ST. LOUIS COUNTY LIBRARY DISTRICT REQUEST FOR BID SHELVING AND/OR FURNITURE. PHASE 2B, 2C, 2D and 2E PROJECTS DATE ISSUED: FEBRUARY 21, 2018

Similar documents
ST. LOUIS COUNTY LIBRARY DISTRICT REQUEST FOR PROPOSAL DIGITIZATION OF FINANCE DOCUMENTS DATE ISSUED: November 8, 2017

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

B. CONTRACTUAL ISSUES

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

PURCHASING ORDINANCE

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

INSTRUCTIONS TO BIDDERS Medical Center

TERMS AND CONDITIONS OF THE INVITATION TO BID

INFORMATION FOR BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

SECTION INSTRUCTIONS TO BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

EXHIBIT C FACILITIES MASTER PLAN CONSTRUCTION MANAGEMENT SERVICES AGREEMENT

COUNTY OF LOUISA, VIRGINIA

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Register, 2014 Commerce, Community, and Ec. Dev.

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

PART I - GENERAL INFORMATION

City of Tustin Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES

DOCUMENT INSTRUCTIONS TO BIDDERS

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON

Carpet Replacement Project Des Peres Department of Public Safety

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the

Summary. Project Objectives. Background

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

REQUEST FOR BID # TIRE DISPOSAL SERVICES

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

COUNTY OF OSWEGO PURCHASING DEPARTMENT

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

CHAPTER 19 PREVAILING WAGE COMPLIANCE PROGRAM

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

CITY OF HOPKINSVILLE

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

COUNTY OF COLE MISSOURI

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018


WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office.

City of Mexico Beach Replacement of Fire Department Roofing Shingles

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Anaheim Stadium & Amtrak Train Station

Tulsa Community College

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

SECTION A - INSTRUCTIONS

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

Instructions to Bidders Page 1 of 8

INVITATION FOR BID Bid #1012 Ambulance Graphics

PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

Subject: SOLICITATION OF BIDS, PROPOSALS AND THE AWARD OF PROCUREMENT CONTRACTS OUTDATED

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Request for Proposal 2019 Calendar Year

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Prescott Valley, Arizona

ENTERPRISE STATE COMMUNITY COLLEGE

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

RULES AND REGULATIONS CHAPTER ONE. GENERAL PROVISIONS

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

Central Unified School District Request for Proposal

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

Butte School District #1 Request for Proposal (RFP)

REQUEST FOR PROPOSAL Youth Sports Officiating Services

INVITATION TO BID ITB # 13-03D Ductile Iron Pipe

California Labor Code (Sections )

Effective 08/01/2005 1/6

PUBLIC BID LAW. Erin Day Assistant Attorney General Louisiana Department of Justice

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

LABOR CODE SECTION

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

THIRD SUPPLEMENTAL SYSTEM REVENUE BOND RESOLUTION. Approved July 25, 2013

1. Communications with Bidders

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

INVITATION TO BID INSTRUCTIONS TO BIDDERS

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

Transcription:

ST. LOUIS COUNTY LIBRARY DISTRICT REQUEST FOR BID SHELVING AND/OR FURNITURE PHASE 2B, 2C, 2D and 2E PROJECTS DATE ISSUED: FEBRUARY 21, 2018 The Board of Trustees of the St. Louis County Library District is accepting bids pursuant to this Request for Bid from qualified businesses for Shelving and/or Furniture for the following branches: 2B - Grand Glaize GG (1010 Meramec Station Rd, Manchester) 2C - Mid-County MC (7821 Maryland Ave, Clayton) 2D - Thornhill TH (12863 Willowyck Drive, St. Louis) 2E - Meramec Valley MV (1501 San Simeon Way, St. Louis) Bidders are responsible for examination of all the documents and requirements for the Project. All Bids are due no later than 3:30 P.M. C.T., on Thursday March 8, 2018. Please deliver the completed Bid in accordance with this Request for Bid to the Library District s Headquarters at: St. Louis County Library District East Room 1640 S Lindbergh Blvd St. Louis MO, 63131 Attention: Steve Hunter, Assistant Director To protect the integrity of the Bid selection process, all questions concerning this Request for Bid, the Bid process or Bid specifications shall be emailed only to shunter@slcl.org and skolath@lcminc.com in accordance with this Request for Bid. Bidders shall complete the Bid as required in this Request for Bid and deliver the completed Bid in a sealed envelope marked: Response to Request for Bid Shelving and/or Furniture Phase 2B, 2C, 2D and 2E Projects It is anticipated that the Bids will be considered by the Library District s Board of Trustees at the March 19, 2018 meeting after consideration by the Selection Committee and recommendation to the Director. The Library District reserves the right to reject any and all Bids and to waive formalities in the best interest of the Library District. Page 1

Page 2 BACKGROUND The Library District is a political subdivision of the State of Missouri. The Board of Trustees ( Board of Trustees ) of the Library District is a body corporate with all the powers and rights of like or similar corporations serving more than 870,000 Library District residents. All management and control of the Library District is vested in a Board of Trustees consisting of five Trustees appointed by the County Executive of St. Louis County, Missouri. The Trustees serve staggered four-year terms. The Board of Trustees has the power to purchase grounds, erect appropriate buildings and improve existing buildings for the use of the Library District and its branches out of funds available or through the issuance of bonds or otherwise. The Board of Trustees appoints a qualified librarian as the chief executive and administrative officer ( Director ) of the Library District who holds that office at the Board of Trustees pleasure. The Library District was established by a vote of the residents of St. Louis County, Missouri in 1946. In 1947, the first library building opened and was quickly followed by two branch locations in the heavily populated portion of North County. The 1960 s saw an additional four branches, including a new Headquarters building and the first of many building expansions. This building boom resulted in the construction of branches throughout the 524 square miles of St. Louis County, Missouri. A tax levy passed in 1973 allowed the Library District to add 12 branches to the system, bringing the total number of branch locations to 20. The Library District is supported primarily by the property taxes of Library District residents. On November 6, 2012, the voters of St. Louis County, Missouri, approved a proposed increase in the Library District tax to, among other things, finance a portion of the implementation of the Facilities Master Plan ( Master Plan ) approved by the Board of Trustees on March 12, 2012. The Master Plan envisions a multi-year construction program to make improvements to Library branches throughout the system. On September 17, 2012, the Board of Trustees adopted a Diversity Statement, a current copy of which is attached hereto as Exhibit B, and made a part hereof ( Diversity Statement ) to provide guidance to the Library District and set forth certain goals for Minority/Women Business Enterprise participation in Library District construction contracts. In order to assure that minority-owned and women-owned professional businesses are made aware of this Request for Bid, the Library District will utilize the Missouri Minority/Women Business Enterprise Program Directory as a source for identification of potential professional firms. On January 28, 2013, the Library District selected Landmark Contract Management, Inc. ( FMP Administrator ) for the general administration of the Master Plan on behalf of, as agent and as authorized representative of the Library District to provide leadership, direction and assistance to the Library District in all aspects of the Master Plan, including but not limited to, assistance in the selection, supervision, administration and coordination of the Library District s construction team (including without limitation construction manager, architects, engineers, design, environmental, contractors, subcontractors, consultants and other construction professionals) and administration of all Master Plan construction and design contracts. On September 21, 2015, the Library District hired Brinkmann Constructors ( Construction Manager ) as a Construction Manager and Advisor for both Pre-Construction and Construction Management Services. The Phase 2 Projects will be financed by the Library District pursuant to the execution and delivery of Certificates of Participation which closed in September, 2016. For Phase 2B, 2C, 2D and 2E Projects, the Library District may award one contract or may award multiple contracts. As a condition to the contract award, each selected contractor (or contractors) is required to enter into a contract with the

Library District substantially in the form of the Facilities Master Plan Contractor Construction Services Agreement, attached hereto as Exhibit C, and made a part hereof. GENERAL REQUIREMENTS The Project is subject to all applicable laws of the State of Missouri governing the Library District including, but not limited to, the following: Missouri law prohibits all employers from employing aliens unlawfully present in the United States to perform work within the State of Missouri, including the Project, and bidders must comply with the provisions relating thereto in Section 285.530 RSMo, as amended. State law also requires all employees working on the site of public works projects to have received safety training, including the Project, pursuant to Section 292.675 RSMo, as amended. The successful bidder(s) (contractor and subcontractors) must require all on-site employees to complete the ten-hour construction safety training program required under Section 292.675 RSMo, as amended, if they have not previously completed the program and have documentation of having done so. The successful bidder(s) will forfeit as a penalty to the Library District $2,500 plus an additional $100 for each employee employed by the successful bidder (contractor or subcontractor) for each calendar day or portion thereof, such employee is employed without the required training. Prevailing wage law requires that not less than the locally prevailing wages be paid to workers on every construction project that is for the public use or benefit or that uses public funds, including this Project. In accordance with Section 290.250 RSMo, as amended, not less than the prevailing hourly rate of wages, as set out in the wage order attached to and made part of this Request for Bid, must be paid to all workers performing work on the Project. The successful bidder(s) shall forfeit as a penalty to the Library District $100 per day (or portion of a day) for each worker that is paid less than the prevailing rate by the successful bidder(s) (contractor or any subcontractor). Before work can begin on the Project, the Library District will send a "prevailing wage project notification- contractor information notification" which lists the successful bidder(s) (contractor and any subcontractor). The successful bidder(s) will be notified by the Library District when the notification requirement has been fulfilled. The successful bidder(s) shall post a copy of the applicable wage order where it is to remain until the Project's completion. The successful bidder(s) (contractor and subcontractors) must provide records of wages paid to all workers employed on the Project for verification. Before final payment is made the successful bidder(s) (general contractor and subcontractors) must file an "Affidavit of Compliance." The affidavit must state the party has fully complied with Missouri Prevailing Wage Law. NO final payment will be made until the compliance has been verified. Page 3

Every transient employer must comply with Sections 285.230 through 285.234 RSMo, as amended, when applicable. Pursuant to Sections 34.070 and 34.073, the Library District prefers to purchase those materials, products and supplies which are produced, manufactured, compounded, made or grown, within the State of Missouri when they are found in marketable quantities and are a quality suited to the purpose intended, and can be secured without additional cost over out-of-state products. Quality and fitness of articles will be considered in making purchases or letting contracts. Similarly, in letting contracts for the performance of any job or services, the Library District prefers Missouri firms, corporations or individuals, or firms, corporations or individuals which maintain Missouri offices, when the quality of performance promised is equal and the price quoted is the same or less. Public entities, as well as the successful bidder(s), shall comply with these laws. Failure to comply with many of these laws constitutes a misdemeanor for the successful bidder(s). The purpose of these laws is to protect the tax base, keep workers safe and ensure that construction remains a high-skilled enterprise. The Library District is a Tax Exempt entity and the submitted bid is to be without Missouri sales tax. The Library District will supply the Contractor with a Certificate of Exemption from the Missouri Sales Tax. In addition to the general requirements listed above, the successful bidder(s) shall comply with all laws, ordinances, regulations, applicable zoning and building requirements, and orders of federal, state, county, and local governing authorities pertaining and applicable to each Library District Location, the successful bidder(s) and/or the Library District. Applicable insurance coverage must be provided by the successful bidder before any work can be started on the Project. The Library District will make every effort to target and utilize Minority/Women Business Enterprises (MBE/WBE) by using the Missouri Minority/Women Business Enterprise Program Directory as a source of identification of potential bidders. The Library District Policy provides that MBE/WBEs must be certified by the Office of Equal Opportunity, State of Missouri, and that such entities will be provided an equitable and fair opportunity to submit bids and proposals. Contractor shall have full continuing responsibility to expedite and ensure delivery as required, receive, store and install materials and equipment in accordance with the Contract Documents, protect and maintain them in proper condition and repair, replace and make good any damage thereto without cost to the Library District until the work is accepted. These general requirements, this Request to Bid, the Bid Form, attached hereto as Exhibit A and the specifications, drawings, schedules and instructions of the Project shall be incorporated in the contract and/or purchase order signed by the parties should the bidder be awarded a contract under this Request for Bid. Page 4

SCOPE OF WORK Provide all necessary labor, materials, supervision, taxes, insurance, equipment, placing, protection, transportation, permits and fees necessary to perform and complete the work specified herein for all the shelving and/or furniture. All work shall be performed in accordance with the following Bid Documents prepared by ESTEY for the Shelving and Bond/Mackey Mitchell and Christner for the Furniture: Phase 2B, 2C, 2D and 2E Shelving and Furniture Contract Documents BRANCH DRAWING/SPECIFICATIONS ISSUE DATE REVISION GG SHELVING ELEVATIONS (12 PGS) 2017.03.07 1 GG SHELVING FLOOR PLAN 2017.05.05 2 MC SHELVING ELEVATIONS (13 PGS) 2018.02.06 3 MC SHELVING FLOOR PLAN 2018.02.12 4 TH SHELVING ELEVATIONS (10 PGS) 2018.01.16 3 TH SHELVING FLOOR PLAN 2018.01.16 3 MV SHELVING ELEVATIONS (12 PGS) 2018.02.12 2 MV SHELVING FLOOR PLAN 2018.02.12 2 ALL ST 01 ST 05 BACK OF HOUSE ITEMS (5 PGS) 2018.02.21 0 ALL SHELVING SPECIFICATIONS (4 PGS) 2018.02.21 0 GG FURNITURE SPECIFICATION COVER SHEET AND PAGES 1 TO 115 2018.02.21 0 GG FLOOR PLAN SHEET AF1.1 2017.09.15 0 MC FURNITURE SPECIFICATION COVER SHEET AND PAGES 1 TO 89 2018.02.21 0 MC FLOOR PLAN SHEET F1.00 2017.09.01 0 TH FURNITURE SPECIFICATION COVER SHEET AND PAGES 1 TO 111 2018.02.21 0 TH FLOOR PLAN SHEET A911 2018.02.22 0 MV FURNITURE SPECIFICATION COVER SHEET AND PAGES 1 TO 124 2018.02.21 0 MV FLOOR PLAN SHEET A911 2018.02.14 0 OB ALTERNATE #5 C 06 FURNITURE SPECIFICATION SHEET 2018.02.21 0 WR ALTERNATE #6 C 09 FURNITURE SPECIFICATION SHEET 2018.02.21 0 TH ALTERNATE #7, #8, #9 #10 (AA 01 AA 03)FURNITURE SPECIFICATION SHEET 2018.02.21 0 1. Contractor will be responsible to submit, obtain and pay for all applicable permits. Additionally, Contractor will coordinate all applicable permit inspections as required. 2. Contractor to provide all necessary labor for layout of all shelving and/or furniture. 3. When executing the work, Contactor must use caution around existing and new finishes and must provide and remove temporary protection to avoid property damage. Page 5

4. The storage of materials and equipment at the site shall be permitted only to the extent approved by Library District and in conformance with the limits established by local ordinances and laws. 5. All work on site is to be performed safely in accordance with all OSHA standards. It is the responsibility of the Contractor to inform and educate all personnel working on site of the requirements and ensure that the policies are enforced each day. All personnel working on site must possess and present an OSHA 10 Hour Certification card and adhere to the Construction Manager s safety requirements. 6. All accessories integral to the shelving and/or furniture such as cap, trim, fasteners, etc. shall be included in this Proposal. Provide all miscellaneous supports for all installations beyond what is indicated on the contract documents. Seismic restraints shall be designed, furnished and installed by this Contractor as required by the bid documents, as well as any state, local or general building codes and jurisdictions, whether or not specifically addressed in the bid documents. 7. Contractor is responsible for all daily clean-up associated with this scope of work and shall remove all debris from the site. Written permission shall be obtained to use any onsite dumpsters not provided by this Contractor. 8. Contractor is responsible for cleaning dust, performing touch up and final cleaning related to shelving and/or furniture. 9. To the extent possible, shop drawings and product data should be submitted in.pdf format to the Architect(s) for review and approval. 10. All associated electrical work shall be performed by a licensed electrician. 11. Contractor shall be responsible for not inconveniencing or interfering with the SLCL staff, its representatives or other Contractors performing work. 12. Contractor will be required to attend coordination meetings. 13. Attached herein as Exhibit D is a preliminary delivery window schedule for each branch. As the projects progress, a firm delivery date shall be determined. For each branch, once product is delivered, the Contractor will have (7) work days to complete their work. 14. Work shall be performed during regular working hours, unless authorized otherwise. 15. Performance, labor and materials insurance shall be provided by a company rated A+ in Best s. All other coverage shall be provided by companies rated A or above. 16. The Library District encourages the use of union labor in services performed for this project. 17. Warrantees shall commence upon Architect and Library District acceptance of work. 18. Maintenance, cleaning protocol and operating manuals must be received prior to final payment. Page 6

BID REQUIREMENTS 1. The Bid must arrive no later than 3:30 P.M. C.T. on Thursday, March 8, 2018 and will be opened at that time. No Bid will be accepted after this time and any Bid arriving after this time will be returned unopened. 2. The Bid shall be addressed to and delivered to the following address: 3. The Bid shall bear the following legend: St. Louis County Library District East Room 1640 S Lindbergh Blvd St. Louis MO, 63131 Attention: Steve Hunter, Assistant Director Response to Request for Bid Shelving and/or Furniture Phase 2B, 2C, 2D and 2E Projects 4. Bids must be submitted on the Bid Form as attached hereto as Exhibit A. All other bid information shall be on eight-and-one-half inch (8 1/2 ) by eleven inch (11 ) white paper printed on one side. [Sheets containing graphic images may fold out to eleven inches (11 ) by seventeen inches (17 ).] The Bid must clearly and easily identify the individual or firm and contain the name, address, and a telephone number of its principal spokesperson, which may be released by the Library District as public information as required by applicable law and/or Library District policy. Colored and/or tabbed divider sheets may be used to delineate discrete sections. 5. Each bidder shall submit three (3) complete and bound copies of each Bid and one (1) unbound original, with original signatures, and one (1) public/press copy of the Bid in which the individual or firm should redact any information which it deems confidential or proprietary. 6. Any bidder desiring an explanation or interpretation of this Request for Bid must request it in writing no later than 3:00 P.M. C.T. on Wednesday, February 28, 2018, and such request shall be emailed only to shunter@slcl.org and skolath@lcminc.com. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to a bidder concerning a solicitation will be furnished promptly to all other bidders as an amendment of this Request for Bid, if that information is necessary in submitting Bids or if the lack of it would be prejudicial to any other prospective bidders. It is the responsibility of all bidders to check the SLCL website for all issued Amendments prior to responding to this RFB. 7. If this Request for Bid is amended, then all terms and conditions which are not modified shall remain unchanged. Bidders shall acknowledge receipt of any amendments to this Request for Bid by: (i) signing and returning the amendment; and (ii) identifying the amendment number and date in the space provided for this purpose. Page 7 The Library District must receive the acknowledgement by the time specified for receipt of the Bid.

8. No Bid shall be withdrawn for a period of 90 days subsequent to the opening of the Bid without prior written consent of the Library District. 9. The COVER LETTER must indicate that the signer is authorized to bind the bidder contractually and must identify the title or position of the signer. The COVER LETTER shall also contain the following: (i) (ii) (iii) (iv) (v) (vi) The bidder s name, address, telephone number and email address; A statement that (a) the bidder is willing and able to provide the goods and services required for a successful engagement; (b) the bidder has read and understands the Request for Bid; (c) the bidder has visited and examined the Library District Location; and (d) the Bid is made in accordance with the Request for Bid and is based upon the materials, products, systems and equipment required by the Request for Bid; The name of the individual within the bidder, who will be the primary contact concerning this engagement; Copies of all license(s) from any applicable governing authority to do business at the Library District Location and certificate of good standing from the State of Missouri, as applicable; Bid security in the form of a bid bond or cashier s check of not less than 5% of the Bid amount; and Documentation and sworn affidavit with respect to employees working in connection with the Bid, affirming enrollment in a Federal Work Authorization Program. 10. An unsigned submission shall be rejected. 11. Provide a Labor Rate Work Sheet for each applicable trade that clearly breaks down how the values of straight, overtime and double time are derived. Provide any terms of premium time and the rate effective dates. These rates may be used for Add Services. 12. The Library District is not liable for any cost incurred by the bidder prior to issuance of a legally executed contract by the Library District and/or purchase order authorized by the Library District. Page 8 SELECTION PROCEDURES 1. Bids shall be opened and Bid responses read at a meeting available to the public. 2. Bids shall be referred to and reviewed by a Selection Committee composed of members selected by the Director. 3. Bids that fail to adhere to the requirements of this Request for Bid may result in the Bid being disqualified as non-responsive. 4. The Selection Committee will determine the lowest and best bid. In determining the best bid, among other factors, the Library District may consider all factors in this Request for Bid including, but not limited

to, the location of the bidder, MBE/WBE participation/interest in the business, union labor use encouragement and prior performance. 5. The Selection Committee will make a recommendation to the Director who will make a recommendation to the Board of Trustees. AWARD 1. The right is reserved by the Board of Trustees to cancel this Request for Bid or to reject any and all Bids and to waive formalities in the best interest of the Library District. 2. The Board of Trustees reserves the right to split awards, make multiple awards and to reject any and all Bids. 3. Subject to the rights reserved by the Library District, an award will be made by the Board of Trustees to the bidder(s) determined to be the lowest and best bid. 4. All bidders will be notified of the Library District s selection as soon as possible. 5. The successful bidder(s) will be issued a Notice of Award. Within 5 business days, the successful bidder(s) shall provide the following minimum documentation: (a) Proof of the appropriate insurance coverage: (i) (ii) (iii) Worker s Compensation & Employers Liability Statutory Amount (Mandatory); Comprehensive Automobile Liability for vehicles used $1,000,000.00; Comprehensive General Liability $1,000,000.00; (b) Federal Identification Number. (c) Evidence that the bidder is authorized to do business in Missouri and at each Library District Location. END OF REQUEST FOR BID Page 9