IFB 48-21 Painting Services

expired opportunity(Expired)
From: Clay County(County)
48-21

Basic Details

started - 11 May, 2021 (about 3 years ago)

Start Date

11 May, 2021 (about 3 years ago)
due - 03 Jun, 2021 (about 2 years ago)

Due Date

03 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
48-21

Identifier

48-21
Clay County

Customer / Agency

Clay County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CLAY COUNTY PURCHASING DEPARTMENT INVITATION FOR BID (IFB) IFB NO: 48-21 PURCHASING SPECIALIST II ETHEL KITCHELL TITLE: PAINTING SERVICES EMAIL: EKITCHELL@CLAYCOUNTYMO.COM ISSUE DATE: 5/11/2021 PHONE NO: 816-407-3630 BID RESPONSES MUST BE RECEIVED NO LATER THAN: 6/3/2021 AT 2:00 PM CENTRAL TIME. BID RESPONSES WILL BE OPENED AND READ ALOUD AT 3:00 PM CENTRAL TIME. SUBMITTAL INSTRUCTIONS: In an effort to support the Countys initiative for conservation, it is preferred that the Request For Bid (IFB) be submitted via www.PublicPurchase.com. Sealed IFBs may be delivered to the Clay County Purchasing Department prior to the return date and time. Print the Sealed Bid Label found in Attachment 1 or type IFB Number, IFB Title and Return Due Date on the lower left hand corner of the envelope or package. In order for a response to be considered complete,
the Clay County document MUST be completed in its entirety. The cover page MUST be completed, all subsequent pages MUST be initialed and the Terms and Conditions Acknowledgement form MUST be signed. RETURN IFB TO: US MAIL/DELIVER TO: COURIER/DELIVER TO: CLAY COUNTY CLAY COUNTY ATTN: ~ PURCHASING DEPARTMENT ATTN: ~ PURCHASING DEPARTMENT 1 COURTHOUSE SQUARE 16 W. FRANKLIN, SUITE B 3rd FLOOR COMMISSION DESK LIBERTY, MISSOURI 64068 LIBERTY, MISSOURI 64068 AGREEMENT PERIOD: DATE OF AWARD THROUGH ONE YEAR; WITH FOUR ONE-YEAR RENEWALS DELIVER SUPPLIES/SERVICES/INVOICES FOB (Free On Board) DESTINATION TO THE FOLLOWING ADDRESS: Facilities Management 115 S. Main Street Liberty, MO 64068 By signing this IFB cover page, the vendor shall hereby declare understanding, agreement and certification of compliance to provide the items and/or services, at the prices quoted, in accordance with all requirements and specifications contained herein and the Contract Terms and Conditions. The vendor shall further agree that the language of this IFB shall govern in the event of a conflict with their proposal. In addition, the vendor shall further agree that upon receipt of an authorized purchase order from Clay County or when a Vendor Agreement is fully executed by an authorized agent of Clay County, a binding agreement shall exist between the vendor and Clay County. SIGNATURE REQUIRED Company Name Authorized Representative (Print) Title Street Address Authorized Signature City/State/Zip County Date Company Tax ID No. Telephone No. Facsimile No. E-Mail Corporation Individual State/Local Government Partnership Sole Proprietor IRS Tax-Exempt Vendor Tax Filing Type with IRS (Check One) http://www.publicpurchase.com/ IFB No: 48-21 Page 2 of 20 Vendors Initials: ________ 1. INTRODUCTION AND GENERAL INFORMATION This section of the IFB includes a brief introduction and background information about the intended acquisition for which the requirements herein are written. The contents of this section are intended for informational purposes and do not require a response. Submittal instructions and determination of award information can be found on our website by clicking the following link https://www.claycountymo.gov/bids/current 1.1 Purpose: 1.1.1 This document constitutes a request for competitive, sealed bid from prospective vendors for Painting Services for Facilities Management in accordance with the requirements and provisions stated herein. 1.1.2 IFB Document Contents: Introduction and General Information Scope of Work Meeting Information Page Agreement Terms and Conditions Acknowledgement Form Exhibit A: Pricing Exhibit B: Experience and Expertise Exhibit C: Domestic Products Certification Exhibit D: Miscellaneous Information Attachment 1: Sealed Bid Label 1.2 Questions: 1.2.1 Questions and issues relating to the IFB must be submitted via the www.PublicPurchase.com website or e- mailed to Purchasing@ClayCountyMo.gov 1.2.2 All questions and issues should be submitted no later than Friday, May 21, 2021. If not received prior to the aforementioned date, the Clay County Purchasing Department may not be able to fully research and consider the respective questions or issues. 1.3 Background Information: 1.3.1 Current contract Blue Bear, Inc. Official Action (Resolution) 2020-159. 1.3.2 Although an attempt has been made to provide accurate and up-to-date information. a. Clay County does not warrant or represent that the background information provided herein reflects all relationships or existing conditions related to this Bid. 1.4 Estimated Quantities: 1.4.1 The County shall not guarantee any minimum or maximum amount of the vendors services that may be required under the Agreement. a. The vendor shall provide products/services on an as needed basis. b. The County shall not guarantee any usage of the agreement whatsoever. https://www.claycountymo.gov/bids/current http://www.publicpurchase.com/ mailto:Purchasing@ClayCountyMo.gov IFB No: 48-21 Page 3 of 20 Vendors Initials: ________ 1.5 Award Determination 1.5.1 Any award of Agreement must be approved by the County Commissioners and shall be made by notification from the Purchasing Department to the successful bidder. a. Clay County shall have the right to make awards by items, or as an all or none basis. b. Clay County may make awards to multiple vendors. c. The grouping of items and/or multiple vendor awards shall be determined by Clay County based upon factors such as item similarity, location, administrative efficiency, or other considerations in the best interest of Clay County. 2. SCOPE OF WORK This section of the IFB includes requirements as well as desirable attributes and provisions relating specifically to the scope of work requirements of Clay County. The contents of this section include mandatory requirements that will be required of the successful vendor and subsequent vendor. The vendor is requested to provide responses to the requirements/desired attributes in this section pursuant to the directions identified herein. The vendors response, whether responding to a mandatory requirement or a desired attribute, shall be binding in the event the bid is accepted by Clay County. The vendor must provide all costs necessary to meet the mandatory requirements and the fulfillment of any desirable attributes by the vendor (if any) in the appropriate sections of Exhibit A, Pricing Pages. 2.1 General Requirements: 2.1.1 The vendor shall provide general painting and repair services to all County facilities. 2.1.2 Accepted vendors will be able to provide services as requested for planned projects as well as unforeseen situations that may arise that require expeditious service, which meets or exceeds the specifications contained in this document. 2.1.3 When service is needed for an individual project, the County may notify vendor via phone or e-mail. 2.1.4 The vendor shall submit, at no cost to the County, a binding project specification/cost estimate within seven (7) business days of notification; unless an alternate time is specified by the County Representative. 2.1.5 Estimate shall include all documentation including plans, specifications, reports, models and renderings in the form requested by the County Representative. 2.1.6 Vendor shall not begin work until the written confirmation from the Facilities Representative. 2.1.7 The Vendor shall have sufficient resources to be able to work multiple jobs at the same time. The job foreman and project manager or project lead, if the same person is serving in both capacities, must be present on the job site during all work. 2.1.8 All work shall be performed during regular working hours of regular working days unless otherwise authorized by the County Representative. a. Vendor shall proceed with work when requested and work continuously and diligently until completed. b. Skilled tradesmen shall be provided to perform all work required under this agreement. c. Emergency Work Respond to the service location within two (2) hours of receiving notification from the County Representative. d. Non-Emergency schedule within three (3) working days of notification or as otherwise approved by County Representative. e. Perform any and all work requested by County Representative. IFB No: 48-21 Page 4 of 20 Vendors Initials: ________ 2.2 Services to be Performed 2.2.1 The work required consists of all preparation, painting, finish work, and related items necessary to complete work described in each request for services including but not limited to: a. Pressure washing of all exterior surfaces and appropriate method of cleaning of all interior surfaces to receive paint and additional areas as required, agreed upon, and noted in the agreement. b. Caulking of all cracks, joints, and voids. c. Painting of all siding and trim, ferrous, metal, concrete, and masonry. d. Painting of all entry doors, jambs and casings. e. Painting of all other substrates, not included in the list above, which are presently finished with any type of applied coating. Exceptions only with owners approval in writing. 2.2.2 Surfaces to Be Coated Interior Painting: Concrete: Poured, Precast, Tilt-Up, Cast-In-Place, Cement Board, Plaster a. Concrete: Floors b. Masonry: (CMU - Concrete, Split Face, Scored, Smooth, etc.) c. Metal: Aluminum/ Galvanizing d. Metal Ferrous: (Structural Steel, Joists, Trusses, Beams, Partitions, etc.) e. Wood: Walls, Ceilings, Doors, Trim, etc. f. Wood: Floors-Painted g. Drywall: Drywall board, Gypsum board 2.2.3 Surfaces to Be Coated, Exterior Painting: Masonry: Concrete Masonry Units, Cinder or Concrete Block a. Concrete: Concrete Floors, Patios, Porches, Steps & Platforms. b. Metal Ferrous: Misc. Iron, Ornamental Iron, c. Wood: Floors, and Platforms d. Wood: Siding, Trim, Shutters, Sash, and Misc. Hardboard e. Drywall: Gypsum Board, and Exterior Drywall f. Vinyl: Siding, EIFS, Synthetic Stucco 3.1 Examination 3.1.1 Do not begin application of coatings until substrates have been properly examined and prepared. Notify County Representative of unsatisfactory conditions before proceeding. 3.1.2 Proceed with work only after conditions have been corrected and approved by all parties, otherwise application of coatings will be considered as an acceptance of surface conditions. 3.1.3 Verify that existing painted surfaces do not contain lead based paints, notify County Representative immediately if lead based paints are encountered. 4.1 Surface Preparation 4.1.1 Proper product selection, surface preparation and application affect coating performance. Coating integrity and service life will be reduced because of improperly prepared surfaces. a. Selection and implementation of proper surface preparation ensures coating adhesion to the substrate and prolongs the service life of the coating system. 4.1.2 Selection of the proper method of surface preparation depends on the substrate, the environment, and the expected service life of the coating system. a. Economics, surface contamination, and the effect on the substrate will also influence the selection of surface preparation methods. IFB No: 48-21 Page 5 of 20 Vendors Initials: ________ 4.1.3 The surface must be dry and in sound condition. Remove oil, dust, dirt, loose rust, peeling paint or other contamination to ensure good adhesion. 4.1.4 Remove mildew before painting by washing with a solution of 1-part liquid household bleach and 3 parts of warm water. a. Apply the solution and scrub the mildewed area. Allow the solution to remain on the surface for 10 minutes. b. Rinse thoroughly with clean water and allow the surface to dry a minimum of 48 hours before painting. c. Wear protective glasses or goggles, waterproof gloves, and protective clothing. Quickly wash off any of the mixture that comes in contact with your skin. Do not add detergents or ammonia to the bleach/water solution. 4.2 Method 4.2.1 Aluminum a. Remove all oil, grease, dirt, oxide and other foreign material by cleaning per SSPC-SP1, Solvent Cleaning. b. Block (Cinder and Concrete) 4.2.2 Concrete, SSPC-SP13 or NACE 6 a. This standard gives requirement for surface preparation of concrete by mechanical, chemical, or thermal methods prior to the application of bonded protective coating or lining systems. b. The requirements of this standard are applicable to all types of cementitious surfaces including cast-in-place concrete floors and walls, precast slabs, masonry walls, and shotcrete surfaces. c. An acceptable prepared concrete surface should be free of contaminants, laitance, loosely adhering concrete, and dust, and should provide a sound, uniform substrate suitable for the application of protective coating or lining systems. d. Remove all loose mortar and foreign material. e. Surface must be free of laitance, concrete dust, dirt, form release agents, moisture curing membranes, loose cement, and hardeners. f. Concrete and mortar must be cured at least 30 days at 75F.The pH of the surface should be between 6 and 9, unless the products are designed to be used in high pH environments. g. On tilt-up and poured-in-place concrete, commercial detergents and abrasive blasting may be necessary to prepare the surface. h. Fill bug holes, air pockets, and other voids with a cement patching compound. 4.2.3 Cement Composition Siding/Panels a. Remove all surface contamination by washing with an appropriate cleaner, rinse thoroughly and allow to dry. b. Existing peeled or checked paint should be scraped and sanded to a sound surface. c. Pressure clean, if needed, with a minimum of 2100 psi pressure to remove all dirt, dust, grease, oil, loose particles, laitance, foreign material, and peeling or defective. d. Allow the surface to dry thoroughly. e. The pH of the surface should be between 6 and 9, unless the products are designed to be used in high pH environments. 4.2.4 Copper and Stainless Steel a. Remove all oil, grease, dirt, oxide and other foreign material by cleaning per SSPC-SP 2, Hand Tool Cleaning. IFB No: 48-21 Page 6 of 20 Vendors Initials: ________ 4.2.5 DrywallInterior and Exterior a. Must be clean and dry. b. All nail heads must be set and spackled. Joints must be taped and covered with a joint compound. c. Spackled nail heads and tape joints must be sanded smooth and all dust removed prior to painting. d. Exterior surfaces must be spackled with exterior grade compounds. 4.2.6 Exterior Composition Board (Hardboard) a. Some composition boards may exude a waxy material that must be removed with a solvent prior to coating. b. Whether factory primed or unprimed, exterior composition board siding (hardboard) must be cleaned thoroughly and primed with an alkyd primer 4.2.7 Plaster a. Must be allowed to dry thoroughly for at least 30 days before painting, unless the products are designed to be used in high pH environments. b. Room must be ventilated while drying; in cold, damp weather, rooms must be heated. c. Damaged areas must be repaired with an appropriate patching material. d. Bare plaster must be cured and hard. Textured, soft, porous, or powdery plaster should be treated with a solution of 1 pint household vinegar to 1 gallon of water. e. Repeat until the surface is hard, rinse with clear water and allow to dry. 4.2.8 Steel: Structural, Plate, etc. a. Should be cleaned by one or more of the surface preparations described below. b. These methods are used throughout the world for describing methods for cleaning structural steel. c. Visual standards and surface preparation should comply with SSPC Standards and are available through the Society of Protective Coatings website. 4.2.9 Stucco a. Must be clean and free of any loose stucco. b. If recommended procedures for applying stucco are followed, and normal drying conditions prevail, the surface may be painted in 30 days. c. The pH of the surface should be between 6 and 9, unless the products are designed to be used in high pH environments such as Loxon. 4.2.10 Wood Interior and Exterior a. Must be clean and dry. b. Knots and pitch streaks must be scraped, sanded, and spot primed before a full priming coat is applied. c. Patch all nail holes and imperfections with a wood filler or putty and sand smooth. 4.2.11 Vinyl Siding, Architectural Plastics, EIFS and Fiberglass a. Clean vinyl siding thoroughly by scrubbing with a warm, soapy water solution. b. Rinse thoroughly. c. Do not paint with any color darker than the original siding, unless the paint system features Sherwin-Williams VinylSafe technology. d. Painting with darker colors that are not Sherwin-Williams VinylSafe may cause siding to warping. 5.1 Materials a. No reimbursement will be made for delivery fees. b. Specific products or manufacturers will be specified by the Countys Representative. IFB No: 48-21 Page 7 of 20 Vendors Initials: ________ 5.1.2 Acceptable Manufacturers shall include but not be limited to: a. Sherwin-Williams b. Benjamin Moore c. PPG Pittsburgh 5.1.3 Vendor shall purchase only materials that can reasonably be anticipated as necessary to accomplish each Purchase Order. Excess useable materials shall be credited to the County. 5.1.4 Vendor shall endeavor to acquire materials at the lowest prices available. 5.1.5 County may provide materials from Countys supplier. 5.2 Paints and Coatings - General: Unless otherwise indicated, provide factory-mixed coatings. a. When required, mix coatings to correct consistency in accordance with manufacturer's instructions before application. b. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. 5.3 Primers: a. Where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best" by the manufacturer. 5.1.2 Coating Application Accessories: a. Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required, per manufacturers specifications. 5.1.3 Vendor shall store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 5.1.4 Vendor shall Store materials in an area that is within the acceptable temperature range, per manufacturers instructions. 5.1.5 Vendor shall maintain a clean, dry storage area, to prevent contamination or damage to the coatings. 5.1.6 Vendor shall maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. 5.1.7 Vendor shall not apply coatings under environmental conditions outside manufacturer's absolute limits. 6.1 Installation 6.1.1 Apply all coatings and materials with the manufacturers specifications in mind. Mix and thin coatings according to manufacturers recommendations. 6.1.2 Do not apply to wet or damp surfaces. a. Wait at least 30 days before applying to new concrete or masonry. Or follow manufacturers procedures to apply appropriate coatings prior to 30 days. b. Test new concrete for moisture content. c. Wait until wood is fully dry. 6.1.3 Apply coatings using methods recommended by manufacturer. 6.1.4 Uniformly apply coatings without runs, drips, or sags, without brush marks, and with consistent sheen. IFB No: 48-21 Page 8 of 20 Vendors Initials: ________ 6.1.5 Apply coatings at spreading rate required to achieve the manufacturers recommended dry film thickness. 6.1.6 Regardless of number of coats specified, apply as many coats as necessary for complete hide, and uniform appearance. 6.1.7 The coated surface must be inspected and approved by the Countys Representative just prior to the application of each coat. 7.1 Protection 7.1.1 Protect finished coatings from damage until completion of project. 7.1.2 Touch-up damaged coatings after substantial completion, following manufacturer's recommendation for touch up or repair of damaged coatings. 7.1.3 Repair any defects that will hinder the performance of the coatings. 7.1.4 Upon conclusion of any new construction project, the Contractor or paint manufacture/supplier shall furnish a coating maintenance manual, such as Sherwin-Williams Custodian Project Color and Product Information report or equal. Manual shall include an Area Summary with finish schedule, Area Detail designating where each product/color/finish was used, product data pages, Material Safety Data Sheets, care and cleaning instructions, touch-up procedures, and color samples of each color and finish used. 7.2 Mock-Up 7.2.1 Upon request, Vendor shall prepare a mock-up if the project size and/or quality warrant taking such a precaution. The mock-up shall include but not be limited to the follows: a. Finish surfaces for verification of products, colors, & sheens b. Finish area designated by Countys representative c. Provide samples that designate prime & finish coats d. Do not proceed with remaining work until the Countys representative approves the mock-up samples 7.3 GREEN, ECO-FRIENDLY, AND SUSTAINABLE PRODUCT a. Vendor shall include in their project proposals any green, eco-friendly or sustainable products as requested by County Representative. 7.4 CONTRACTOR RESPONSIBILITIES 7.4.1 Prepare binding project specification/cost estimate for each project requested by the Countys Representative, at no cost to the County. 7.4.2 Provide labor and equipment within seven (7) days of notification to proceed, unless an alternate time is authorized by the County Representative. 7.4.3 Supply all personnel, equipment, supplies, and services to complete the requested project. 7.4.4 Exercise best professional judgment in performing the agreement services (and shall be liable for any loss incurred by the County resulting from failure to meet standards). 7.4.5 Perform this agreement in compliance with all applicable present and future federal, state, and local laws and regulations. IFB No: 48-21 Page 9 of 20 Vendors Initials: ________ 7.4.6 Vendor shall supervise, inspect, and direct the work competently and efficiently, devoting such attention and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract requirements. 7.4.7 Vendor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction 7.4.8 Vendor shall be solely responsible for scheduling and coordinating the work of subcontractors, suppliers and other persons and organizations performing or furnishing any of the work under a direct or indirect agreement with Vendor. 7.4.9 Vendor shall be responsible to see that the completed work complies accurately with the agreement documents. 7.4.10 At all times during the progress of the work, vendor shall assign a superintendent of the work. 7.4.11 The superintendent will be Vendors representative at the Site and shall have authority to act on behalf of Vendor. 7.4.12 All communications given to or received from the superintendent shall be binding on vendor. 7.4.13 If it is determined to be in the best interest of the work, vendor shall replace superintendent or any other employee of the Contractor, Subcontractors, Suppliers or other persons or organizations performing or furnishing any of the work on the project upon written request by the County. 7.4.14 All materials shall be of good quality as provided in the agreement documents. 7.4.15 All warranties and guarantees specifically called for by the agreement shall expressly run to the benefit of County. 7.4.16 If required by Countys Representative, vendor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 7.4.17 The Vendor shall promptly report any damage to adjacent facilities, property, streets and sidewalks as a result of the Painting Services. The Vendor shall be responsible for any such repairs needed if caused by Vendor. 7.5 SITE INSPECTIONS 7.5.1 The County reserves the right to make site inspections and/or take samples at any time on an unannounced basis for the purpose of verifying the accuracy of services, procedures, and/or documentation applicable to the agreement. 7.6 AUTHORIZATION TO WORK 7.6.1 Vendor will receive Purchase Orders by telephone, electronic mail, or facsimile from the Countys Representative to perform maintenance work. 7.6.2 A written proposal may be requested, with a proposed number of calendar days required to perform the work. Work shall not begin until written authorization is given by the Countys Representative. Proposals shall include but not be limited to the following: a. Include this agreement number. b. Itemize all anticipated site expenses including all material and labor costs based on the applicable prevailing wage rates. c. Include proposed number of Calendar Days required to complete the ordered work. 7.6.3 Samples, product information, and manufacturers warranty information shall be submitted when requested by the Countys Representative. IFB No: 48-21 Page 10 of 20 Vendors Initials: ________ 7.6.4 Vendors written proposal, if required, will serve as a maximum not-to-exceed cost amount and include the number of estimated work hours and total repair cost. 7.6.5 In the event the actual costs exceed the accepted proposal, the Countys Representative shall be made aware. Vendor will not be reimbursed for any additional costs without prior written consent from the County. 7.7 Emergency Work 7.7.1 Vendor will receive confirmation Orders by telephone or electronic mail from the Countys Representative to perform emergency work. The vendor will be given Purchase Order Number to begin work 7.7.2 Verbal authorization by the County authorized representative is sufficient for assignment of emergency work. Repeated failure to meet estimated start and/or completion dates shall result in termination of the Vendor at the option of the County. 7.7.3 Vendors written proposal, if required, will serve as a maximum not-to-exceed cost amount and include the number of estimated work hours and total repair cost. 7.8 Not-To-Exceed Proposals a. Vendor shall submit a written not-to-exceed proposal as required and when requested by Countys Representative. 7.9 Stop Work Orders 7.9.1 The County reserves the right to verbally order that all work cease on a project at any time. 7.9.2 The individuals authorized to issue verbal work stop orders are: a. Countys Representative 7.9.3 The County will be obligated to pay for supplies used and service performed up to the issuance of the stop work order. 7.10 RENTAL EQUIPMENT 7.10.1 Vendor shall obtain prior approval from the Countys Representative to rent equipment other than that required to be provided. Vendor will not be reimbursed for unauthorized rental equipment. 7.10.2 Should the need arise for special equipment, other than that required to be provided in the hourly rated, and special equipment must be rented, the reimbursement shall be at cost with no markup. If vendor owns such equipment, reimbursement will be made to vendor for use of the equipment at a rate determined by the average rental rates available in the area. 7.11 USE OF SITE 7.11.1 During execution of work, all areas of all buildings shall remain occupied except those where work is actually being performed. 7.11.2 Vendor shall confine vendors equipment, the storage of materials and equipment, and the operations of workers to the site and other areas identified in and permitted by the County. 7.11.3 Vendor shall not unreasonably encumber the site and the other areas with equipment or other materials or equipment. 7.11.4 Vendor shall cover or otherwise protect equipment which is not feasible for County to remove from areas during work. 7.11.5 The vendor shall provide protective padding, tarpaulins, and other material as necessary to ensure existing floor, wall, and ceiling finishes not included in the work are not damaged. 7.11.6 Vendor shall assume full responsibility for any damage to the site or the other areas, or to the owner or occupant thereof, or of any adjacent land or areas, resulting from the performance of the work. IFB No: 48-21 Page 11 of 20 Vendors Initials: ________ 7.11.7 During the progress of the work, vendor shall keep the site and the other areas free from accumulations of waste materials, rubbish, and other debris resulting from the work. 7.11.8 At the completion of the work, vendor shall remove all waste materials, rubbish, and debris from Site and other areas as well as all tools, appliances, construction equipment, machinery, and surplus materials. 7.11.9 Vendor shall leave the site clean and ready for utilization or occupancy by County at completion of the work. 7.11.10 Vendor shall restore to all property not designated for alteration by the agreement documents to its pre-work condition. 7.12 LABOR COMPENSATION 7.12.1 Hourly rate will be paid to the vendor for each workman while on the job site only. 7.12.2 For purpose of billing for labor used for work performed under this agreement, the Labor Compensation shall be the applicable hourly wage on the trade or craft that applies. 7.12.3 The hourly rate shall remain unchanged throughout the Contract and extensions. The hourly labor included the following items and the County shall not be liable for or bill separately for same. 7.12.4 Vendor-owned usual and customary tools, machinery and equipment, including operating expenses, for the types of construction, maintenance and repair specified herein, including but not limited to: a. Service trucks and all related expenses. b. Normal expendables c. General Conditions including Insurance and Bonds d. Office expenses e. Profit and other overhead RATES: a. All work shall be scheduled at the convenience of the County as not to interfere with the County's ability to conduct business. In the event the Vendor is required to perform work other than Monday through Friday from 8:00 A.M. to 5:00 P.M., Vendor shall charge no more than 1 1/2 times the fixed hourly rate for the individual(s) performing the service. b. Man-hours paid under this agreement shall be only for productive hours at the job site. Time spent for transportation of workers, material acquisition, handling and delivery, or for movement of Vendor owned or rented equipment shall not be chargeable directly; overhead and cost shall be included in the hourly rate. The hourly rate shall also include direct labor, in accordance with Division of Labor StandardPrevailing Wage, general and administrative overhead, taxes, insurance, profit and the cost of equipment that is normal and necessary (trucks, tools, etc.). The County shall accept no bid with minimum charge stipulation. c. In no case shall the charge for labor exceed the bid price per hour, times the numbers of hours quoted at such time performed. d. In the event a request project qualifies for a Public Works project as defined by RSMo 290.210, Vendor will comply with the applicable Wage Order provided by the County. Vendor will include Wage Order with estimate for project requested to fulfill requirements of RSMo 290.250 and 290.325. Not less than the prevailing hourly wage rates, as set out in the Wage Order shall be paid to all workers performing work under this contract. The vendor will forfeit a penalty to the contracting body of $100 per day (or portion of a day) for each worker that is paid less than the prevailing rate for any work done under the contract by the contractor or any subcontractor (RSMo 250.250). The vendor and all subcontractors to the contract must require all on-site employees to complete the 10hour construction safety training program required under RSMo 292.675, unless they have previously completed the program and have documentation of having done so. The contractor will forfeit a penalty to Clay County of $2,500 plus an additional $100 for each employee employed by the vendor or subcontractor, for each calendar day, or portion thereof, such employee is employed without the required training pursuant to RSMo 292.675. IFB No: 48-21 Page 12 of 20 Vendors Initials: ________ WARRANTY 7.12.5 All materials and workmanship shall be guaranteed for a period of one (1) year from the date of acceptance. 7.12.6 Installed products may require manufacturers warranties for longer periods of time. Submit warranty information with not-to-exceed proposal. WORKMANSHIP AND INSPECTION: a. All work under the resulting agreement shall be performed in a skillful and workmanlike manner. b. Further, the County may, from time to time, make inspections of the work performed under this contract. Any inspection by the County does not relieve the Vendor from any responsibility regarding defects or other failures to meet the agreement requirements. CLEANING-UP: a. The Vendor shall at all times keep the adjacent areas of the property free from rubbish and the accumulation of any waste materials. Trash and debris shall be cleaned daily or more often if requested by the Deputy County Administrator-Facilities or their designated representative. Staged materials shall be organized and placed so they do not interfere with the access to County functions. WORKING WITHIN SECURED AREAS: Work may be performed within secured areas. The following pertains to all work in a secure area: a. Security: Vendor shall be required to perform all work in keeping with Clay County security procedures while on the Facilities grounds and shall be responsible for all personnel (including subcontractors) employed by their company to ensure that Facilities dress codes and overall policies are followed. b. Notice Warning: Any person who takes into, or out of, or attempts to take into, or out of a correctional facility or the grounds belonging to or adjacent to a correctional facility, any item not specifically authorized by the correctional facility, shall be prosecuted under the provisions thereof. All persons, including employee and visitors, entering upon these confines are subject to routine searches of their persons, vehicles, property or packages. c. Contraband: Contraband means any dangerous drug, narcotic drug, intoxicating liquor of any kind, deadly weapon, dangerous instrument, explosive or any other article whose use of or possession would endanger the safety, security or preservation of order in a correctional facility or any person therein. (Any article includes any substance that could cause abnormal behavior, i.e., marijuana, nonprescription medication, etc.) A person, not otherwise authorized by law, commits promoting contraband: By knowingly taking contraband into a correctional facility or the grounds of such a facility; or By knowingly conveying contraband to any persons confined in a correctional facility; or By knowingly making, obtaining, or possessing contraband while being confined in a correctional facility. d. Vendor will provide Clay County with a complete list of all persons duly authorized to work on this project. Only those persons will be allowed to work within secured areas e. Law prohibits the import of contraband such as drugs, liquor, firearms, ammunition and other similar items into any areas of work. Clay Countys security personnel may conduct searches of Vendor personnel, equipment, tools, and supplies at any time. Use of cameras and recording devices by Vendor personnel is restricted. Such use must be approved on a case-by-case basis. IFB No: 48-21 Page 13 of 20 Vendors Initials: ________ f. Clay County may require Vendor to remove any worker who has been convicted of a felony or who violates any provision of this Article. g. Work being performed within certain areas may require an escort provided by Clay County. These areas shall not be entered into without an escort. Work within these areas may be restricted to spaces that can be observed by the escort. h. A designated area outside of the secured area will be arranged for parking of personal vehicles. Delivery trucks will be admitted to receiving areas only by the request of the Vendor, and under the supervision of Clay County's security personnel. Equipment and/or supplies shall immediately be loaded or unloaded onto vehicles and trucks removed from secured areas. i. Vendors workers shall not talk to, signal, whistle, or in any way attract the attention of any detainee, and shall restrict their movements to the project area. Nothing shall be taken from or given to a detainee. Detainees are not to help workers in any way. Workers shall promptly notify their supervisor or Clay County's security personnel of all unusual happenings pertaining to the detainees. j. Within secured areas, Clay County will designate washing and toilet facilities for Vendors use. 3. BID OPENING Bid Responses will be read out loud at 3:00 P.M. on MONTH DAY, YEAR in the Purchasing Department. Location subject to change. All attendees will be required to wear a mask. IFB No: 48-21 Page 14 of 20 Vendors Initials: ________ 4. AGREEMENT TERMS AND CONDITIONS ACKNOWLEDGEMENT FORM The undersigned vendor has read, understood, and accepted the Terms and Conditions as published on the Clay County Official Website located at: https://www.claycountymo.gov/application/files/1515/9923/0486/CONTRACT_TERMS_AND_CONDITIONS.pdf All Terms and Conditions as stated shall be adhered to by vendor upon acceptance of Agreement. Vendors enter into this agreement voluntarily, with full knowledge of its effect. Vendor Signature Date Vendor Name https://www.claycountymo.gov/application/files/1515/9923/0486/CONTRACT_TERMS_AND_CONDITIONS.pdf IFB No: 48-21 Page 15 of 20 Vendors Initials: ________ EXHIBIT A Pricing Pages PRICING TABLE 1: REQUIRED PRICING The vendor shall complete the following pricing table(s) (or in a form similar to the pricing tables) and provide firm, fixed pricing necessary to meet the mandatory requirements of the IFB. DESCRIPTION AM to PM HOURLY RATE TRIP CHARGE EXTENDED COSTS HOURLY RATE PLUS TRIP CHARGE Hourly Labor Rate for Regular Work Hours Monday through Friday AM to PM $ $ $ Overtime Hourly Labor Rate after ________PM Monday through Friday $ $ $ Saturday and Sunday hourly labor rate $ $ $ Emergency Service labor rate Monday thru Friday AM to ________PM $ $ $ Emergency Service labor rate Monday thru Friday After ________PM $ $ $ Emergency Service labor rate Saturday, Sunday, and Holidays, anytime $ $ $ PERCENTAGE Guaranteed percentage of mark-up for all parts Cost Plus % IFB No: 48-21 Page 16 of 20 Vendors Initials: ________ EXHIBIT A, continued PRICING TABLE 2: OTHER REQUIRED PRICING The vendor must state below all other applicable costs necessary to satisfy the mandatory requirements of the IFB. Unless stated in Exhibit A. the County shall assume that absolutely no other fees or charges, including upgrade fees, will be assessed to the County whatsoever in connection Painting Services herein and to satisfy the IFB requirements. DESCRIPTION / COMMENTS UNIT OF MEASURE UNIT PRICE TASK/PERSONNEL BREAKDOWN SCHEDULE OF HOURLY BILLING RATES FOR SERVICES PRICING TABLE 3: FEE SCHEDULE If additional services are requested by the County, the vendor shall prepare and submit to the County an estimate of the total cost associated with such additional services. The vendor must indicate in the pricing table below the firm, fixed hourly rate for the personnel job classification that may be necessary to fulfill the requirements of the IFB. TASK/PERSONNEL BREAKDOWN SCHEDULE OF HOURLY BILLING RATES FOR SERVICES PERSONNEL CLASSIFICATION TYPICAL WORK TASKS HOURLY RATE IFB No: 48-21 Page 17 of 20 Vendors Initials: ________ EXHIBIT B Experience and Expertise The evaluation of the vendors experience and expertise shall be subjective based on the requirements stated herein. Therefore, the vendor should present detailed information regarding current and/or prior experiences in providing the services and expertise of the organization as well of its personnel. The County shall have the right to use the information provided herein, including information gained from any other source, in the evaluation process. B.1 EXPERIENCE: A MINIMUM of 5 year experience is required of the successful vendor, in similar services, as described in the scope. Experience and references provided by vendors shall be verified and will be a significant factor in the evaluation. Vendors should provide the information below. How many years has your company been in the Painting Services business? List a minimum of three (3) references showing Agreements held by your company providing the same or similar services for other public entities, local government or private companies. Reference No. 1 of 3 Company/Organization Name: Address: Name of Contact and Title: E-mail Address: Telephone No.: Agreement or Service Period (dates of services): Reference No. 2 of 3 Company/Organization Name: Address: Name of Contact and Title: E-mail Address: Telephone No.: Agreement or Service Period (dates of services): Reference No. 3 of 3 Company/Organization Name: Address: Name of Contact and Title: E-mail Address: Telephone No.: Agreement or Service Period (dates of services): IFB No: 48-21 Page 18 of 20 Vendors Initials: ________ EXHIBIT B, continued B.2 EXPERTISE: PERSONNEL QUALIFICATIONS Vendors should provide the information below. Indicate person who will be supervising project(s) and years of experience in similar work. Name: No. of Years Type of Experience: Complete the following for employees that would be working on this project. List any previous work directly relating to the IFB specifications that have been performed for other public entities, local government or private companies in the last five years. Attach a separate sheet of paper if needed. EMPLOYEE NAME QUALIFICATIONS EXPERIENCE/TRAINING/CERTIFICATIONS IFB No: 48-21 Page 19 of 20 Vendors Initials: ________ EXHIBIT C Miscellaneous Information C.1 LOCAL GOVERNMENT USE (COOPERATIVE PROCUREMENT): 1) This section is optional; it will not affect proposal award. If the County awarded you the proposed agreement, would you sell under the prices and terms of this agreement to any Municipal, County Public Utility, Hospital, Educational Institution, or any other non-profit organization having membership in the Mid-America Council of Public Purchasing (MACPP) or Mid- America Regional Council (MARC) and located within the Greater Kansas City Metropolitan Trade Area. (All deliveries shall be F.O.B. Destination and there shall be no obligations on the part of any member of said Council to utilize this Agreement.) YES: NO: INITIALS: 2) Sales shall be made in accordance with the prices, terms, and conditions of the IFB and any subsequent term agreement. 3) There shall, however, be no obligation under the cooperative procurement agreement for any organization represented by MACPP or MARC to utilize the agreement unless they are specifically named in the IFB as a joint participating entity. 4) All sales to other jurisdiction shall be made on purchase orders issued by that jurisdiction. All receiving, inspection, payments and other Agreement administration shall be the responsibility of the ordering jurisdiction. 5) The Purchasing Manager shall be responsible to handle the solicitation and award the agreement. The Purchasing Manager shall have the sole authority to modify the agreement and handle disputes regarding the substance of the agreement. 6) Each jurisdiction that is a party to the joint bid has authority to act as Administrative Contracting Officer with responsibility to issue purchase orders, inspect and receive goods, make payments and handle disputes involving shipment to the jurisdiction. C.2 WEBSITE 1) Does your company have a website? YES: NO: 2) If yes please provide the website address: C.3 EMPLOYEE BIDDING/CONFLICT OF INTEREST: Vendors who are elected or appointed officials or employees of Clay County or any political subdivision thereof, serving in an executive or administrative capacity, must comply with sections 105.450 to 105.458, RSMo, regarding conflict of interest. If the vendor or any owner of the vendors organization is currently an elected or appointment official or an employee of Clay County or any political subdivision thereof, please provide the following information. Name and title of elected or appointed official or employee of Clay County or any Political sub-division thereof: If employee of Clay County or Political sub-division thereof, provide name of Clay County entity or political sub-division where employed: Percentage of ownership interest in vendors organization held by elected or appointed official or employee of Clay County or political sub-division thereof: IFB No: 48-21 Page 20 of 20 Vendors Initials: ________ ATTACHMENT 1 Sealed IFB Label PLEASE ATTACH LABEL TO OUTSIDE OF IFB PACKAGE SEALED IFB RESPONSE ENCLOSED DELIVER TO: CLAY COUNTY ~ PURCHASING DEPARTMENT 16 W. FRANKLIN, SUITE B LIBERTY, MO 64068 IFB No.: 48-21 DATE: 6/3/2021 IFBs MUST BE RECEIVED 2:00 PM CENTRAL TIME DESCRIPTION: PAINTING SERVICES SPECIFY VENDOR NAME: SPECIFY VENDORS CITY, STATE LOCATION: City, State Location

1 Courthouse Sq, Liberty, MO 64068Location

Address: 1 Courthouse Sq, Liberty, MO 64068

Country : United StatesState : Missouri

You may also like

Painting Services

Due: 30 Jun, 2024 (in 2 months)Agency: Fauquier County

BC-Bid-22-27 - Painting Services

Due: 18 Jun, 2024 (in 1 month)Agency: Bergen County

PAINTING SERVICES

Due: 31 May, 2025 (in 13 months)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.