You are on page 1of 25

Board of County Commissioners Jeff Koons, Chairman Burt Aaronson, Vice Chairman Karen T.

Marcus Shelley Vana Steven L. Abrams Jess R. Santamaria Addie L. Greene

County Administrator Robert Weisman

Purchasing Department www.pbcgov.com/pur

BOARD OF COUNTY COMMISSIONERS NOTICE OF SOLICITATION 09-042R/AR REQUEST FOR PRE-QUALIFICATION OF VENDORS FOR 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 to closely examine this package. Any questions regarding the completeness of this package should be immediately directed to Palm Beach County Purchasing Department (561) 616-6800. RESPONDENT(S) SHALL SUBMIT, IN A SEALED PACKAGE OR CONTAINER, AT LEAST ONE ORIGINAL, SIGNED IN INK BY AN AGENT OF THE COMPANY HAVING AUTHORITY TO BIND THE COMPANY OR FIRM. FAILURE TO DO SO SHALL BE CAUSE FOR REJECTION OF YOUR SUBMITTAL. Please use our website (www.pbcgov.com/pur) as a resource for obtaining useful information about the Purchasing Department and for receiving updated information regarding additional business opportunities with the County.

CAUTION
As 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 that may 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 not downloaded 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

Page 2 BOARD OF COUNTY COMMISSIONERS Palm 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 FAX NO.: 561-242-6731 EMAIL ADDRESS: aray@pbcgov.com TELEPHONE NO.: 561-616-6831

All Responses will be received on or after May 28, 2009 and may continue during the term specified herein at the County's sole 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, Attachments, Amendments (if issued), and/or any other referenced document form a part of this Request for Pre-Qualification solicitation and response thereto, and by reference are made a part thereof. The selected awardee(s) shall be bound by all terms, conditions and requirements in these documents. PURPOSE AND EFFECT: It is the sole purpose and intent of this Request for Pre-Qualifications to select a sufficient number of Qualified Contractor(s) to provide the County with item(s) and/or services as listed herein. The Pre-Qualified Contractor(s) selected are hereby placed 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 of specifications, terms, and conditions which in addition to the recommended quotation, based on a project by project basis, forms the binding contract between Palm Beach County and the successful Pre-Qualified Contractor(s). Changes to this Request for Pre-Qualification may be made only by written amendment issued by the County Purchasing Department. Respondent(s) are further advised to closely examine every section of this document, to ensure that all sequentially numbered pages are present, and to ensure that it is fully understood. Questions or requests for explanations or interpretations of this document must be submitted to the Purchasing Department contact in writing in sufficient time to permit a written response and, if required, will be provided to all prospective respondent(s), prior to opening. Oral explanations or instructions given by any County agent are not binding and should not be interpreted as altering any provision of this document. Respondent(s) certifies that this Request for Pre-Qualification is made without reliance on any oral representations made by the County. The obligations of Palm Beach County under this award are subject to the availability of funds lawfully appropriated for its purpose. 2. LEGAL REQUIREMENTS a. COMPLIANCE WITH LAWS AND CODES: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the Respondent(s) shall in no way be a cause for relief from responsibility. The successful Pre-Qualified Contractor(s) shall strictly comply with Federal, State and local building and safety codes. Equipment shall meet all State and Federal Safety regulations. Respondent(s) certifies that all products (materials, equipment, processes, or other items supplied in response to this Request for Pre-Qualification) contained in its Request for Pre-Qualification meets all ANSI, NFPA and all other Federal and State requirements. Respondent(s) further certifies that, if it is the successful Pre-Qualified Contractor(s), and the product delivered is subsequently found to be deficient in any of the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product into compliance shall be borne by the Pre-Qualified Contractor(s). In compliance with Chapter 442, Florida Statutes, any toxic substance resulting from this Request for Pre-Qualification shall be accompanied by a properly completed Material Safety Data Sheet (MSDS). The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations between the successful Pre-Qualified Contractor(s) and Palm Beach County for any terms and conditions not specifically stated in the Request for Pre-Qualification. b. DISCRIMINATION PROHIBITED: Palm Beach County is committed to assuring equal opportunity in the award of contracts and complies with all laws prohibiting discrimination. The successful Pre-Qualified Contractor(s) is prohibited from discriminating against any employee, applicant, or client because of race, color, religion, disability, sex, age, national origin, ancestry, marital status, or sexual orientation. INDEPENDENT CONTRACTOR RELATIONSHIP: The successful Pre-Qualified Contractor(s) is, and shall be, in the performance of all work, services, and activities under this Contract, an Independent Contractor and not an employee, agent, or servant of the COUNTY. All persons engaged in any of the work or services performed pursuant to this Contract shall at all times, and in all places, be subject to the Pre-Qualified Contractors sole direction, supervision, and control. The Pre-Qualified Contractor(s) shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the Pre-Qualified Contractors relationship, and the relationship of its employees, to the COUNTY shall be that of an Independent Contractor and not as employees or agents of the COUNTY. CRIMINAL HISTORY RECORDS CHECK ORDINANCE: Pursuant to Ordinance 2003-030, the Palm Beach County Criminal History Records Check Ordinance (Ordinance), the County shall conduct fingerprint based criminal history record checks on all persons not employed by the County who repair, deliver, or provide goods or services for, to, or on behalf of the County. A fingerprint based criminal history record check shall be conducted on all employees and subcontractors of vendors, including repair persons and delivery persons, who are unescorted when entering a facility determined to be critical to the public safety and security of the County. County facilities

c.

d.

Page 3
that require this heightened level of security are identified in Resolution R-2003-1274, as may be amended. The successful Pre-Qualified Contractor(s) is solely responsible for understanding the financial, schedule, and staffing implications of this Ordinance. Further, the successful Pre-Qualified Contractor(s) acknowledges that its bid price includes any and all direct or indirect costs associated with compliance of this Ordinance, except for the applicable FDLE/FBI fees that shall be paid by the County. k. e. PUBLIC ENTITY CRIMES: F.S. 287.133 requires Palm Beach County to notify all bidders of the following: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in F.S. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." NON-COLLUSION: Respondent(s) certifies that it has entered into no agreement to commit a fraudulent, deceitful, unlawful, or wrongful act, or any act which may result in unfair advantage for one or more bidders over other bidders. Conviction for the Commission of any fraud or act of collusion in connection with any sale, bid, quotation, proposal or other act incident to doing business with Palm Beach County may result in permanent debarment. No premiums, rebates or gratuities are permitted; either with, prior to or after any delivery of material or provision of services. Any such violation may result in award cancellation, return of materials, discontinuation of services, removal from the vendor bid list(s), and/or debarment or suspension from doing business with Palm Beach County. g. LOBBYING: Respondent(s) are advised that the Palm Beach County Lobbyist Registration Ordinance prohibits a respondent or anyone representing the respondent from communicating with any County Commissioner, County Commissioners staff, or any employee authorized to act on behalf of the Commission to award a particular contract regarding its Request for Pre-Qualification, i.e., a Cone of Silence. The Cone of Silence is in effect from the date/time of the deadline for submission of the Request for Pre-Qualification, and terminates at the time that the Board of County Commissioners, or a County Department authorized to act on their behalf, awards or approves a contract, rejects all Request for Pre-Qualifications, or otherwise takes action which ends the solicitation process. Respondent(s) may, however, contact any County Commissioner, County Commissioners staff, or any employee authorized to act on behalf of the Commission to award a particular contract, via written communication i.e., facsimile, e-mail or U.S. mail. Violations of the Cone of Silence are punishable by a fine of $250.00 per violation. h. CONFLICT OF INTEREST: All respondent(s) shall disclose with their Request for Pre-Qualification the name of any officer, director, or agent who is also an employee or a relative of an employee of Palm Beach County. Further, all respondent(s) shall disclose the name of any County employee or relative of a County employee who owns, directly or indirectly, an interest of ten percent or more in the successful Pre-Qualified Contractor(s) firm or any of its branches. SUCCESSORS AND ASSIGNS: The County and the successful PreQualified Contractor(s) each binds itself and its successors and assigns to the other party in respect to all provisions of this Contract. Neither the County nor the successful Pre-Qualified Contractor(s) shall assign, sublet, convey or transfer its interest in this Contract without the prior written consent of the other. INDEMNIFICATION: Regardless of the coverage provided by any insurance, the successful Pre-Qualified Contractor(s) shall indemnify, c. save harmless and defend the County, its agents, servants, or employees from and against any and all claims, liability, losses and/or causes of action which may arise from any negligent act or omission of the successful Pre-Qualified Contractor(s), its subcontractors, agents, servants or employees during the course of performing services or caused by the goods provided pursuant to these Request for PreQualification documents and/or resultant contract. PUBLIC RECORDS: Any material submitted in response to this Request for Pre-Qualification is considered a public document in accordance with Section 119.07, F.S. This includes material which the responding respondent(s) might consider to be confidential or a trade secret. Any claim of confidentiality is waived upon submission, effective after opening pursuant to Section 119.07, F.S. INCORPORATION, PRECEDENCE, JURISDICTION: This Request for Pre-Qualification shall be included and incorporated in the final award. The order of contractual precedence shall be the Request for Pre-Qualification document (original terms and conditions), Request for Pre-Qualification response, the recommended quotation, based on a project by project basis, and purchase order or term contract order. Any and all legal action necessary to enforce the award or the resultant contract shall be held in Palm Beach County and the contractual obligations shall be interpreted according to the laws of Florida. LEGAL EXPENSES: The County shall not be liable to a respondent for any legal fees, court costs, or other legal expenses arising from the interpretation or enforcement of this contract, or from any other matter generated by or relating to this contract.

l.

f.

m.

3. REQUEST FOR PRE-QUALIFICATION SUBMISSION a. SUBMISSION OF RESPONSES: All Request for Pre-Qualification responses must be submitted on the provided Request for PreQualification "Response" Form. Request for Pre-Qualification responses on vendor letterhead/quotation forms shall not be accepted. Responses must be typewritten or written in ink, and must be signed in ink by an agent of the company having authority to bind the company or firm. FAILURE TO SIGN THE REQUEST FOR PREQUALIFICATION RESPONSE FORM AT THE INDICATED PLACES SHALL BE CAUSE FOR REJECTION OF THE REQUEST FOR PREQUALIFICATION. All responses will be received on or after the time indicated and may continue during the term specified. Request for Pre-Qualification responses are to be submitted to the Palm Beach County Purchasing Department in a sealed envelope or container, bearing the Request for Pre-Qualification number for proper handling. CERTIFICATIONS, LICENSES AND PERMITS: Unless otherwise directed in the Special Conditions of this Request for Pre-Qualification, respondent should include with its Request for Pre-Qualification a copy of all applicable Certificates of Competency issued by the State of Florida or the Palm Beach County Construction Industry Licensing Board in the name of the respondent(s) shown on the Request for PreQualification response page. It shall also be the responsibility of the successful Pre-Qualified Contractor(s) to submit, prior to commencement of work, a current Business Tax Receipt for Palm Beach County and all permits required to complete this contractual service at no additional cost to Palm Beach County. A Palm Beach County Business Tax Receipt is required unless specifically exempted by law. In lieu of a Palm Beach County Business Tax Receipt, the respondent(s) should include the current Business Tax Receipt issued to the respondent(s) in the response. It is the responsibility of the successful Pre-Qualified Contractor(s) to ensure that all required certifications, licenses and permits are maintained in force and current throughout the term of the contract. Failure to meet this requirement shall be considered default of contract. SMALL BUSINESS ENTERPRISE, PALM BEACH COUNTY 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 Beach County that SBEs shall have the maximum practical opportunity to

b.

i.

j.

Page 4
participate in the competitive process of supplying goods and services to the County (Palm Beach County Code, Chapter 2, Article III, Sections 2-80.21 thru 2-80.34). This Request for Pre-Qualification is subject to the bid preference system to maximize SBE participation on an as needed project by project basis. NOTE: Individual projects shall not exceed $49,999. Item 2 - Contract Award Criteria The contract award procedure for this solicitation will be under the bid preference system to maximize SBE participation. The bid preference system as provided for in Palm Beach County Code, Chapter 2, Article III, Sections 2-71 thru 2-80.13 requires the award to be made to the Pre-Qualified Contractor who is the lowest responsive bidder unless a certified Pre-Qualified Contractor is a SBE and is within 10% of the lowest non-SBE bid, then the award shall be made to the certified SBE Pre-Qualified Contractor. Only firms who are certified SBE, shall be eligible to receive bid preference. Item 3 Certification The County will count toward the established SBE project goals only those firms that are certified by Palm Beach County or whose certification by another jurisdiction has been accepted by Palm Beach County prior to the time of each Project opening in accordance with SBE Palm Beach County Code, Chapter 2, Article III, Sections 2-71 thru 2-80.13. Contact the SBE Coordinator in the Office of Small Business Assistance Department (561) 616-6840 for information or assistance. Decertification As part of the consideration for bid preference system, any Contractor(s) decertified by Palm Beach County will be ineligible to receive bid preference. d. CONDITIONED OFFERS: Respondent(s) are cautioned that any condition, qualification, provision, or comment in their Request for PreQualification, or in other correspondence transmitted with their Request for Pre-Qualification, which in any way modifies, takes exception to, or is inconsistent with the specifications, requirements, or any of the terms, conditions, or provisions of this solicitation, is sufficient cause for the rejection of their Request for Pre-Qualification as 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 the Response Form provided by the requesting department. Responses on vendor letterhead/quotation forms shall not be accepted. Prices offered from Pre-Qualified Contractor(s) on an "as needed basis" must be the price for new merchandise and free from defect. Unless specifically requested in the specifications, any quotes containing modifying or escalation clauses shall be rejected. The successful Pre-Qualified Contractor(s) shall provide for a turnkey service as stated in the Specification/Scope of Work attached hereto and incorporated herein. The omission of any essential detail from these Specifications/Scope of Work does not relieve the PreQualified Contractor(s) from completing each Project in its entirety. No additional compensation shall be allowed beyond the price provided on the quotation as submitted for each Project. Pre-Qualified Contractor(s) warrants by virtue of bidding (on an as need basis) that prices shall remain firm for a period of ten (10) days from the date of each quotation submittal or other time stated in special conditions. h. g. (5) In the event of mathematical error(s), the unit price shall prevail and the Contractor(s) total offer shall be corrected accordingly. Respondents may offer a cash discount for prompt payment. However, such discounts shall not be considered in determining the lowest net cost for evaluation purposes unless otherwise specified in the special conditions. Respondents should reflect any discounts to be considered in the unit prices offered.

(6)

f.

ACCEPTANCE/REJECTION OF REQUEST FOR PREQUALIFICATIONS: Palm Beach County reserves the right to accept or to reject any or all Request for Pre-Qualifications. Palm Beach County also reserves the right to (1) waive any non-substantive irregularities and technicalities; (2) reject the Request for PreQualification of any respondent who has previously failed in the proper performance of a contract of a similar nature, who has been suspended or debarred by the County or other governmental entity, or who is not in a position to perform properly under this award; and (3) inspect all facilities of bidders in order to make a determination as to its ability to perform. Palm Beach County reserves the right to reject any offer or bid if the prices are materially unbalanced. An offer is materially unbalanced if it is mathematically unbalanced, and if there is reason to believe that the offer would not result in the lowest overall cost to the County, even though it is the lowest evaluated offer. An offer is mathematically unbalanced if it is based on prices which are significantly less than fair market price for some bid line items and significantly greater than fair market price for other bid line items. Fair market price shall be determined based on industry standards, comparable bids or offers, existing contracts, or other means of establishing a range of current prices for which the line items may be obtained in the market place. The determination of whether a particular offer or bid is materially unbalanced shall be made in writing by the Purchasing Director, citing the basis for the determination. NON-EXCLUSIVE: The County reserves the right to acquire some or all of these goods and services through a State of Florida contract under the provisions of Section 287.042, Florida Statutes, provided the State of Florida contract offers a lower price for the same goods and services. This reservation applies both to the initial award of this solicitation and to acquisition after a term contract may be awarded. Additionally, Palm Beach County reserves the right to award other contracts for goods and services falling within the scope of this solicitation and resultant contract when the specifications differ from this solicitation or resultant contract, or for goods and services specified in this solicitation when the scope substantially differs from this solicitation or resultant contract. PERFORMANCE DURING EMERGENCY: By submitting a Request for Pre-Qualification, respondent(s) agrees and promises that, during and after a public emergency, disaster, hurricane, flood, or acts of God, Palm Beach County shall be given first priority for all goods and services under this contract. Respondent(s) agrees to provide all goods and services to Palm Beach County throughout the emergency/disaster at the terms, conditions, and prices as provided in this solicitation, and with a priority above, a preference over, sales to the private sector. Respondent(s) shall furnish a 24-hour phone number to the County in the event of such an emergency. Failure to provide the stated priority/preference during an emergency/disaster shall constitute breach of contract and make the Pre-Qualified Contractor(s) subject to sanctions from further business with the County.

(2)

(3)

4. REQUEST FOR PRE-QUALIFICATION SUBMISSIONS a. OBSERVING THE PUBLISHED REQUEST FOR PREQUALIFICATION SUBMISSION TIME: The published Request for Pre-Qualification submission time shall be observed for the initial Pre-Qualification of Contractor(s). It is the sole responsibility of the respondent(s) to ensure that their Request for Pre-Qualification arrives in the Purchasing Department prior to the published Request for PreQualification submission time. Request for Pre-Qualification responses by telephone, electronics, or facsimile shall not be accepted.

(4)

Page 5
NOTE: New respondent(s) may submit their Request for PreQualification at any time after the initial submission time in order to be evaluated by the Purchasing Department and added to the "PreQualified" list of Contractors. Respondent(s) are cautioned that any submittals 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 be made as soon as possible. Deliveries resulting from this Request for Pre-Qualification are to be made during the normal working hours of the County. Time is of the essence and delivery dates must be met. Should the successful Pre-Qualified Contractor(s) fail to deliver on or before the stated dates, the County reserves the right to CANCEL the order or contract and make the purchase elsewhere. The successful Pre-Qualified Contractor(s) shall be responsible for making any and all claims against carriers for missing or damaged items. Delivered items shall not be considered "accepted" until an authorized agent for Palm Beach County has, by inspection or test of such items, determined that they appear to fully comply with specifications. The Board of County Commissioners may return, at the expense of the successful Pre-Qualified Contractor(s) and for full credit, any item(s) received which fail to meet the County's specifications or performance standards. b. FEDERAL AND STATE TAX: Palm Beach County is exempt from Federal and State taxes. The authorized agent for Purchasing shall provide an exemption certificate to the successful Pre-Qualified Contractor(s), upon request. Successful Pre-Qualified Contractor(s) are not exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor are successful PreQualified Contractor(s) authorized to use the County's Tax Exemption Number in securing such materials. Payment shall be made by the County after PAYMENT: commodities/services have been received, accepted and properly invoiced as indicated in the contract and/or order. Invoices must bear the order number. The Florida Prompt Payment Act is applicable to this solicitation. CHANGES: The Director of Purchasing, Palm Beach County, by written notification to the successful Pre-Qualified Contractor(s) may make minor changes to the contract terms. Minor changes are defined as modifications which do not significantly alter the scope, nature, or price of the specified goods or services. Typical minor changes include, but are not limited to, place of delivery, method of shipment, minor revisions to customized work specifications, and administration of the contract. The successful Pre-Qualified Contractor(s) shall not amend any provision of the contract without written notification to the Director of Purchasing, and written acceptance from the Director of Purchasing or the Board of County Commissioners. DEFAULT: The County may, by written notice of default to the successful Pre-Qualified Contractor(s), terminate the contract in whole or in part if the successful Pre-Qualified Contractor(s) fails to satisfactorily perform any provisions of this solicitation or resultant contract, or fails to make progress so as to endanger performance under 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) after receipt of notice from the Director of Purchasing specifying such failure. In the event the County terminates this contract in whole or in part because of default of the successful Pre-Qualified Contractor(s), the County may procure goods and/or services similar to those terminated, and the successful Pre-Qualified Contractor(s) shall be liable for any excess costs incurred due to this action. If it is determined that the successful Pre-Qualified Contractor(s) was not in default or that the default was excusable (e.g., failure due to causes beyond the control of, or without the fault or negligence of, the successful Pre-Qualified Contractor(s)), the rights and obligations of the parties shall be those provided in Section 5.f, "Termination for Convenience." f. TERMINATION FOR CONVENIENCE: The Director of Purchasing may, whenever the interests of the County so require, terminate the contract/pre-qualification process, in whole or in part, for the convenience of the County. The Director of Purchasing shall give five (5) days prior written notice of termination to the successful PreQualified Contractor(s), specifying the portions of the contract to be terminated and when the termination becomes effective. If only portions of the contract are terminated, the successful Pre-Qualified Contractor(s) has the right to withdraw, without adverse action, from the entire contract. Unless directed differently in the notice of termination, the successful Pre-Qualified Contractor(s) shall incur no further obligations in connection with the terminated work, and shall stop work to the extent specified and on the date given in the notice of termination. Additionally, unless directed differently, the successful Pre-Qualified Contractor(s) shall terminate outstanding orders and/or subcontracts related to the terminated work. THIS IS THE END OF "GENERAL CONDITIONS."

c.

d.

e.

Page 6

SPECIAL CONDITIONS
6. GENERAL/SPECIAL CONDITION PRECEDENCE In the event of conflict between General Conditions and Special Conditions, the provisions of the Special Conditions shall have precedence. 7. PRE-QUALIFICATION

All contractors/vendors who provide " Painting Services and meet the terms and conditions of this solicitation are eligible, at any time, to be pre-qualified for their ability to perform contracts in accordance with this solicitation. Contractors/Vendors who have been pre-qualified and no longer want to be solicited may request, in writing, that their company be removed from the qualified vendor list. Request shall be submitted to Amanda Ray, Senior Buyer, Purchasing Department, 50 S. Military Trail, Suite 110, West Palm Beach, FL 33415. Palm Beach County reserves the right at its sole discretion to add qualified contractors/vendors at anytime. All contractors/vendors interested in pre-qualifying shall have an established business with sufficient personnel and expertise to 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 requesting department shall send each Pre-Qualified Contractor(s) a notice of the Project, including scope of work, with the location and time of the site inspection and allow enough time to make arrangement to attend. THE PRE-QUALIFIED CONTRACTORS FAILURE TO VISUALLY INSPECT THE FACILITIES SHALL RESULT IN THE PRE-QUALIFIED CONTRACTORS NOT BEING ELIGIBLE FOR CONSIDERATION OF AWARD OF THAT PROJECT. Pre-Qualified Contractors are advised to make a thorough inspection of the extent of work. After the Project has been awarded, no extra charge or compensation will be allowed unless by reason of unforeseeable causes beyond his control and without fault or negligence, including, but not restricted to, Acts of God. Said change must be approved, in writing, by the Director of Purchasing. Pre-Qualified Contractor(s) are reminded that statements and information provided at ALL meetings/inspections are not binding unless issued 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 after stated start time, local time. Those arriving after the attendance sheet has been collected shall be considered as not in 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 be considered for inclusion to the pre-qualified list. The contractors/vendors may be asked to provide sufficient evidence to confirm a satisfactory performance record. Such information may include an adequate financial statement of resources, the ability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and business ethics, the necessary organization, experience, accounting and operation controls, and technical skills, and be otherwise qualified 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; however, if not included, it shall be the responsibility of the contractors/vendors to submit all evidence, as solicited, within a time frame specified by the County (normally within two working days of request). Failure of contractors/vendors to provide the required information 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 THIS PROVISION. A. List a minimum of three (3) references (Attachment A) in which similar goods and/or services have been provided within the past three (3) years including scope of work, contact names, addresses, telephone numbers and dates of service. A contact person shall be someone who has personal knowledge of the contractors performance for the specific requirement listed. Contact person must have been informed that they are being used as a reference and that the County may be calling them. DO NOT list persons who will be unable to answer specific questions regarding the requirement. The contractor must provide written evidence (copies of current licenses/certifications) that show that the firm (contractor) or a principal in the firm holds the following licenses: Painting Contractor License

B.

C.

Page 7 List the name of all personnel who will be available to conduct a site inspection, name, title, phone number, cell 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 Ordinance 2003-030 and Resolution R-2003-1274, as may be amended. Therefore, prior to the award of any contract, the recommended awardee(s) must comply with all the requirements of this solicitation, i.e. Criminal History Records Check Ordinance. County staff representing the user Department will contact the recommended awardee(s) and provide additional instructions for meeting the requirements of this Ordinance. A contract shall not be awarded unless the recommended awardee meets the requirements established by the Electronic Services and Security Division of the Facilities Development and Operations Department. 11. DETERMINATION/AWARD All responsive, responsible contractors who meet the minimum qualifications will be authorized to submit quotes in 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, and awarding 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 or catalog numbers listed in this specification are for information and not intended to limit competition. When the phrase or equal is used, the bidder may offer any brand/manufacturer for which they are an authorized dealer/distributor/reseller, which meets or exceeds the specifications for any item listed in the bid. Bidder shall enter the manufacturer and manufacturer part number on the bid response page. Unless offering the specified manufacturers(s)/model(s), the bidder shall submit with their bid response, manufacturer cut sheets, sketches, descriptive literature and/or complete specifications for said item(s). Literature shall provide sufficient detail to verify compliance to bid specifications. The failure of the descriptive literature to show that the item(s) offered conforms to the requirements of this solicitation shall result in the rejection of the bid. Reference to literature submitted with a previous bid or literature which has been created by any entity other than the manufacturer shall not satisfy this provision. The County reserves the sole right to determine acceptance 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 verify 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 all orders placed for specified goods and/or services for Palm Beach County. Re-qualifying and/or termination shall be at the sole 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 be sent to all Pre-Qualified Contractors. The County will notify all Pre-Qualified Contractor(s) of each Project on an "as needed basis". All terms and conditions of this solicitation are applicable. Determination of specifications for each Project will be made by the ordering County department. The ordering department will notify ALL applicable Pre-Qualified Contractors to present a written quote on the response form provided by the requesting department. Responses on vendor letterhead/quotation forms shall not be accepted. Each Project shall be awarded to the Contractor offering the lowest fixed price, 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 Palm Beach County Ordinance 2005-062. The "Mandatory Bid Amount" is the threshold dollar amount established as policy by the Board of County Commissioners at and above which a formal competitive sealed bid process must be used. Presently the mandatory bid amount for any Project is fifty thousand dollars ($50,000.00). Any Project that exceeds the mandatory bid amount shall be separately solicited via a formal competitive sealed bid process.

Page 8 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 increase or decrease the anticipated value as necessary to meet actual requirements, and to re-advertise for the contracted services at any time after the anticipated value of this contract has been reached, notwithstanding that the anticipated term has not been completed. 17. TIME FOR COMPLETION / DELIVERY Contractor(s)/vendors acknowledges and agrees that the time of completion/delivery is an essential condition of this contract. By submitting a response, contractors/vendors, if awarded work, agrees to begin work at the specified time frames as stated in their quote, and to prosecute the work uninterrupted in such a manner, with sufficient labor, equipment and/or materials so as 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 (5) business days after receipt of quotation unless otherwise specified by the ordering department. Responses on vendor letterhead/quotation forms shall not be accepted. Failure of the contractor(s) to submit the quotation within the required time specified will be considered a NO QUOTE and the Contractor(s) will not be eligible for consideration of award for that Project. In the best interest of Palm Beach County, the time limit requirement may be changed (in writing) in specific instances. Failure to respond to a requested Project quotation five (5) times consecutively may constitute a lack of interest and 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 minimum amounts of insurance coverage to Palm Beach County, c/o Purchasing Department, Attention Buyer, 50 South Military Trail, Suite 110, West Palm Beach, Florida 33415. During the term of the Contract and prior to each subsequent renewal thereof, the successful Pre-Qualified Contractors shall provide this evidence to the County prior to the expiration date of each and every insurance required herein. Commercial General Liability Insurance. Successful Pre-Qualified Contractor(s) shall maintain Commercial General Liability Insurance, or similar form, at a limit of liability not less than $500,000 Each Occurrence for Bodily Injury, Personal Injury and Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/or Completed Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also be included when applicable to the work to be performed. This coverage shall be endorsed to include Palm Beach County as an Additional Insured. Business Auto Liability Insurance. Successful Pre-Qualified Contractors shall maintain Business Auto Liability Insurance at a limit of liability not less than $500,000 Combined Single Limit Each Accident for all owned, non-owned, and hired automobiles. (In this context, the term Autos is interpreted to mean any land motor vehicle, trailer or semi trailer designed for travel on public roads.) In the event successful Pre-Qualified Contractors neither owns nor leases automobiles, the Business 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 General Liability, or separate Business Auto coverage form. Workers Compensation and Employers Liability Insurance. Successful Pre-Qualified Contractors shall maintain Workers 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 the successful Pre-Qualified Contractors in the types and amounts required hereunder shall be transmitted to the County via the Insurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Failure to provide required insurance shall render your offer as non responsive. Except as to Business Auto, Workers Compensation and Employers Liability (and Professional liability, when applicable), said Certificate(s) shall clearly confirm that coverage required by the contract has been endorsed to include Palm Beach County as an Additional Insured.

Page 9 Further, said Certificate(s) shall endeavor to provide ten (10) days written notice to County prior to any adverse change, cancellation or non-renewal of coverage there under. It is the responsibility of the successful Pre-Qualified Contractors to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required insurance shall be considered default of contract. Successful Pre-Qualified Contractors shall agree to provide the County with at least ten (10) days prior notice of any cancellation, non-renewal or material change to the insurance coverages. All insurance must be acceptable to and 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-Qualified 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 minimum amounts of insurance coverage to Palm Beach County, c/o Purchasing Department, Attention Buyer, 50 South Military Trail, Suite 110, West Palm Beach, Florida 33415. During the term of the Contract and prior to each subsequent renewal thereof, the successful Pre-Qualified Contractors shall provide this evidence to the County prior to the expiration date of each and every insurance required herein. Commercial General Liability Insurance. Successful Pre-Qualified Contractor(s) shall maintain Commercial General Liability Insurance, or similar form, at a limit of liability not less than $5,000,000 Each Occurrence for Bodily Injury, Personal Injury and Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/or Completed Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also be included when applicable to the work to be performed. This coverage shall be endorsed to include Palm Beach County as an Additional Insured. Business Auto Liability Insurance. Successful Pre-Qualified Contractors shall maintain Business Auto Liability Insurance at a limit of liability not less than $1,000,000 (5,000,000 if vehicle(s) are driven airside) Combined Single Limit Each Accident for all owned, non-owned, and hired automobiles. (In this context, the term Autos is interpreted to mean any land motor vehicle, trailer or semi trailer designed for travel on public roads.) In the event successful Pre-Qualified Contractors neither owns nor leases automobiles, the Business 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 General Liability, or separate Business Auto coverage form. Workers Compensation and Employers Liability Insurance. Successful Pre-Qualified Contractors shall maintain Workers 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 the successful Pre-Qualified Contractors in the types and amounts required hereunder shall be transmitted to the County via the Insurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Failure to provide required insurance shall render your offer as non responsive. Except as to Business Auto, Workers Compensation and Employers Liability (and Professional liability, when applicable), said Certificate(s) shall clearly confirm that coverage required by the contract has been endorsed to include Palm Beach County as an Additional Insured. Further, said Certificate(s) shall endeavor to provide ten (10) days written notice to County prior to any adverse change, cancellation or non-renewal of coverage there under. It is the responsibility of the successful Pre-Qualified Contractors to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required insurance shall be considered default of contract. Successful Pre-Qualified Contractors shall agree to provide the County with at least ten (10) days prior notice of any cancellation, non-renewal or material change to the insurance coverages. All insurance must be acceptable to and 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-Qualified Contractors to County on a primary basis.

Page 10 21. WORK SITE SAFETY/SECURITY The successful Pre-Qualified Contractor(s) shall at all times guard against damage or loss to the property of Palm Beach County, the Contractor's own property, and/or that of other contractors, and shall be held responsible for replacing or repairing any such loss or damage. When applicable, the successful Pre-Qualified Contractor(s) shall provide fences, signs, barricades, flashing lights, etc. necessary to protect and secure the work site(s) and insure that all County, State of Florida, OSHA, and other applicable safety regulations are met. Additionally, successful Pre-Qualified Contractor(s) shall provide for the prompt removal of all debris from Palm Beach County property. Palm Beach County may withhold payment or make such deductions as deemed necessary to ensure reimbursement or replacement for loss or damage to property through negligence of the successful Pre-Qualified Contractor(s) or their agents.

Page 11

SPECIFICATIONS FOR REQUEST # 09-042R/AR REQUEST FOR PRE-QUALIFICATION OF VENDORS FOR PAINTING 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) to provide 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 to, surface cleaning, surface preparation, pressure cleaning or sandblasting; surface repair including, but not limited to, caulking, sealants, patching; priming and application of paint coating to the substrates and systems that are necessary for, and reasonably 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 local Municipal 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 the service is to take place. The County shall review the quotes submitted by the contractors. No work shall start until written notification from the designated 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 County personnel, 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 in 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, to ensure 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/color number, 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.

Page 12 The successful bidder shall arrange for a site inspection of the project, with the designated County representative, immediately after completion of the service. The successful bidder shall post all normal safety signs, necessary light, and temporary barriers around work areas, in accordance 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. Vehicles shall have identification to include companys name and/or logo so that it is apparent as to the nature of business of the occupant of the vehicle. The successful bidders employees shall wear uniform shirts with identification name tags to include employees name, company name and/or logo. TECHNICAL REQUIREMENTS 1. QUALITY ASSURANCE a. Quality Assurance - Products b. All materials for application to surfaces shall be delivered to the site in their original unopened containers with original labels. Only the manufacturer's thinners shall be used to thin the respective products, and in amounts recommended 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 finish coats are mutually compatible, as applicable, and compatible with the surfaces to be prepared and/or treated and/or painted. Coating applications shall be made in strict conformance to this Section and to the manufacturer's instructions on the labels and products data sheets. Materials shall be kept in proper and uniform consistency.

Quality Assurance - Personnel and Equipment Each of the Contractor's personnel shall have expertise in the work that the person performs, including the operation 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 for which 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 rubbish 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 pay 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.

Page 13 3. PROTECTION OF PALM BEACH COUNTY PROPERTY a. b. 4. Exterior All shrubbery, outside carpeting, outdoor furniture, sprinkler systems and any other items shall be fully protected against damage during each stage of the service. Paint chips and other debris generated from the pressure cleaning or sandblasting process shall be removed on a daily basis. It is recognized that the Contractor may possibly attach scaffolds and scaffold clamps to the parapet walls of the building in order to carry out exterior painting work. In moving around the roofs, the Contractor shall provide 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/or ground 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. Interior All interior carpeting, furniture, personal belongings and any other items shall be fully protected against damage during each stage of the service. Remove or protect finish hardware, accessories, device plates, lighting fixtures, factory finished work, and similar items. Upon completion of each space, carefully replace all removed items. Use only skilled mechanics for removal, replacement, and protection. All interior furniture and wall hangings are to be moved away from the surfaces being painted. All furniture and wall 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.

PRODUCTS a. b. c. d. e. f. No Lead Content There shall be no lead content in any materials applied to surfaces as part of this service. No Mercury Content There shall be no mercury content in any materials applied to surfaces as part of this service. VOCs All products supplied shall meet or exceed current VOC regulations for the State of Florida. Paint Finish Elastomeric or Acrylic Paint shall be used on all exterior wall surfaces. Sealants Sealants used for crack repairs shall be either Urethane or Polyurethane and shall be paintable. Backstop Material Backstop material shall be resilient urethane, closed-cell polyethylene foam, preformed neoprene, neoprene rod, or rope yard. Backstop material shall be nonabsorbent, non-staining, and compatible with the sealant and primer used. Glazing Glazing materials are to be either metal sash putty or elastic glazing compound. Glazing Gaskets Glazing gaskets are to match existing material in use at site. Use a liquid elastomeric sealant to close openings associated with the ends of the gaskets.

g. h.

Page 14 5. PRODUCTS - SPECIFICATIONS a. Federal Specification

All products shall conform to the Federal Specification for the particular material in question, as listed below. Substitutions cannot be made without the prior written approval from the designated County representative. MATERIAL TURPENTINE MINERAL SPRITS PUTTY SPAR VARNISH SHELLAC EXTERIOR WOOD PRIMER ALKYD WOOD PRIMER ALUMINUM PAINT GLOSS ENAMEL PAINT SILICONE ENAMEL IRON OXIDE PAINT GALVANIZED IRON PRIMER FEROUS METAL PRIMER METAL PRIMER ZINC CHROMATE PRIMER INTERIOR PRIMER SEALER ENAMEL UNDERCOAT ALKYD UNDERCOAT ALKYD PRIMER MASONRY CONDITIONER INTERIOR FLAT PAINT INTERIOR SEMI-GLOSS ENAMEL PAINT INTERIOR GLOSS ENAMEL LATEX BASE PAINT CEMENT FLOOR PAINT COLORS IN OIL STAIN ALKYD STAIN LAQUER, BRUSH TYPE PASTE WOOD FILLER PLASTIC WOOD FILLER POLYURETHANE SEALANT URETHANE SEALANT SILICONE SEALANT ELASTOMERIC PAINT ELASTOMERIC PATCHING COMPOUND ALKYD ALKYD ENAMEL ACRYLIC EMULSION EXTERIOR PAINT ACRYLIC CONDITIONER FEDERAL SPECIFICATION T-801C T-291F P-791A(1) V-121G S-300 P-25C P-25F P-320, V-119 E-489F(1) E-1593B P-31C P-041F P-63B P-664D P-63B S-179A, E-545B E-543, E-545B P-25F E-545B, S-179B P-620C P-47E E-508B E-506G P-29H P-91A(1) P-381C(2) S-711B P-520 L-26 F-336B F-340 S-00230C(2) S-00230C(2) S-001543A C-555B C-555B P-30E, P-47F E-508C, E-509C P-0019A E-543

Page 15 b. Schedule of Coatings

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

EXTERIOR
Masonry Stucco Galvanized metal Ferrous Metal Corrugated Metal Transite Masonite Wood

1ST COAT
Masonry Conditioner Masonry Primer Zinc Dust/Zinc Oxide Primer Zinc Chromate Primer Bonding Coat Exterior Latex Wood Primer Exterior Latex Wood Primer Exterior Latex Wood Primer

2ND COAT
Elastomeric or Acrylic Elastomeric or Acrylic Rust-inhibitive Silicone Enamel, Gloss Rust-inhibitive Silicone Enamel, Gloss Acrylic, Gloss Exterior Latex, Flat or as Specified Exterior Latex, Flat or as Specified Exterior Latex, Flat or as Specified

3RD COAT

* * * * * * * *

* Third coat only required as needed

INTERIOR
Masonry Concrete Plaster Drywall Galvanized Metal Ferrous Metal Wood, Stained Interior Wood, Varnished Wood, Painted Wood

1ST COAT
Interior Block Filler Latex Wall Primer Sealer Latex Wall Primer Galvanized Metal Primer Acrylic Primer Stain Interior Oil Stain Primer

2ND COAT
Interior Latex, Flat or as specified Interior Latex, Flat or as specified Interior Latex, Flat or as specified Interior Latex, Flat Acrylic Interior Latex, Semi-Gloss Enamel, Semi-Gloss Oil-base Varnish or Polyurethane, as directed Oil-base Varnish or Polyurethane, as directed Enamel, Semi-Gloss

3RD COAT

* * * ** * ** ** ** **

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

Page 16 6. a. b. AMBIENT WEATHER CONDITIONS General Temperature All exterior painting activities shall be performed in accordance with established practice for the ambient weather conditions that exist at the time. Paint only in dry weather when the ambient temperature is between 50oF and 120oF on the surface to be painted. No painting shall be done above 85% relative humidity. Stop exterior work early to permit paint film to set up before condensation, caused by night temperature drops, occur. Do not begin painting until surfaces are moisture-free. Keep paint at room temperature.

c. 7. a.

Direct Sunlight - Do not varnish or enamel in direct sunlight. SURFACE PREPARATION General Each surface shall be cleaned and prepared in accordance with professional painting industry practices, and meet the requirements of the protective coating manufacturer and all specifications herein, to provide a substrate suitable for the long term adhesion of the specified coatings. Preparation of all surfaces shall be in strict accordance with the manufacturers recommendations for the products being used. Sweep dust, dirt and debris away before painting. Clean all surfaces, before painting in accordance with paint manufacturers specifications, to properly receive finish.

b. Surface Cleaning c. Remove loose, pealing, blistering, flaking paint, heavy chalk and foreign matter by means of scraping, wire brushing and/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 or greater as required for proper surface preparation depending upon substrate conditions with the following solution 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 half hour and then thoroughly rinse with clean water. If dirt remains, wash with non-sudsing detergent, rinse thoroughly 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.

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 adjacent existing 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 and cracks with putty. Edges, corners and raised grain shall be eased by sanding. Each coat required shall be sanded 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 the designated County representative of the total quantity requiring replacement. Where loose or peeling paint has been removed, the remaining paint shall be feather sanded. Apply appropriate 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 includes window returns where there is evidence of chalk. All masonry surfaces to be cleaned and bonded with a masonry conditioner prior to patching, unless specified otherwise.

Page 17 d. 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 removed and the area cleaned prior to re-caulking to ensure desired adhesion to both surfaces. Neoprene rope shall be installed 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, filled with a one part polyurethane sealant to meet Federal Spec. TT-S00230C, type II, Class A, USDA approved and FDA approved. Adjacent surfaces shall be matched in textured and uniformity. All resurfacing applications of acralastic surfacer or equal shall match adjacent surface in texture and uniformity an result in a minimum of 1/8' build-up of 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 loose substrate and prime with concrete primer. Apply concrete patching material in voids and finish to match the adjacent substrates in texture and uniformity. Remove all tape, patching compound, caulking or sealant in any previously patched areas that have lost adhesion to 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 exposed metal material shall be wired brushed, to remove all rust and foreign matter, coated with rust inhibitor/arrester and one coat of an epoxy mastic coating before being patched to original surface appearance. Contractor shall identify and 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 rod and Polyurethane caulking sealant.

e.

Surface Preparation: Exterior Caulking of Window and Window Perimeters Metal to Stucco Remove all sealant material from caulk joints. Solvent wipe with denatured alcohol all metal surfaces to remove contaminants. Apply a urethane type one-part sealant to joint surface in coordination with joint size. Metal to Metal Remove all sealant material from caulk joints. Solvent wipe with denatured alcohol all metal surfaces to remove all contaminants. Prime all surfaces. Apply silicone sealant to surface in accordance to manufacturers specifications. Metal to Glass Remove all sealant material from caulk joint. Solvent wipe with denatured alcohol all metal surfaces. Apply glazing to surface 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 installed 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, after all caulking applications have been performed. Sill areas shall be checked for grade and shall drain away from metal window frames. If the water drains back toward the window, cut a space in the stucco to allow for drainage, then proceed with the coating.

Page 18 i. Surface Preparation: Glazing Preparation of glazing and surrounding area shall comply with the details and general conditions governing glazing in the Flat Glass Marketing Association (FGMA) Glazing Manual. Clean glazing channel and other framing members immediately before glazing. Remove coatings which are not firmly 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 normal temperature changes, wind loading, impact loading (for operating sash and doors), without failure including loss or breakage of glass, failure of sealants or gaskets to remain watertight and airtight, deterioration of glazing materials and other defects in the work. Protect glass from edge damage during handling and installation, and subsequent operation of glazed components of 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 products as used in each glazing channel, and with recommendations of FGMA Glazing Manual, except where more stringent requirements are required. Force sealants into channel to eliminate voids and to ensure complete "wetting" or bond of sealant to glass and channel surfaces. Tool exposed surfaces of glazing liquids and compounds to provide a substantial "wash" away from glass. Install pressurized 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 eliminate 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 gaskets 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 necessary to enter the building, the County will, upon proper justification/identification, provide access to the required area only. 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 directions. Excessive use of thinner as indicated by variation in absorption, lack of hide thickness of dry film, mottled or streaky coat, shall be cause of rejection. Correct as directed. Thinning of varnish or aluminum paint is prohibited. Brush out or roll on prime coats; work into surface. Each coat of paint material applied by brush shall be brushed on well and worked out evenly to leave no brush marks. Each coat shall be flowed on smoothly and free from sags or runs. When applying paint materials by the spray method, exterior only, cross spray each coat consisting of vertical and a horizontal pass of the spray gun. Only airless spray equipment may be used and pole guns are prohibited. When applying paint materials by a roller, the roller shall not exceed nine (9) inches in width. The nap shall be compatible to surface being rolled. Roller handles shall be no longer than five (5) feet. Each coat shall consist of vertical and horizontal pass of the roller. Rate of application coverage shall not exceed average rate of coverage recommended by the paint manufacturer for the type of surface involved. Minimum dry film thickness, per coat, shall not be less than thickness recommended by the paint manufacturer. Additional coats of paint or finish shall be applied as required to cover surfaces completely and to provide uniform 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 paint in corners and depressions. Make edges of paint adjoining other materials or colors sharp and clean and without overlapping. Avoid lapping of paint on glass, hardware, or other adjoining surfaces.

Page 19 b. Exterior Painting

EXTERIOR MASONRY

Pretreatment: First Coat: Second Coat:

Pressure clean at 2500 psi and fungicide. Treat all cracks, avoids, cavities, and re-caulk all joints as necessary. Apply a primer sealer according to manufacturers recommendation. Apply the second coat according to manufacturers recommendation. Use an elastomeric or acrylic waterproof coating.

EXTERIOR STUCCO

Pretreatment: First Coat: Second Coat:

Pressure clean at 2500 psi and fungicide. Treat all cracks, voids, cavities, and re-caulk all joints as necessary. Apply a primer sealer according to manufacturers recommendation. Elastromeric or Acrylic exterior emulsion according to manufacturers recommendation.

GALVANIZED METAL

Pretreatment: First Coat: Second Coat:

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

FERROUS METAL

Pretreatment: First Coat: Second Coat:

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

CORRUGATED METAL

Pretreatment: First Coat: Second Coat:

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

TRANSITE, MASONITE, WOOD

Pretreatment:

First Coat: Second Coat: Third Coat: c.

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 shall be below 15% prior to application. Pretreatment - Prime all knots and resinous sapwood with a wood primer according to manufacturers recommendation. Exterior latex wood primer according to manufacturers recommendation. Exterior latex, semi-gloss according to manufacturers recommendation. Same type of paint finish as used in the second coat according to manufacturers recommendation.

Interior Painting

All exposed piping, conduit, ducts, and duct coverings, etc., shall be painted. Overhead horizontal runs adjacent to ceiling shall be painted the same color as the ceiling, unless directed otherwise by the designated County representative. 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:

First Coat: Second Coat: Third Coat:

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 commercial muriatic acid to five parts water, and then rinsed with clear water and allow surface to dry thoroughly before painting. Allow fourteen (14) days cure time prior to any coatings being applied. Moisture content should be below 15% prior to any coating application. Interior block filler according to manufacturers recommendation. Semi-Gloss Finish or a Flat Finish (depending upon location) according to manufacturers recommendation. Same type of paint finish as used in the second coat according to manufacturers recommendation.

Page 20
PRECAST OR POURED CONCRETE

Pretreatment:

First Coat: Second Coat: Third Coat:


PLASTER

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 commercial muriatic acid to five parts water, and then rinsed with clear water and allow surface to dry thoroughly before painting. Latex wall primer according to manufacturers recommendation. Latex, semi-gloss or flat finish according to manufacturers recommendation. Same type of paint finish as used in the second coat according to manufacturers recommendation.

Pretreatment:

First Coat: Second Coat: Third Coat:


DRYWALL

All surfaces to be painted shall be free of dust, dirt, or other foreign matter prior to painting. Rake small cracks, scratches and abrasions deeply and fill with prepared patching plaster. Spot coat patches with prime coat when dry prior to applying specified prime coat. Allow fourteen (14) days cure time prior to any coatings being applied. Moisture content should be below 15% prior to any coating application. Wall sealer, if thinned do not exceed pint of thinner per gallon Latex, semi-gloss or flat finish (depending upon location) according to manufacturers recommendation. Same type of paint finish as used in the second coat according to manufacturers recommendation.

Pretreatment: First Coat: Second Coat: Third Coat:

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

GALVANIZED METAL

Pretreatment:

First Coat: Second Coat: Third Coat:

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 commercial muriatic acid to five parts water, and then rinsed with clear water and allow surface to dry thoroughly before painting. Allow fourteen (14) days cure time prior to any coatings being applied. Galvanized Metal primer. Acrylic Latex, semi-gloss. Acrylic Latex, semi-gloss.

FERROUS METAL

Pretreatment:

First Coat: Second Coat: Third Coat:

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 commercial muriatic acid to five parts water, and then rinsed with clear water and allow surface to dry thoroughly before painting. Allow fourteen (14) days cure time prior to any coatings being applied. Acrylic primer. Enamel, semi-gloss. Enamel, semi-gloss.

WOOD STAINED OR VARNISHED

Pretreatment: First Coat: Second Coat: Third Coat:

Smooth wood surfaces by sanding. Wash sap spots and knots with mineral spirits. Shellac over any knots. Fill any voids and nail holes with putty to match color of wood. All surfaces to be painted shall be free of dust, dirt or other foreign matter prior to painting. Stain, if required, using a good grade of interior oil stain. Use either an oil base varnish or polyurethane varnish as directed. Same type of paint finish as used in the second coat according to manufacturers recommendation.

WOOD PAINTED

Pretreatment: First Coat:

Smooth wood surfaces by sanding. All surfaces to be painted shall be free of dust, dirt or other foreign matter prior to painting. Wood primer according to manufacturers recommendation.

Page 21 Second Coat: Third Coat: 9. Semi-gloss enamel paint according to manufacturers recommendation. Same type of paint finish as used in the second coat according to manufacturers recommendation.

CLEAN-UP Remove spots or defacement resulting from service. If spots or defacement cannot be satisfactorily removed, 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 the 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 the Contractor. Security methods shall be employed, as required, to ensure the protection of all materials, equipment, and construction 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, registration of 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 the Contractors 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 ceiling or hung ceiling and includes pilasters, breaks, jambs, reveals, returns, arches, hardboards, pegboards, free standing columns, low partitions, 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 girder haunches, metal cover and boarder strips of acoustic tile, metal frame of ceiling lights, and side faces of hung or furred ceiling. 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 representative prior to the start of the project. WORKING HOURS a. Normal Working Hours Exterior: Interior: b. Contractors on-site exterior activities shall typically be limited to weekday working hours of 7:30 AM to 5:00 PM, excluding holidays. Contractors on-site interior activities shall typically be limited to exclude weekday working hours of 7:30 AM to 5:00 PM, so as to avoid air-quality problems from fumes.

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

Page 22
ATTACHMENT A

QUALIFICATIONS OF BIDDERS REFERENCES 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: ( CONTACT NAME:

FAX NUMBER: (

(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: ( CONTACT NAME:

FAX NUMBER: (

(PLEASE PRINT OR TYPE)

SCOPE OF WORK:
(PLEASE PRINT OR TYPE)

START DATE:

END DATE:

Page 23
ATTACHMENT A

QUALIFICATIONS OF BIDDERS REFERENCES 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: ( CONTACT NAME:

FAX NUMBER: (

(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: ( CONTACT NAME:

FAX NUMBER: (

(PLEASE PRINT OR TYPE)

SCOPE OF WORK:
(PLEASE PRINT OR TYPE)

START DATE:

END DATE:

Page 24 PRE-QUALIFICATION RESPONSE PAGE REQUEST # 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-Qualified Contractor(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 LOT II

(Reference term and condition #19) (Reference term and condition #20)

_________ INITIAL > YES _________ INITIAL > YES _________ INITIAL > YES

LOT I & II (Reference term and condition #19 & 20)


NOTE:

Palm Beach County makes no commitments nor guaranties whatsoever to any of the Pre-Qualified Contractor(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 the Countys Request for Pre-Qualification solicitation as originally published, without exception, change or alteration of any kind, 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:

PRINT NAME:

* SIGNATURE:
ADDRESS: CITY / STATE: TELEPHONE # ( TOLL FREE # ( APPLICABLE LICENSE(S) NUMBER # FEDERAL ID # ) )

PRINT TITLE:

ZIP CODE: E-MAIL: FAX #: ( )

TYPE:

Page 25

STATEMENT OF NO RESPONSE TO REQUEST 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 Purchasing Department, 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 manufacturer only (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:

You might also like