Dawson County Purchasing Department 76 Howard Avenue East, Suite 120 Dawsonville, GA INVITATION FOR BIDS. Backhoe # 8909IFB

Similar documents
Champaign Park District: Request for Bids for Playground Surfacing Mulch

OFFENDER HOME MONITORING

Generator Maintenance Services

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

DAWSON COUNTY BOARD OF COMMISSIONERS DAWSONVILLE, GEORIGA

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

Invitation to Bid BOE. Diesel Exhaust Fluid

ADVERTISEMENT FOR BID

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Commercial Pest Control Services

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

CITY OF GAINESVILLE INVITATION TO BID

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle

Your Company Name Zipper Auger. Bid# pm March 23, 2017

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

ALL TERRAIN SLOPE MOWER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

RFP GENERAL TERMS AND CONDITIONS

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Invitation To Bid. for

FLOYD COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT #12 East 4 th Ave. Ste. 106 ROME, GA (706) FAX (706)

BID DOCUMENTS FOR. WTP VFD Replacement Bid

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

CITY OF TITUSVILLE, FLORIDA

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Request for Quotation

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

PURCHASING DEPARTMENT

REQUEST FOR QUOTATION

PURCHASING DEPARTMENT

Request for Quotation

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

PURCHASING DEPARTMENT

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

BID # Ambulance E450 Van Chassis

Invitation to Bid BOE. Fluorescent Bulbs

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

INSTRUCTIONS TO BIDDERS

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

CITY OF GAINESVILLE INVITATION TO BID

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

Request for Proposal (RFP) For: New Telescopic Handler Posting Date: December 10, 2014

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

IFB NUMBER: BID NUMBER, FISCAL YEAR NO Pre Bid needed for this solicitation IFB QUESTION DEADLINE January 24 th, 2014

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

REQUEST FOR QUOTATIONS

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INSTRUCTIONS TO BIDDERS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

INSTRUCTIONS TO BIDDERS

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE.

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

CITY OF GAINESVILLE INVITATION TO BID

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

PURCHASING DEPARTMENT

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

CITY OF GAINESVILLE INVITATION TO BID

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

Description Cost PRE-BID CONFERENCE

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

INVITATION TO BID (ITB)

Invitation To Bid. for

INVITATION FOR BID 2019 Ford F-150 XLT Crew Cab Truck Purchases

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

GUILFORD COUNTY SCHOOLS Invitation for Bids

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Dawson County Purchasing Department 76 Howard Avenue East, Suite 120 Dawsonville, GA INVITATION FOR BIDS BID Number: # 7408IFB

Transcription:

Dawson County Purchasing Department 76 Howard Avenue East, Suite 120 Dawsonville, GA 30534 INVITATION FOR BIDS # 8909IFB SCHEDULE OF EVENTS March 9, 2009 None Invitation for Bids Released Pre-Bid Conference March 20, 2009 12:00 Noon Deadline for Questions March 24, 2009 5:00 PM Deadline for addenda to be posted on www.dawsoncounty.org March 31, 2009 3:00 PM Bid submission deadline. Bids opened immediately following deadline. April 16, 2009 Tentative Award Date I. BIDDER S INSTRUCTIONS A. Purpose for IFB The Dawson County Purchasing Director will receive sealed bids for a new construction duty 14 backhoe/loader. Specifications for the equipment are detailed on the Bidder s Response Form beginning on page four (4) of this Invitation for Bids. B. Restrictions on Communication From the issue date of this bid until the Award is announced, Bidders are not allowed to communicate for any reason with any County staff, elected officials except through the Purchasing Director named herein, or as provided by existing work agreement(s). The County reserves the right to reject the submittal of any bidder violating this provision. All questions concerning this bid must be submitted in writing (fax or email may be used) to the Purchasing Director. Only written questions will be accepted. Only written responses will be binding upon the County. #8909IFB Dawson County, GA Page 1 of 14

C. Inquiries and Addenda Written questions may be submitted to Jill Rathe, Purchasing Director, regarding this Invitation to Bid no later than 12:00 Noon on March 20, 2009. Email (jrathe@dawsoncounty.org) is the preferred mode of communication; however, other written forms of communication are acceptable. Faxes may be sent to Jill Rathe, Purchasing Director at 706-344-3504. Dawson County reserves the right to issue written addenda to any inquiries that alter the scope or Specifications in this Invitation to Bid. Addenda will be posted to the county website at www.dawsoncounty.org no later than 5:00 PM on March 24, 2009. Bidders shall check the website for addenda prior to submitting a bid. All responsive bid submissions will include signed copies of any posted addenda. D. Duration of Contract The term of a contract awarded as a result of this IFB shall be from the time the bid is accepted until delivery and acceptance of the equipment. All standard warranties shall apply. The contract shall terminate absolutely and without further obligation at such time as appropriated and otherwise unobligated funds are no longer available to satisfy the obligations of the County under this contract. E. Bid Bonds, Payment Bonds & Performance Bonds Bid Bonds Payment Bonds Performance Bonds Not Required Not Required Not Required Find information regarding bond requirements for this bid in the General Terms section of this bid document, Item 24 Bid Bonds, Payment Bonds and Performance Bonds. F. Submission of Bids The required bid documents, as listed on the Bidder s Checklist, shall be submitted in a sealed container/envelope with the statement #8909IFB marked in the lower left hand corner of the shipping container/envelope. The bidder s business name must be clearly visible on the shipping container. The provided bid documents must be submitted. The County will NOT accept bid responses on bidder s letterhead (except References) and/or quotation forms. Bid responses submitted by fax or electronic mail will NOT be accepted. Bids may be delivered, or express mailed to: Jill Rathe, Purchasing Director Dawson County Board of Commissioners 76 Howard Avenue East, Suite 120 Dawsonville, GA 30534 #8909IFB Dawson County, GA Page 2 of 14

Bids being submitted by US Mail shall be sent to: Jill Rathe, Purchasing Director Dawson County Board of Commissioners 78 Howard Avenue East, Suite 100 Dawsonville, GA 30534 Bidders are advised to allow adequate time for shipping. NOTE: Many express mail and delivery services do not guarantee overnight delivery by noon to Dawson County. Bids will be opened and read immediately following the submission deadline at the Dawson County Purchasing office at 76 Howard Avenue East, Suite 120, Dawsonville, GA 30534. Any bid received after 3:00 PM on March 31, 2009 will not be opened. Late bids will be rejected in their entirety. G. Withdrawal of Bid Due to Errors Bidders shall have up to forty-eight (48) hours to notify the Dawson County Purchasing Department, in writing, of an obvious clerical error made in the calculation of bid in order to withdraw a bid after bid opening. Bids may be withdrawn from consideration if the price was substantially lower than the other bids due solely to a mistake. The bidder shall provide evidence that the bid was submitted in good faith, and that the mistake was a clerical mistake as opposed to a judgment mistake. The bidder s original work papers shall be the sole acceptable evidence of error or mistake. If a bid is withdrawn under this provision, the lowest remaining responsive bid shall be deemed low bid. No bidder who is permitted to withdraw a bid shall for compensation, supply any material or labor, perform any subcontract or other work agreement for the person, or firm to whom the contract is awarded. Failure to make a request to with draw a bid due to error within forty-eight (48) hours shall cause the bidder to forfeit any bid bond. Bid withdrawal is not automatically granted and will be allowed solely at Dawson County s discretion. H. Award Any Purchase Order/Contract awarded pursuant to this IFB shall be awarded to the responsive and responsible bidder whose bid response meets the requirements and criteria set forth in this IFB. A responsive bidder is a bidder who has submitted a bid response, which conforms in all material respects to the IFB. A responsible bidder is a bidder who has the capacity in all respects to perform fully the Purchase Order requirements and the integrity and reliability, which will assure good faith performance. The winning bidder will be contacted via telephone by the Purchasing Department. A Notice of Intent to Award shall be posted on the County website at www.dawsoncounty.org. I. Rejection of Submissions/Cancellation of Invitation to Bid Dawson County reserves the right to cancel this Invitation to Bid at any time. Dawson County reserves the right to reject any or all bids, to waive any irregularity or informality in a bid, and to accept or reject any item or combination of items, when to do so would be to the advantage of Dawson County. It is also within the rights of Dawson County to reject bids that do not contain all elements and information requested in this document. Dawson County will not be liable for any cost/losses incurred by the bidders throughout this process. #8909IFB Dawson County, GA Page 3 of 14

BIDDER S RESPONSE # 8909IFB Vendor Response: The equipment offered shall be equal to the Specifications (see ITEM 5 in the Standard Terms & Conditions). Bidders are to indicate any deviation from the Specifications in the Bidder s Response column. All bid responses must be typewritten or written legibly in ink and signed by an individual authorized to bind the bidder. Erasures, white-out, type-overs, and other modifications must be initialed. Supporting Data: Bidders must furnish catalog pages, specification sheets or similar data where requested and/or to support statements made in the Bidder s Response column. Failure to furnish required data may be cause for rejection of the bid. 1 Specifications General Requirements Case, Caterpillar, John Deere, Kabelco, Komatsu or Volvo, 14 foot / Loader or equivalent 2 Make and Model of being bid. 3 4 5 6 Minimum 12 month Manufacture's unlimited hours warranty on all components. Must comply with SAE recommendations or ISO standards One piece unitized mainframe and componentized driveline. Front and rear machine tie downs, cast iron kingpost and front bumper. 7 Lockable, rear-tilting, one-piece hood 8 Six keys to be delivered with backhoe/loader 9 All safety features must be labeled 10 Operator Manual & Safety Manual 11 12 Tractor 13 Operator Platform 14 Enclosed, pressurized cab with left and right side entry 15 Heat and Air Conditioning 16 Windshield wipers on both front and rear cab windows 17 Full, padded, washable rubber floor mat 18 Interior rear view mirror 19 Two front mounted, adjustable, minimum 55 watt halogen work lights Bidder's Response #8909IFB Dawson County, GA Page 4 of 14

20 21 Two rear mounted, adjustable, minimum 55 watt halogen work lights Left and right side windows shall be opening flat panel windows 22 ROPS Canopy 23 Slide-back, full suspension, cloth or vinyl, adjustable seat. 24 Engine 25 Minimum 70 HP, water cooled, direct injection diesel with solid, cast cylinder head, integrated water and oil pumps, engine fan guard and coolant protection. 26 Meets or exceeds U.S. Federal Emissions standards 27 Minimum 4 cylinder 28 29 Air Cleaner shall be dual element, dry type with cleanable outer element, replaceable inner element, and restriction indicator within instrument panel. Two-stage fuel filtering system with a water/sediment separator 30 Full-flow lubrication with spin-on filter cartridge 31 Throttle control to be hand and foot operable 32 Front Axle 33 4 wheel drive 34 Power steering with priority valve 35 Fixed steering column with tilt options and positive mechanical lock 36 Transmission 37 Forward/reverse switch on pilot operated loader joystick 38 Torque converter is to be completely sealed. 39 4 speeds forward and 4 speeds reverse. Fully synchronized shifts in all gears. 40 Electronically operated shuttle control 41 Shift lever and loader control joystick to allow disengagement of transmission for shifting or loader operations 42 Oil cooler (may be shared with Hydraulics) 43 Rear Axle 44 Full 100% differential lock on rear axle for traction control 45 Tires 46 Foam-filled Rubber Tires Front 47 Radial Rubber Tires Rear 48 Brakes 49 Sealed, servo power assisted wet multiple disc brakes Independently operated brake pedals for use as turning 50 brakes or locked together for on-road operation. #8909IFB Dawson County, GA Page 5 of 14

51 52 Mechanically operated actuation, self-adjusting, selfequalizing Mechanical lever parking brake accessible in driving or backhoe operation positions. 53 Electrical System 54 12-volt system with minimum 95 amp alternator Enclosed, protected wiring harness with weatherproof 55 connectors Single battery rated at 690 CCA. Low maintenance or 56 maintenance free. Brake lights, turn signals and four-way hazard flashing 57 lights Instrument panel with audible and visual warning systems. Instrumentation to include items listed on lines 58 60-82. 60 Engine Coolant monitor 61 Tachometer 62 Machine Hours 63 Fuel Level 64 Engine Preheating 65 High coolant temperature 66 Low Engine Oil Pressure 67 Air Filter Restriction 68 High Transmission Oil Temperature 69 Service Indicator 70 battery charging 71 Hydraulic Oil Filter Restriction 72 High Hydraulic Oil Temperature 73 Low Hydraulic Oil Temperature 74 Four Wheel Drive 75 Forward 76 Reverse 77 Differential Lock Engagement 78 Central Warning Indicator 79 Parking Brake Engaged 80 Transmission Oil Temperature 81 Service Indicator 82 Hydraulic Filter Restriction Fuses and relays shall be located in the main panel within 83 the operator platform and battery box. 84 Main Circuit disconnect at battery positive terminal #8909IFB Dawson County, GA Page 6 of 14

85 Hydraulic System 87 Transmission or motor driven 88 Separate hydraulic oil reservoir. Hydraulic Reservoir Breather Cup must be 4" above floor 89 board height Hydraulic hoses shall provide abrasion protection of the 90 valve to boom hoses Hoses to have burst pressure at 4X working pressure and 91 protected sheathing at major pivot joints. 92 93 Flexible and solid hydraulic hoses shall be routed for accessibility 94 Loader 95 General purpose bucket to extend beyond wheel width 96 Self-leveling bucket cylinder with lift cylinders 97 Minimum 5,000 pound lift capacity 98 Minimum 8' dump clearance 99 100 101 14' dig depth 102 Minimum 5,000 pound lift capacity 103 Extended boom/hoe with minimum 18' reach Bid Price for One (1) /Loader Make and Model of /Loader as bid Delivery Date for /Loader as bid BIDDER S NAME: Authorized Signature Title Print Name Date #8909IFB Dawson County, GA Page 7 of 14

Dawson County, GA Standard Terms & Conditions 1. BID COSTS: The cost for developing a bid/quote is the sole responsibility of the bidder. The County will not provide reimbursement for such costs. 2. BID ACCEPTANCE TIME: Bids requiring acceptance by the county in less than ninety (90) calendar days may be rejected, unless so stated on Bidder's Response page and accepted by the county. 3. DELIVERY TIME: If requested, specify the delivery time for items listed on the Bidder s Response Form. Failure to meet stated delivery times may be grounds for cancellation of order. 4. WITHDRAWAL OF BIDS: Bids may be withdrawn by written request only if the request is received prior to the time and date set for the opening of bids. No bid shall be withdrawn for a period of ninety (90) days following the opening of the bids. 5. SUBSTITUTIONS: When references are made in bid documents to trade names or to the brand names of manufacturers, such references are made solely to designate and identify the quality of materials or equipment to be furnished and are not intended to restrict competitive bidding. If comparable materials or equipment with different trade names are offered, the bidder has the burden of proving equivalency. Product literature or catalogs may be submitted to support claim of equality. 6. BID RESULTS: No bid results will be issued by telephone. Interested parties may view the bid tabulation on the Dawson County website at www.dawsoncounty.org. Alternatively, a copy of the bid results may be requested in writing by sending a self-addressed, stamped envelope request to: Dawson County Purchasing Department, 78 Howard Avenue East, Suite 100, Dawsonville, GA. Be sure to specify the bid for which you are requesting tabulation results. 7. AWARD: Any Purchase Order issued as a result of this IFB shall be awarded to the lowest responsive and responsible bidder whose bid response meets the requirements and criteria set forth in this IFB. A responsive bidder is a bidder who has submitted a bid response, which conforms in all material respects to the IFB. A responsible bidder is a bidder who has the capacity in all respects to perform fully the contract requirements and the integrity and reliability, which will assure good faith performance. The winning bidder will be contacted via telephone by the Purchasing Department and subsequently issued a Notice of Award and/or Purchase Order. The County assumes no liability for goods and/or services provided without Notice of Award and/or Purchase Order. A Notice of Intent to Award or Bid Tabulations naming the Apparent Winner shall be posted on the County website at www.dawsoncounty.org. 8. EXECUTION OF CONTRACT: Subsequent to the award, the successful bidder will be presented with a contract and other applicable forms. The successful bidder shall execute and return the contract within ten (10) days of presentation together with the required Bonds and the Certificate of Insurance. If said documents are mailed to the successful bidder, the date of presentation shall be deemed the postmark date. The bid of the successful bidder and the Invitation to Bid shall be incorporated into the contract, except to the extent that this Invitation to Bid conflicts with the contract. In a case where the provisions of the contract differ from the Invitation, the contract shall have precedence. 9. REJECTION OF BIDS/QUOTES: The Dawson County Board of Commissioner s reserves the right to reject all bids submitted in response to any solicitation, to reject any portion thereof, or to waive any minor irregularity or administrative requirement. The County reserves the right to cancel this bid at any stage with no further obligation 10. COMMODITY STATUS: It is understood and agreed that materials delivered shall be new, of latest design, and in first quality condition; and that all bags, containers, and boxes shall be new and suitable for storage, unless otherwise stated by Dawson County 11. FOB DESTINATION: Bid price to include shipping, packing, crating and unloading at address in Bid Schedule. Title to remain with vendor until fully accepted by county. Goods damaged or not meeting specifications will be rejected and removed at vendor's expense. Concealed damaged goods to remain property of vendor until replaced or removed at County's direction 12. RISK OF LOSS: Vendor agrees to bear all risk of loss, injury and destruction of goods and materials ordered herein which occur prior to delivery to include concealed damage; and such loss, injury or destruction shall not release vendor from any obligation. #8909IFB Dawson County, GA Page 8 of 14

13. WORK TO BE PERFORMED: Bidder has examined and carefully studied the scope of work and contractual documents relative to this IFB. Bidder is aware of the general nature of the work to be performed and is satisfied as to conditions that may affect cost, progress, performance and furnishing of the work 14. DELIVERY TIME: Specify on Bid Schedule the delivery time you are able to meet for items listed in Bid Schedule. Failure to meet stated delivery times may be grounds for cancellation of order. 15. PAYMENT: Upon inspection and acceptance of all items, amount due shall be eligible for payment. Dawson County prefers to make payment using a County credit card; however, the County will NOT pay a surcharge or convenience fee to pay by credit card. Credit card payments will be made within seven (7) business days upon receipt of delivery confirmation and invoice When Credit Card is NOT accepted, Invoices shall be paid within (30) thirty days of receipt of correct invoice, unless a shorter time is stated in the bid and accepted by the county. Submit invoice(s) with original signature of receiving county personnel to Dawson County Commissioners, Attn. Accounts Payable, 78 Howard Avenue East, Suite 100, Dawsonville, GA. 15.1 Itemize all invoices in full. Show payment terms. The Dawson County Purchase Order number MUST be stated on the invoice. Mail the original and one copy of your invoice to the address above. 15.2 Vendor must furnish delivery receipt with invoice identifying that this order has been delivered in accordance with specifications, quantities, and price as set forth on the purchase order. A Dawson County employee s signature must appear on the delivery receipt or invoice. 15.3 Dawson County is exempt from taxes but the successful bidder shall pay all taxes required of him by law. Dawson County cannot exempt others from tax. 15.4 Dawson County reserves the right to deduct from payment any monies owed to Dawson County by the Contractor. 16. INQUIRIES REGARDING PAYMENT: Credit card payment inquiries shall be directed to the Purchasing Department at 706-344- 3501 x236 or x246. All other payment inquiries shall be directed to: Accounts Payable, 78 Howard Avenue East, Suite 100, Dawsonville, GA, 706-344- 3501 x 243or x 238. 17. PAYMENT ON CONTRACTS: Payment for work completed will be made on monthly invoices at the contract price for units in place and accepted by the County. 18. DISCOUNTS: (Does not apply to credit card payment) Prompt payment discounts will not be considered in determining the low bidder. However, such discounts, when offered, will be taken provided payment is made within the time specified. Time, in connection with discounts for prompt payment, will be computed from the date of final acceptance of all goods for which payment is claimed, or the date the correct invoice is received by the county, whichever is later. 19. ANTI-DISCRIMINATION CLAUSE: Dawson County does not discriminate against any person because of race, color, religion, national origin, sex, age, or disability in employment, services provided, or contracts awarded. Contractor certifies that it will not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or other basis prohibited by law. Dawson County prohibits unlawful discrimination or harassment including sexual harassment. Contractor must not engage in unlawful harassment including sexual harassment or discrimination while on county premises. 20. REGULATORY AGENCIES: Successful bidder will be responsible for all required permits or license required by any regulatory agency of the city, county, state or federal governments. Successful bidder will be responsible for meeting all requirements, regulations or guidelines of any governments or any independent agency recognized by said governments as the publisher such regulations or guidelines. 21. INDEPENDENT CONTRACTORS: The bidder represents to Dawson County that he is fully experienced and properly qualified to perform the functions provided for herein and that he is properly equipped, organized and financed to perform such functions. The bidder shall finance his own operations, shall operate as an independent contractor and not as an agent of Dawson County. Nothing contained in this Invitation or a resulting contract shall be construed to constitute the bidder or any of his employees, agents or subcontractors as a partner, employee, or agent of the county; nor shall either party have any authority to bind the other in any respect, it being intended that each shall remain an independent Contractor. 22. ASSIGNMENT OF CONTRACTUAL RIGHTS: It is agreed that successful bidder will not assign, transfer, convey or otherwise dispose of a contract that results from this invitation or his right, title, or interest in or to the same, or any part thereof, without written consent of the county. 23. NON-COLLUSION: The bidder will be required to execute a Certificate of Non-Collusion and submit it with Bid Documents. 24. BID BONDS, PAYMENT BONDS & PERFORMANCE BONDS (if required): A five percent (5%) bid bond, a one hundred percent (100%)Performance Bond, and a one hundred percent #8909IFB Dawson County, GA Page 9 of 14

(100%) payment bond shall be furnished to Dawson County if stated as required in ITEM III in the INTRODUCTION section of this document. Failure to submit appropriate bonding within fifteen (15) days of award may result in automatic rejection of bid. Bonding company must be authorized to do business in Georgia by the Georgia Insurance Commission, listed in the Department of Treasury s publication of companies holding certificates of authority as acceptable surety on Federal bonds and as acceptable reinsuring companies, and have an A.M. Best rating as stated in the insurance requirement of the solicitation. 25. INSURANCE 25.1 Liability The contractor shall maintain such insurance as will protect him from claims under workmen's compensation acts and from any other claims for damages to property, and for personal injury, including death, which may arise from operations under this contract, whether such operations be by himself or by any sub-contractor or anyone directly or indirectly employed by either of them. Certificates of such insurance shall be filed with the Owner. The CONTRACTOR shall be responsible for providing adequate limits of insurance when working within property owned by railroads, as established by such railroad company. 25.2 Indemnity To the fullest extent permitted by laws, statutes, rules and regulations, the Contractor shall indemnify and hold harmless the County and Employees from and against claims, costs, damages, losses, and expenses, including but not limited to all fees and charges of attorneys and other professionals and all court costs, arising out of or resulting from performance of the work, but only to the extent caused in whole or in part by negligent, reckless, willful and wanton, or wrongful acts or omissions of the contractor, its Officers, Directors, Employees, Agents, and anyone directly, or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, cost, damage, loss, or expense is caused in part by a party indemnified hereunder, except that no party shall indemnify any other party or person for their own sole negligence. Automobile insurance of at least five hundred thousand dollars ($500,000) combined single limit per accident for bodily injury or property damage); and Workers Compensation Insurance as will protect potential bidder from Workers Compensation Acts. Liability Insurance shall be effective for the duration of the work as described in the contract documents, including authorized change orders, and any period of guarantee as required in the General Warranty. 26. INSPECTION OF RECORDS: The records of the Purchasing Department are open and accessible to the public in accordance with the provisions of the Georgia Open Records Act. Requests for inspection of records, must be in writing, must be reasonable, must contain sufficient information to facilitate retrieval, and must not interfere with the orderly operation of the Purchasing Department. Bidders are cautioned that any documentation submitted with or in support of a bid or proposal will become subject to public inspection under the Georgia Open Records Act. There will be a charge assessed to any vendor requesting copies of records. An Open Records request form is available in the Purchasing Department section on the County website, www.dawsoncounty.org. 27. PERMITS & LICENSES: It is the Contractor s responsibility to secure and pay for the building permits and any other permits and fees, licenses, and inspections that are necessary for proper execution of the work described in the Scope. 28. BACKGROUND CHECKS: Dawson County reserves the right to have the contractor and the contractor s employees undergo a Dawson County Sheriff s Office criminal history background check for any project, at the Contractor s cost. Such obligation shall not be construed to negate, abridge or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Paragraph. 25.3 Comprehensive General Liability The successful Bidder shall exercise proper precaution at all times for the protection of persons and property. He shall carry approved insurance from insurance companies authorized to do business in Georgia and having an A.M. Best s rating of B+ or better with the following minimums: General Liability insurance of at least One Million ($1,000,000) Dollars combined single limit per occurrence. #8909IFB Dawson County, GA Page 10 of 14

Dawson County, GA Bidder s Checklist #8909IFB Legal Name of Bidder: This form and the following items must be completed and returned with your bid. Submitted: YES NO DESCRIPTION Addenda Circle numbers for attached addenda: #1, #2, #3, #4, #5, #6 (if applicable) Original Bidder s Response Form (pages 4-7) Bidder s Certification Bidder s Information Form Bidder s Reference Form or Bidder s pre-printed references. Product Information for Substitutions (if applicable) (Authorized Signature) (Date) #8909IFB Dawson County, GA Page 11 of 14

Dawson County, GA Bidder s Certification #8909IFB I certify that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same services and is in all respects fair and without collusion or fraud. I understand that collusive bidding is a violation of state and Federal law and can result in fines, prison sentences and civil damages awards. I certify that this bid has been prepared independently and the price submitted will not be disclosed to another person. I certify that there has been no contact or communication by the bidder or the bidder s associates with any County staff, or elected officials since the date this IFB was issued except: 1) through the Purchasing Department 2) at the Pre-Bid Conference or 3) as provided by existing work agreement(s). The County reserves the right to reject the bid submitted by any bidder violating this provision. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. BIDDER NAME: Authorized Signature Title Print Name Date #8909IFB Dawson County, GA Page 12 of 14

Dawson County, Georgia Bidder s Information Form #8909IFB Legal Name of Bidder: This form must be completed and returned with bid. 1. Company Name 2. Street Address 3. City, State & Zip 4. Type of Business: (corporation, partnership etc) 5. Name & Title of Authorized Signer: 6. Primary Contact 7. Phone FAX 8. Email 9. Company Website 10. Tax ID and State where issued 11. Please attach a brief history of the company. 12. Are you prepared to provide proof of insurance? Yes No 13. Has your company ever been debarred from doing business with any federal, state or local agency? Yes No If yes, please attach a separate sheet detailing the agency name, dates and reason for debarment. 14. Does your company offer online ordering? Yes No 15. Does your company accept payment by credit card? Yes No #8909IFB Dawson County, GA Page 13 of 14

Dawson County, GA Bidder Reference Form #8909IFB This form must be completed and returned with your bid. All references must be from customers for whom your company has completed work similar to the specifications of this bid. Attach additional page if necessary. References for: (Company Name) 1. Company Street Address City, State & Zip Contact Person Name Title Phone FAX Email Describe Scope of Work and dates of project/service: 2. Company Street Address City, State & Zip Contact Person Name Title Phone FAX Email Describe Scope of Work and dates of project/service: 3. Company Street Address City, State & Zip Contact Person Name Title Phone FAX Email Describe Scope of Work and dates of project/service: #8909IFB Dawson County, GA Page 14 of 14