upon completion of work, unless prior arrangements are made, with the contractor, tensure that the work is acceptable.

    SUCCESSFUL BIDDERS RESPONSIBILITIES

    The successful bidder shall furnish at their expense all supervision, labor, equipment, material, tools, machinery

    transportation and other facilities and services necessary to fully complete the project.

    The successful bidder shall coordinate all activities with the designated County representative.

    The successful bidders quote shall list the materials that are going to be used including the manufacturer and model/colonumber, estimate of hours and men for the project, and necessary equipment to perform the project.

    The successful bidder shall supply MSDS sheets for all applicable products.

    The successful bidder shall complete all work to the satisfaction of the designated County representative.

    The successful bidder shall not use County dumpsters, trash bins, or other contracted services to dispose of the materials.

  • 8/13/2019 WPB -Painting Bid

    12/25

    Page 1The successful bidder shall arrange for a site inspection of the project, with the designated County representativeimmediately after completion of the service.

    The successful bidder shall post all normal safety signs, necessary light, and temporary barriers around work areas, iaccordance with OSHA requirements, while the work is in progress.

    The successful bidder shall provide vehicles licensed for use on public streets and licensed in the State of Florida. Vehicleshall have identification to include companys name and/or logo so that it is apparent as to the nature of business of theoccupant of the vehicle.

    The successful bidders employees shall wear uniform shirts with identification name tags to include employees namecompany name and/or logo.

    TECHNICAL REQUIREMENTS

    1. QUALITY ASSURANCE

    a. Quality Assurance - Products

    All materials for application to surfaces shall be delivered to the site in their original unopened containewith original labels.

    Only the manufacturer's thinners shall be used to thin the respective products, and in amounrecommended by the manufacturer.

    Contractor shall submit manufacturers catalog cuts and specification sheets for products used per Term Condition #12.

    It shall be the Contractor's responsibility to ensure that all primers, caulking, patching, undercoats, and finiscoats are mutually compatible, as applicable, and compatible with the surfaces to be prepared and/or treateand/or painted.

    Coating applications shall be made in strict conformance to this Section and to the manufacturerinstructions on the labels and products data sheets.

    Materials shall be kept in proper and uniform consistency.

    b. Quality Assurance - Personnel and Equipment

    Each of the Contractor's personnel shall have expertise in the work that the person performs, including thoperation of any equipment used to complete the service.

    All equipment and application tools shall be in good and safe condition and suitable for the application fowhich it is being used.

    2. EXECUTION

    a. Storage of Materials and Use of the Site

    Contractors set-up and logistical area shall be pre-approved by the designated County representative. Flammable materials and/or fire hazardous waste shall be handled and stored in accordance with safety

    standards, and also must be removed from the work site daily. Contractor shall properly maintain the premises. Areas shall be kept free of waste, debris, and rubbis

    caused as a result of the service. It shall be the responsibility of the Contractor to confine its personnel, equipment and materials to the areas

    designated by the County representative. At the completion of the service, the Contractor shall remove all materials and equipment, and clean all

    areas of service, as specified herein. Palm Beach County shall provide water and electricity from existing facilities. Contractor shall make and pa

    for any necessary modifications to either system to its original condition that was modified by the Contractor Contractor shall provide rest room facilities and drinking water for Contractors personnel.

  • 8/13/2019 WPB -Painting Bid

    13/25

    Page 13. PROTECTION OF PALM BEACH COUNTY PROPERTY

    a. Exterior

    All shrubbery, outside carpeting, outdoor furniture, sprinkler systems and any other items shall be fullyprotected against damage during each stage of the service.

    Paint chips and other debris generated from the pressure cleaning or sandblasting process shall be removedon a daily basis.

    It is recognized that the Contractor may possibly attach scaffolds and scaffold clamps to the parapet walls ofthe building in order to carry out exterior painting work. In moving around the roofs, the Contractor shallprovide protective deck boards or strips of plywood to prevent damage to the roof and parapet walls

    Protect or prevent foliage from coming in contact with solution. Thoroughly hose, with water, all plants and/orground around plants coming in contact with the cleaning solution.

    All exterior substrates designated not to receive paint coatings shall be kept free of paint residue; e.g.windows, outdoor carpeting, etc.

    b. Interior

    All interior carpeting, furniture, personal belongings and any other items shall be fully protected against damageduring each stage of the service.

    Remove or protect finish hardware, accessories, device plates, lighting fixtures, factory finished work, and similaitems. Upon completion of each space, carefully replace all removed items. Use only skilled mechanics forremoval, replacement, and protection.

    All interior furniture and wall hangings are to be moved away from the surfaces being painted. All furniture andwall hangings are to be moved back to original location after completion of service.

    Paint chips and other debris generated from the service shall be removed on a daily basis. All interior substrates designed not to receive paint coatings shall be kept free of paint residue, e.g. windows,

    carpeting, furniture, ceiling lights, etc.

    4. PRODUCTS

    a. No Lead ContentThere shall be no lead content in any materials applied to surfaces as part of this service.

    b. No Mercury ContentThere shall be no mercury content in any materials applied to surfaces as part of this service.

    c. VOCsAll products supplied shall meet or exceed current VOC regulations for the State of Florida.

    d. Paint FinishElastomeric or Acrylic Paint shall be used on all exterior wall surfaces.

    e. SealantsSealants used for crack repairs shall be either Urethane or Polyurethane and shall be paintable.

    f. Backstop MaterialBackstop material shall be resilient urethane, closed-cell polyethylene foam, preformed neoprene, neoprene rodor rope yard. Backstop material shall be nonabsorbent, non-staining, and compatible with the sealant and prime

    used.

    g. GlazingGlazing materials are to be either metal sash putty or elastic glazing compound.

    h. Glazing GasketsGlazing gaskets are to match existing material in use at site. Use a liquid elastomeric sealant to close openingsassociated with the ends of the gaskets.

  • 8/13/2019 WPB -Painting Bid

    14/25

  • 8/13/2019 WPB -Painting Bid

    15/25

    Page 1b. Schedule of Coatings

    The following listing reflects the types of coatings specified in 8.b Exterior Painting and in 8.c Interior Painting:

    EXTERIOR 1STCOAT 2NDCOAT 3RDCOAT

    Masonry Masonry Conditioner Elastomeric or Acrylic *

    Stucco Masonry Primer Elastomeric or Acrylic *

    Galvanized metal Zinc Dust/Zinc Oxide Primer Rust-inhibitive Silicone Enamel, Gloss *

    Ferrous Metal Zinc Chromate Primer Rust-inhibitive Silicone Enamel, Gloss *

    Corrugated Metal Bonding Coat Acrylic, Gloss *

    Transite Exterior Latex Wood Primer Exterior Latex, Flat or as Specified *

    Masonite Exterior Latex Wood Primer Exterior Latex, Flat or as Specified *

    Wood Exterior Latex Wood Primer Exterior Latex, Flat or as Specified *

    * Third coat only required as needed

    INTERIOR 1STCOAT 2NDCOAT 3RDCOAT

    Masonry Interior Block Filler Interior Latex, Flat or as specified *

    Concrete Latex Wall Primer Interior Latex, Flat or as specified *

    Plaster Sealer Interior Latex, Flat or as specified *

    Drywall Latex Wall Primer Interior Latex, Flat **

    Galvanized Metal Galvanized Metal Primer Acrylic Interior Latex, Semi-Gloss *

    Ferrous Metal Acrylic Primer Enamel, Semi-Gloss **

    Wood, Stained Interior Stain Oil-base Varnish or Polyurethane, asdirected

    **

    Wood, Varnished Interior Oil Stain Oil-base Varnish or Polyurethane, asdirected

    **

    Wood, Painted Wood Primer Enamel, Semi-Gloss **

    *Third coat only required as needed**Same as second coat, but 1.2 mil thickness

  • 8/13/2019 WPB -Painting Bid

    16/25

    Pag6. AMBIENT WEATHER CONDITIONS

    a. General - All exterior painting activities shall be performed in accordance with established practice for the ambweather conditions that exist at the time.

    b. Temperature - Paint only in dry weather when the ambient temperature is between 50oF and 120oF on the surface be painted. No painting shall be done above 85% relative humidity. Stop exterior work early to perpaint film to set up before condensation, caused by night temperature drops, occur. Do not beginpainting until surfaces are moisture-free. Keep paint at room temperature.

    c. Direct Sunlight - Do not varnish or enamel in direct sunlight.

    7. SURFACE PREPARATION

    a. General

    Each surface shall be cleaned and prepared in accordance with professional painting industry practices, and mthe requirements of the protective coating manufacturer and all specifications herein, to provide a substrate suitfor the long term adhesion of the specified coatings.

    Preparation of all surfaces shall be in strict accordance with the manufacturers recommendations for the prodbeing used.

    Sweep dust, dirt and debris away before painting. Clean all surfaces, before painting in accordance with paint manufacturers specifications, to properly receive fin

    b. Surface Cleaning

    Remove loose, pealing, blistering, flaking paint, heavy chalk and foreign matter by means of scraping, wire brusand/or water blasting. Repeat where needed to remove all foreign matter deterrent to the new finish.

    Cleaning and Mildew Control: All exterior surfaces to be painted shall be water blasted at 2,500 psi orgreater as required for proper surface preparation depending upon substrate conditions with the followingsolution to remove dust, oil, grease, chalk, mildew/fungus, mildew spores, and other surface contaminants.

    Cleaning Solution: Mix 1 part bleach to 3 parts water - mix thoroughly. Let solution remain on surface one halfhour and then thoroughly rinse with clean water. If dirt remains, wash with non-sudsing detergent, rinsethoroughly and allow surface to dry before painting.

    Stains created by rust, mildew, salt, corroded aluminum and bronze paint shall be chemically treated and

    coarse brushed (to maximize the removal of the dark color.) Any loose and scaling paint not removed by pressure washing shall be removed by wire brushing or other

    suitable power tool cleaning. Metals shall be mechanically hand tooled to bright metal, treated with a metal primer. All masonry surfaces shall be free of dirt, dust, oil curing compounds, loose cement, etc. and bonded with a

    sealer prior to patching, unless specified otherwise.

    c. Minor Repairs

    All minor hairline cracks (1/32" or less) in stucco, exposed block, or poured concrete shall be cleaned,sealed, filled or patched with flexible patching compound. Finished patches shall be closely matched to adjacenexisting stucco surface. Special care shall be given to all window corners.

    Painted wood surfaces shall be carefully inspected for evidence of deterioration or surface imperfections.

    Sandpaper any hard, glossy surface, then dust off to ensure proper adhesion. Fill nail holes, imperfections andcracks with putty. Edges, corners and raised grain shall be eased by sanding. Each coat required shall besanded except the last.

    Fill small holes or imperfections in plaster with patching plaster, and sand smooth when dry. Metals shall be mechanically hand tooled to bright metal, treated with Metal Prep and primed and finished coat

    applied. Any metal flashing that has deteriorated shall be replaced. Contractor shall identify and advise thedesignated County representative of the total quantity requiring replacement.

    Where loose or peeling paint has been removed, the remaining paint shall be feather sanded. Applyappropriate primer/sealer coat followed by patching, caulking or additional coats of finish paint.

    All surfaces to be caulked and patched shall first be properly cleaned, sealed and/or primed, this includeswindow returns where there is evidence of chalk. All masonry surfaces to be cleaned and bonded with amasonry conditioner prior to patching, unless specified otherwise.

  • 8/13/2019 WPB -Painting Bid

    17/25

    Pagd. Surface Preparation: Masonry/Stucco Repair; Patching, Caulking/Sealant Procedure

    All construction joints, expansion joints and other joints shall be re-caulked. Old existing caulking shall be remoand the area cleaned prior to re-caulking to ensure desired adhesion to both surfaces. Neoprene rope shainstalled as a back-up surface if opening is more than 1/8".

    All masonry cracks of hairline nature or less shall be patched. Masonry cracks of more than 1/8" in width shall be cut out with electric saw, cleaned, Neoprene rope installed,

    with a one part polyurethane sealant to meet Federal Spec. TT-S00230C, type II, Class A, USDA approved FDA approved. Adjacent surfaces shall be matched in textured and uniformity. All resurfacing applications of a

    lastic surfacer or equal shall match adjacent surface in texture and uniformity an result in a minimum of 1/8' builof material over the cracked areas and feathered and textured into adjacent surfaces. Sound out all masonry cracks to determine bond substrate. If hollow sound or disbonding is present, remove lo

    substrate and prime with concrete primer. Apply concrete patching material in voids and finish to matchadjacent substrates in texture and uniformity.

    Remove all tape, patching compound, caulking or sealant in any previously patched areas that have lost adheto the substrate, re-patch and repaint as specified.

    All loose and broken masonry shall be removed. All exposed re-bar, stirrups, corner beads and other expometal material shall be wired brushed, to remove all rust and foreign matter, coated with rust inhibitor/arrester one coat of an epoxy mastic coating before being patched to original surface appearance. Contractor shall ideand advise the designated County representative of the total area of deteriorated stucco that shall be replaced.

    Provide new expansion joints where cracking has occurred. Joints shall be " x " and filled with backing rodPolyurethane caulking sealant.

    e. Surface Preparation: Exterior Caulking of Window and Window Perimeters

    Metal to StuccoRemove all sealant material from caulk joints. Solvent wipe with denatured alcohol all metal surfaces to removecontaminants. Apply a urethane type one-part sealant to joint surface in coordination with joint size.

    Metal to MetalRemove all sealant material from caulk joints. Solvent wipe with denatured alcohol all metal surfaces to remove allcontaminants. Prime all surfaces. Apply silicone sealant to surface in accordance to manufacturers specifications.

    Metal to GlassRemove all sealant material from caulk joint. Solvent wipe with denatured alcohol all metal surfaces. Apply glazing tosurface in accordance to manufactures specification.

    f. Surface Preparation: Exterior Caulking of Reveal Joints in Stucco

    Saw cut and remove deteriorated concrete approximately inch depth. Cleanse with water. Prime surface with a primer to the concrete perimeter. Apply urethane sealant to the joint and tool to existing contour.

    g. Surface Preparation: Exterior Caulking of Vertical and Horizontal Expansion Joints

    Joints shall be clean, dry and free from foreign matter. Remove old sealant and backer rod from joints. Prime joint. Apply, in accordance with manufacturers specifications, urethane sealant. Special Note: All expansion or control joints greater than inch in depth must have closed cell backer rod inst

    prior to sealant application.

    h. Surface Preparation: Base of Window Return

    If sill area is cracked and delaminated, those areas shall be coated with an acra-lastic surfacer brush grade, aftecaulking applications have been performed.

    Sill areas shall be checked for grade and shall drain away from metal window frames. If the water drains toward the window, cut a space in the stucco to allow for drainage, then proceed with the coating.

  • 8/13/2019 WPB -Painting Bid

    18/25

    Pagi. Surface Preparation: Glazing

    Preparation of glazing and surrounding area shall comply with the details and general conditions governing glain the Flat Glass Marketing Association (FGMA) Glazing Manual.

    Clean glazing channel and other framing members immediately before glazing. Remove coatings which arefirmly bonded to substrate. Remove lacquer from metal surfaces where elastomeric sealants are used.

    Apply primer or sealant to joint surfaces where recommended by sealant manufacturer. Replace missing or inoperative gaskets and glazing beads. Watertight and airtight installation of each glass product is required. Each installation shall withstand no

    temperature changes, wind loading, impact loading (for operating sash and doors), without failure including losbreakage of glass, failure of sealants or gaskets to remain watertight and airtight, deterioration of glazing mateand other defects in the work.

    Protect glass from edge damage during handling and installation, and subsequent operation of glazed componof the work. During installation, discard units with significant edge damage or other imperfections.

    Comply with combined recommendations and technical reports by manufacturers of glass and glazing productused in each glazing channel, and with recommendations of FGMA Glazing Manual, except where more stringrequirements are required.

    Force sealants into channel to eliminate voids and to ensure complete "wetting" or bond of sealant to glasschannel surfaces.

    Tool exposed surfaces of glazing liquids and compounds to provide a substantial "wash" away from glass. Inpressurized tapes and gaskets to protrude slightly out of channel, so as to eliminate dirt and moisture pockets.

    Clean and trim excess glazing materials from glass and stops or frames promptly after installation, and elim

    stains and discolorations. Provide adequate anchorage of gaskets, particularly driven-in wedge gaskets. Miter-cut and bond (weld) ends of channel gaskets at corners to provide a continuous gasket. Seal face gaskets at corners with liquid elastomeric sealant to close opening and prevent withdrawal of gas

    from corners.

    8. APPLICATION OF PAINTING PRODUCTS

    a. General

    Exterior work is to be performed from the exterior of the building; however, in the event it becomes necessaenter the building, the County will, upon proper justification/identification, provide access to the required area on

    Paint only dry wood (less than 15% moisture). Defer painting for two or three days after rain.

    Use of Thinners - Thinning of painting products shall be in accordance with the manufacturers directExcessive use of thinner as indicated by variation in absorption, lack of hide thickness of dry film, mottlestreaky coat, shall be cause of rejection. Correct as directed. Thinning of varnish or aluminum paint is prohibite

    Brush out or roll on prime coats; work into surface. Each coat of paint material applied by brush shall be bruson well and worked out evenly to leave no brush marks. Each coat shall be flowed on smoothly and free from or runs. When applying paint materials by the spray method, exterior only, cross spray each coat consistinvertical and a horizontal pass of the spray gun. Only airless spray equipment may be used and pole gunsprohibited.

    When applying paint materials by a roller, the roller shall not exceed nine (9) inches in width. The nap shacompatible to surface being rolled. Roller handles shall be no longer than five (5) feet. Each coat shall consivertical and horizontal pass of the roller.

    Rate of application coverage shall not exceed average rate of coverage recommended by the paint manufacfor the type of surface involved. Minimum dry film thickness, per coat, shall not be less than thick

    recommended by the paint manufacturer. Additional coats of paint or finish shall be applied as required to cover surfaces completely and to provide uni

    color and appearance. Minimum drying shall comply with recommendation of the paint manufacturer. Each coat shall be thoroughly dry

    before application of succeeding coats. Sand between coats with a fine sandpaper and/or steel wool as may be required for the surfaces in question. All parts of moldings and ornaments shall be left clean and true to details and without undue amount of pai

    corners and depressions. Make edges of paint adjoining other materials or colors sharp and clean and without overlapping. Avoid lappin

    paint on glass, hardware, or other adjoining surfaces.

  • 8/13/2019 WPB -Painting Bid

    19/25

    Pagb. Exterior Painting

    EXTERIOR MASONRY

    Pretreatment: Pressure clean at 2500 psi and fungicide. Treat all cracks, avoids, cavities, and re-caulk all joints asnecessary.

    First Coat: Apply a primer sealer according to manufacturers recommendation.Second Coat: Apply the second coat according to manufacturers recommendation.

    Use an elastomeric or acrylic waterproof coating.

    EXTERIOR STUCCO

    Pretreatment: Pressure clean at 2500 psi and fungicide. Treat all cracks, voids, cavities, and re-caulk all joints asnecessary.

    First Coat: Apply a primer sealer according to manufacturers recommendation.Second Coat: Elastromeric or Acrylic exterior emulsion according to manufacturers recommendation.

    GALVANIZED METAL

    Pretreatment: Pressure clean and fungicide. Treat all cracks, voids and cavities as necessary.First Coat: Prime metal with a zinc dust/zinc oxide primer according to manufacturers recommendation.Second Coat: Apply a rust prohibitive silicone type of enamel paint according to manufacturers recommendation.

    FERROUS METAL

    Pretreatment: Wire brush all loose or scaling rust to bright metal. Hand clean entire surface, sand away glossy areas.First Coat: Apply a red lead pigmented primer according to manufacturers recommendation.Second Coat: Apply a silicone type enamel paint according to manufacturers recommendation.

    CORRUGATED METAL

    Pretreatment: Pressure clean and fungicide. Treat all cracks, voids and cavities as necessary.First Coat: Apply a bonding coat according to manufacturers recommendation.Second Coat: Apply an acrylic type of paint according to manufacturers recommendation.

    TRANSITE, MASONITE, WOOD

    Pretreatment: All surfaces to be painted shall be free of dust, dirt, or other foreign matter prior to painting.Remove all mildew with an approved fungicide, rinse and let dry completely. Moisture content shallbe below 15% prior to application. Pretreatment - Prime all knots and resinous sapwood with a woodprimer according to manufacturers recommendation.

    First Coat: Exterior latex wood primer according to manufacturers recommendation.Second Coat: Exterior latex, semi-gloss according to manufacturers recommendation.Third Coat: Same type of paint finish as used in the second coat according to manufacturers recommendation.

    c. Interior Painting

    All exposed piping, conduit, ducts, and duct coverings, etc., shall be painted. Overhead horizontal runs adjacent toceiling shall be painted the same color as the ceiling, unless directed otherwise by the designated Countyrepresentative. Vertical or horizontal runs on or adjacent to wall surfaces shall be painted the same colors as walls,

    unless directed otherwise by the designated County representative.

    BLOCK

    Pretreatment: All surfaces to be painted shall be free of dust, dirt or other foreign matter prior to painting.Efflorescence on any area that is to be painted shall be scrubbed off with a mixture of commercialmuriatic acid to five parts water, and then rinsed with clear water and allow surface to dry thoroughlybefore painting. Allow fourteen (14) days cure time prior to any coatings being applied. Moisturecontent should be below 15% prior to any coating application.

    First Coat: Interior block filler according to manufacturers recommendation.Second Coat: Semi-Gloss Finish or a Flat Finish (depending upon location) according to manufacturers

    recommendation.Third Coat: Same type of paint finish as used in the second coat according to manufacturers recommendation.

  • 8/13/2019 WPB -Painting Bid

    20/25

    PagPRECAST OR POURED CONCRETE

    Pretreatment: All surfaces to be painted shall be free of dust, dirt or other foreign matter prior to painting.Efflorescence on any area that is to be painted shall be scrubbed off with a mixture of commercialmuriatic acid to five parts water, and then rinsed with clear water and allow surface to dry thoroughlybefore painting.

    First Coat: Latex wall primer according to manufacturers recommendation.Second Coat: Latex, semi-gloss or flat finish according to manufacturers recommendation.Third Coat: Same type of paint finish as used in the second coat according to manufacturers recommendation.

    PLASTER

    Pretreatment: All surfaces to be painted shall be free of dust, dirt, or other foreign matter prior to painting. Rakesmall cracks, scratches and abrasions deeply and fill with prepared patching plaster. Spot coatpatches with prime coat when dry prior to applying specified prime coat. Allow fourteen (14) dayscure time prior to any coatings being applied. Moisture content should be below 15% prior to anycoating application.

    First Coat: Wall sealer, if thinned do not exceed pint of thinner per gallon Second Coat: Latex, semi-gloss or flat finish (depending upon location) according to manufacturers recommendation.Third Coat: Same type of paint finish as used in the second coat according to manufacturers recommendation.

    DRYWALL

    Pretreatment: All surfaces to be painted shall be free of dust, dirt, or other foreign matter prior to painting. Fill allminor irregularities with Spackling Compound and sand to a level surface.First Coat: Latex wall primer according to manufacturers recommendations.Second Coat: Latex, semi-gloss or flat finish (depending upon location) according to manufacturers recommendation.Third Coat: Same type of paint finish as used in the second coat according to manufacturers recommendation.

    GALVANIZED METAL

    Pretreatment: All surfaces to be painted shall be free of dust, dirt or other foreign matter prior to painting.Efflorescence on any area that is to be painted shall be scrubbed off with a mixture of commercialmuriatic acid to five parts water, and then rinsed with clear water and allow surface to dry thoroughlybefore painting. Allow fourteen (14) days cure time prior to any coatings being applied.

    First Coat: Galvanized Metal primer.Second Coat: Acrylic Latex, semi-gloss.Third Coat: Acrylic Latex, semi-gloss.

    FERROUS METAL

    Pretreatment: All surfaces to be painted shall be free of dust, dirt or other foreign matter prior to painting.Efflorescence on any area that is to be painted shall be scrubbed off with a mixture of commercialmuriatic acid to five parts water, and then rinsed with clear water and allow surface to dry thoroughlybefore painting. Allow fourteen (14) days cure time prior to any coatings being applied.

    First Coat: Acrylic primer.Second Coat: Enamel, semi-gloss.Third Coat: Enamel, semi-gloss.

    WOOD STAINED OR VARNISHED

    Pretreatment: Smooth wood surfaces by sanding. Wash sap spots and knots with mineral spirits. Shellac over anyknots. Fill any voids and nail holes with putty to match color of wood. All surfaces to be painted shallbe free of dust, dirt or other foreign matter prior to painting.

    First Coat: Stain, if required, using a good grade of interior oil stain.Second Coat: Use either an oil base varnish or polyurethane varnish as directed.Third Coat: Same type of paint finish as used in the second coat according to manufacturers recommendation.

    WOOD PAINTED

    Pretreatment: Smooth wood surfaces by sanding. All surfaces to be painted shall be free of dust, dirt or otherforeign matter prior to painting.

    First Coat: Wood primer according to manufacturers recommendation.

  • 8/13/2019 WPB -Painting Bid

    21/25

    PagSecond Coat: Semi-gloss enamel paint according to manufacturers recommendation.Third Coat: Same type of paint finish as used in the second coat according to manufacturers recommendation.

    9. CLEAN-UP

    Remove spots or defacement resulting from service. If spots or defacement cannot be satisfactorilyremoved, and retouched, re-finish the surfaces as directed.

    Retouch all damaged surfaces to leave work in perfect finished condition. Free all operating units of painted materials and leave them clean and in proper working order. Remove from premises all surplus paint materials, debris and any other rubbish resulting from the work. The entire finished work must be free from imperfections and blemishes, and be neat, clean and perfect condition, to th

    satisfaction of the County Representative.

    10. SECURITY

    The Contractor shall be responsible for all materials and equipment in its custody or placed in construction by theContractor. Security methods shall be employed, as required, to ensure the protection of all materials, equipment, andconstruction work from theft, vandalism, fire, and all other damage or loss.

    The Contractor shall comply with the requirements of the Countys security system regarding guard service, registrationof personnel and vehicles, and use of designated entrances.

    The Contractor shall be responsible for keeping all of its personnel out of areas not designated for theContractors use.

    The Contractors employees shall park their automobiles, trucks, or other vehicles in assigned parking areas.

    DEFINITIONS

    PAINTING:The application of all coatings such as paint, primer, enamel, varnish, shellac, oil, etc."Painting shall also include preparation of surfaces for such applications, and the clean-up as specified.

    WALLS:All surfaces from ground level, or floor, or top of base, or top of wainscot, to roof or top of parapet wall, or ceilinhung ceiling and includes pilasters, breaks, jambs, reveals, returns, arches, hardboards, pegboards, free standing columnspartitions, masonry or plastered interiors of wardrobes, cupboard, and other enclosed spaces.

    CEILINGS: The general overhead horizontal surfaces and includes cornices, arches, soffits, stair soffits, beam and ghaunches, metal cover and boarder strips of acoustic tile, metal frame of ceiling lights, and side faces of hung or furred ceilin

    GLASS:Includes prime glass, processed glass, and fabricated glass.

    GLAZING:Glass installation and materials used to install glass.

    PAYMENT

    Payment shall be made based on the price provided on the quote that was submitted to the designated County representaprior to the start of the project.

    WORKING HOURS

    a. Normal Working Hours

    Exterior: Contractors on-site exterior activities shall typically be limited to weekday working hours of 7:30 AM to 5:00excluding holidays.

    Interior: Contractors on-site interior activities shall typically be limited to exclude weekday workinghours of 7:30 AM to 5:00 PM, so as to avoid air-quality problems from fumes.

    b. Special Working Hours

    It is possible that arrangements can be made to accomplish on-site activities outside the hours established in the aboveparagraph. Such working hours would require the approval of the designated County representative.

  • 8/13/2019 WPB -Painting Bid

    22/25

    PagATTACHMENT

    QUALIFICATIONS OF BIDDERSREFERENCES FOR

    PRE-QUALIFICATION #09-042R/AR

    List references in accordance with qualifications of bidder.

    CUSTOMER NAME:(PLEASE PRINT OR TYPE)

    ADDRESS:(PLEASE PRINT OR TYPE)

    PHONE NUMBER: ( ) FAX NUMBER: ( )

    CONTACT NAME:(PLEASE PRINT OR TYPE)

    SCOPE OF WORK:(PLEASE PRINT OR TYPE)

    START DATE: END DATE:

    CUSTOMER NAME:(PLEASE PRINT OR TYPE)

    ADDRESS:(PLEASE PRINT OR TYPE)

    PHONE NUMBER: ( ) FAX NUMBER: ( )

    CONTACT NAME:(PLEASE PRINT OR TYPE)

    SCOPE OF WORK:(PLEASE PRINT OR TYPE)

    START DATE: END DATE:

  • 8/13/2019 WPB -Painting Bid

    23/25

    PagATTACHMENT

    QUALIFICATIONS OF BIDDERSREFERENCES FOR

    PRE-QUALIFICATION #09-042R/AR

    List references in accordance with qualifications of bidder.

    CUSTOMER NAME:(PLEASE PRINT OR TYPE)

    ADDRESS:(PLEASE PRINT OR TYPE)

    PHONE NUMBER: ( ) FAX NUMBER: ( )

    CONTACT NAME:(PLEASE PRINT OR TYPE)

    SCOPE OF WORK:(PLEASE PRINT OR TYPE)

    START DATE: END DATE:

    CUSTOMER NAME:(PLEASE PRINT OR TYPE)

    ADDRESS:(PLEASE PRINT OR TYPE)

    PHONE NUMBER: ( ) FAX NUMBER: ( )

    CONTACT NAME:(PLEASE PRINT OR TYPE)

    SCOPE OF WORK:(PLEASE PRINT OR TYPE)

    START DATE: END DATE:

  • 8/13/2019 WPB -Painting Bid

    24/25

    Page 2

    PRE-QUALIFICATION RESPONSE PAGEREQUEST # 09-042R/AR

    REQUEST FOR PRE-QUALIFICATION OF VENDORS FOR

    The undersigned hereby applies for pre-qualification under this solicitation, and acknowledges and agrees to all the terms,

    conditions and specifications of this solicitation for any work performed (projects).

    NOTE: Palm Beach County makes no commitments nor guaranties whatsoever to any of the Pre-QualifiedContractor(s) with respect to a specific amount of work or compensation.

    Please acknowledge which of the following LOT(s) your company would like to be pre-qualified for:

    LOT I (Reference term and condition #19) _________ INITIAL > YES

    LOT II (Reference term and condition #20) _________ INITIAL > YES

    LOT I & II (Reference term and condition #19 & 20) _________ INITIAL > YES

    NOTE: Palm Beach County makes no commitments nor guaranties whatsoever to any of the Pre-QualifiedContractor(s) with respect to a specific amount of work or compensation.

    * PLEASE AFFIX SIGNATURE WHERE INDICATED(FAILURE TO DO SO SHALL RESULT IN THE REJECTION OF YOUR

    REQUEST FOR PRE-QUALIFICATION)By signature on this document, respondent(s) acknowledges and agrees to all terms, conditions, and specifications of thCountys Request for Pre-Qualification solicitation as originally published, without exception, change or alteration of ankind, except as may have been published by the County in official amendments prior to this date of submittal.

    FIRM NAME: (Enter the entire legal name of the responding entity) DATE:

    * SIGNATURE:

    PRINT NAME:

    PRINT TITLE:

    ADDRESS:

    CITY / STATE: ZIP CODE:

    TELEPHONE # ( )

    TOLL FREE # ( )

    E-MAIL:

    FAX #: ( )

    APPLICABLELICENSE(S)NUMBER # TYPE:

    FEDERAL ID #

  • 8/13/2019 WPB -Painting Bid

    25/25

    Page 2

    STATEMENT OF NO RESPONSE TOREQUEST FOR PRE-QUALIFICATION

    #09-042R/AR

    If you are not responding to this service/commodity, please complete and return this form to: Palm Beach County PurchasinDepartment, 50 South Military Trail, Suite 110, West Palm Beach, FL 33415-3199.

    COMPANY NAME:

    ADDRESS:

    TELEPHONE:

    SIGNATURE:

    DATE:

    WE, the undersigned have declined to respond due to the following reason(s):

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

    We do not offer this product or an equivalent

    Our product schedule would not permit us to perform

    Unable to meet specifications

    Specifications unclear (explain below)

    Other (specify below)

    REMARKS: