BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458

Similar documents
BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA (912)

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

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

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

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

REQUEST FOR QUOTATION PURCHASE OF FOUR (4) NEW 2014/2015 CHEVROLET IMPALAS QUOTE NUMBER:

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

City of Forest Park Request for Proposals. Secure Access Control Systems

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

construction plans must be approved for construction by the City PBZ department.

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE SECOND FLOOR VALDOSTA, GEORGIA GENESIS EXTRACTION RESCUE TOOLS

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

Proposal/Immigration Act Sheet

REQUEST FOR QUOTATION PURCHASE OF 2018 JEEP WRANGLER QUOTE NUMBER:

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

INFORMATION FOR BID. Tee Shirts (School Nutrition)

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

GUILFORD COUNTY SCHOOLS Invitation for Bids

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

INVITATION TO BID. Transportation Department 145 Dodd Street Marietta, GA (770)

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

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

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

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

Replace Transmission - Bulldozer

MACON-BIBB COUNTY, GEORGIA

Compliance with Georgia Security and Immigration Compliance Act PROCEDURES & REQUIREMENTS (Effective Supersedes All Previous Versions)

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER:

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

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

Proposal No:

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

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

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

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

TABLE OF CONTENTS FOR INVITATION FOR BID NO TAX ANTICIPATION NOTE

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

BERRIEN COUNTY ROAD DEPARTMENT

VMWARE MAINTENANCE AND SUPPORT SERVICES EVENT NO SPECIFICATIONS AND SPECIAL CONDITIONS

Invitation to Bid BOE. Diesel Exhaust Fluid

BID REQUIREMENTS INVITATION TO BID #C19-14

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

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

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

REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER:

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

COUNTY OF COLE JEFFERSON CITY, MISSOURI

City of Bowie Private Property Exterior Home Repair Services

PLEASANTVILLE HOUSING AUTHORITY

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

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

INVITATION TO BID (ITB)

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010

` CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

INVITATION FOR BID PLEASE MAKE AN APPOINTMENT FOR SITE VIEWING FOR ACCURATE BIDS WITH THE DETENTION SUPERINTENDENT, ADAM THOMAS.

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CITY OF GAINESVILLE INVITATION TO BID

The Housing Authority of the Township of Middletown

PROPOSAL LIQUID CALCIUM CHLORIDE

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

Convert Six East/West Tennis Courts to a North/South Orientation

TABLE OF CONTENTS FOR INVITATION FOR BID NO SCIENCE MICROSCOPE AND BALANCE SERVICE

Invitation to Bid BULK MOTOR OIL

DPS MIHS roof top HVAC replacement

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, :00 A.M.

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

PROPOSAL REQUEST. Sumner County Emergency Medical Service

Rutherford County Board of Education

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

INVITATION TO BID Retaining Wall

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

FIELD SAMPLING SERVICES & LABORATORY ANALYSIS

Transcription:

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 INVITATION TO BID Sealed bids from qualified vendors will be received by the Bulloch County Board of Commissioners (herein after referred to as, the County) at 115 North Main Street, Statesboro, Georgia 30458 until 3:00 p.m., legally prevailing time on June 12, 2018, for a one (1) year term contract for engine oil, hydraulic fluid, transmission fluid, gear oil and tube grease. Bulloch County is asking for a guaranteed price on all items bid for a one (1) year period, with an option to renew the contract for two (2) successive one (1) year periods. Actual bid opening will take place in Conference Room 102, 115 North Main Street, Statesboro, GA 30458 on June 12, 2018 at 3:00 pm. At the time and place noted above, the bids for listed items will be opened, read aloud and recorded. Late bids shall not be accepted. Contract shall be for a period of one (1) year beginning July 1, 2018, until June 30, 2019. The outside of the sealed envelope shall include the wording: Bulk Oil & Grease IFB; Bid Opening: June 12, 2018 @ 3:00 p.m.; Attn: Faye Bragg, Purchasing Manager. The Commissioners reserve the right to reject any or all bids, and to waive any technicalities or informalities associated with the bid, and to make the award that it deems is in the best interest of the County. There is a check list on page 8 with items listed that must be included in the submittal package. If the items on this page are not included in the submittal package, that will be just cause for not accepting the submittal package. Local Buying Preference: Departments are encouraged to use local vendors whenever possible. However, the County cannot pay a much higher price to do so because there is an obligation to the taxpayers to use our financial resources wisely. For all purchases of $15,000 or more, if the quality, service, price, and other factors are substantially equal, then a local vendor whose bid is within 5% of the lowest bid may be given an opportunity to match the lowest bid. This policy shall be stated in all applicable solicitations, but does not apply to public works construction projects or road projects. 1

For purposes of this provision, a local vendor is one that 1) has a principal business location within the boundaries of Bulloch County; 2) has a valid occupational tax certificate issued by a jurisdiction located in Bulloch County; and 3) owns the property where the principal business location is located, or has a lease for a term of no less than one year for the principal business location which in effect requires the local vendor to pay the ad valorem taxes on the leased property. A principal business location is further defined as a permanent facility with a physical location in Bulloch County where it can be demonstrated 1) that the goods or services are either made, stored, processed, sold or rendered at the facility; and 2) that substantial administrative or management activities are performed by one or more employees, principals, representatives or agents for the purpose of transacting business. To request the local vendor preference, a vendor must include a completed local vendor form with its submitted bid. It is the vendor s responsibility to provide clear and convincing evidence that it meets the requirements for being considered a local vendor pursuant to this provision. The determination of whether a vendor has submitted sufficient evidence to support being deemed a local vendor shall be solely within the discretion of the Board of Commissioners and shall not be subject to challenge. To request local buying preference you must contact the Purchasing Manager for the proper form to complete. The completed form must be included with the submitted package to be considered for the local vendor/buying preference. Award And Reservations: It is understood and agreed that in consideration of the sum of One Dollar and No/100 ($1.00) cash in hand paid, receipt whereof is hereby acknowledged, the bidder agrees that this bid shall be an option, which is hereby given to the Purchaser to accept or reject this bid at any time within sixty (60) calendar days from the date on which it is opened and read. It is expressly covenanted and agreed that this proposal is not subject to withdrawal by the bidder during the term of said option. The party submitting the bid is solely responsible for delivering the bid to the exact location and by the time stated. The Purchaser reserves the right to reject any or all bids and to waive technicalities and informalities in bids, to accept in whole or in part, such bid or bids may be deemed in the best interest of the purchaser. Award will be made to that responsive and responsible bidder with the best offer for Bulloch County, price and other factors considered. Bulloch County has an Equal Opportunity Purchasing Policy. Bulloch County seeks to ensure that all segments of the business community have access to supplying goods and services needed by the County. The County provides equal opportunity for all businesses and does not discriminate against any vendor regardless of race, color, religion, age, sex, national origin, or Bulloch County is an equal opportunity procurer. 2

TERMS & CONDITIONS It shall be the responsibility of the bid winner to check the bulk oil tanks on a regular basis to prevent the County from running out of oil. Also, the bid winner shall furnish tank, hose of necessary size and length, and electric or air pump for the first three products and a hand pump for 80W90 gear oil. Brand name and a copy of specifications of each product must be included with bid. We reserve the right to exhaust any or all products currently in stock before starting with products of the new bid. Quantities shown are approximate only. The County makes no representation, either express or implied, that it will purchase a minimum or maximum of any product. QUANTITY- (a) Approximate quantity estimates to be used in a one (1) year period are as follows: 1. 6,000 gallons engine oil 2. 2,000 gallons hydraulic fluid 3. 220 gallons Mercon/Dexron - V Transmission Fluid 4. 220 gallons (1,600 lbs.) 80W90 gear oil 5. 2,400 tubes of tube grease. 6. 1,000 gallons of trans. & drive-train lubricant 7. 2,700 gallons of diesel exhaust fluid BID PRICES- (a) When submitting bids, bid prices shall be listed as follows: (1) Engine Oil - Per Gallon (2) Hydraulic Fluid - Per Gallon (3) Transmission Fluid - Per Gallon (4) Gear Oil - Per lb. (5) Tube Grease - Per Tube (6) Trans. & Drive-Train Lub. Per Gallon (7) Diesel Exhaust Fluid (DEF) Per Gallon RENEWAL OPTION- (a) This contract may be renewed yearly for two (2) successive one (1) year periods. CANCELLATION- (a) The purchaser may cancel the contract at any time upon thirty (30) days written notice by reason of unsatisfactory performance or other default of the vendor. ESCALATION- (a) Bid prices may be increased or decreased during the contract period if the following conditions are met. Vendor must provide Bulloch County with proof from their supplier that the vendor prices have changed. Documentation must include amount of change and the date the change is to take effect. Documentation also must be submitted to Bulloch County a minimum of 30 days in advance of the increase. 3

EXCEPTIONS TO SPECIFICATIONS- (a) Any contract resulting from this invitation shall bind the bidder to all terms, conditions and specifications set forth in this invitation. Bidders whose bids do not conform shall so note on the Exceptions to Specifications sheet provided. While the County reserves the right to make an award to a nonconforming bidder when in the best interest of the County, such awards will not be readily made and bidders are urged to conform to the greatest extent possible. No exceptions will be considered to have been taken by a bidder unless it is properly set out as provided above, and no exception will be deemed to have been taken by the County unless incorporated in a contract resulting from this invitation and so stated. INSURANCE- (a) Vendor shall maintain the following types and amounts of insurance: (i) statutorily required workmen s compensation insurance; (ii) comprehensive general liability insurance with limits of not less than $1,000,000 per occurrence and $2,000,000 aggregate, and with an endorsement naming Bulloch County as an additional insured; and (iii) automobile liability insurance with limits of not less than $1,000,000 per occurrence and $2,000,000 aggregate. Certificate of insurance must be provided with the submitted bid. The bid must be submitted in a sealed envelope to the following address no later than June 12, 2018 @ 3:00pm: Bulloch County Commissioners Attn: Purchasing Manager 115 N Main St. Statesboro, GA 30458 Vendors will be fully responsible for the delivery of their bids in a timely manner. Reliance upon U.S. Mail or other carriers is at the bidder s risk. Late bids will not be considered. For technical questions concerning this proposal contact Billy Cornelius, Fleet Superintendent, at bcornelius@bullochcounty.net For procurement procedures concerning this bid contact Faye Bragg, Purchasing Manager, at fbragg@bullochcounty.net. FAXED OR E-MAILED BIDS ARE NOT ACCEPTED FOR SEALED BIDS. 4

BID SPECIFICATIONS NOTE: A reprocessed product shall not be accepted. NOTE: Only products from major, approved manufacturers shall be accepted. APPROVED MANUFACTURERS ARE AS FOLLOWS: BP, CITGO, CONOCO PHILLIPS, CHEVRON/TEXACO, EXXON MOBIL & SHELL STATE BRAND NAME OF PRODUCT BEING BID ON BID FORM 1. ENGINE OIL (a) Mobil Fleet 15W40 or equal. (b) 15W40, must meet or exceed API service classification for CJ-4, CJ-PLUS, CI. (c) 500 gallon tank shall be furnished. 2. HYDRAULIC FLUID (a) Mobilfluid 424 or equal. (b) Must meet or exceed warranty specifications for Caterpillar, John Deere J20A-J20B- J20C, International, Leach, Dresser, Dempster, Duetz, Vickers Pump and Ford type-f tractor. (c) 500 gallon tank shall be furnished. 3. TRANSMISSION FLUID (a) Texaco ATF Mercon/Dexron V or equal. (b) Must meet or exceed specifications for ATF Mercon/Dexron V. (c) 250 gallon tank shall be furnished. 4. GEAR OIL (a) Mobilelube 80W90 Plus or equal. (b) Must meet or exceed API service classification GL-5 for 80W90. (c) Oil shall be in 55 gallon containers. 5. GREASE (a) Chevron Ultra-Duty EP 2 or equal. (b) Must be in tubes and meet the following specifications: 1. National Lubricating Grease Institute (NLGI) grade #2. 2. Minimum base oil viscosity-220 cst @ 40 C. 3. Maximum base oil viscosity-500 cst @ 40 C. 4. Lithium complex thickener. 5. Grease may/may not contain less than 3% MOLY. 5

6. TRANSMISSION & DRIVE-TRAIN LUBRICANT (a) Mobiltrans HD 30 or equal. (b) Typical Properties: 1. Viscosity, ASTM D 445: cst @ 40degree C: 100 cst @ 100degree C: 11.2 2. Viscosity Index, ASTM D 2270: 97 3. Pour Point, degree C, ASTMD: -18 4. Flash Point, degree C ASTMD: 224 5. Density @ 15degreeC kg/l, ASTMD 4052: 0.893 (c) Lubricant shall be in 55 gallon drums. 7. DIESEL EXHAUST FLUID (a) Blue DEF or equal (b) Must be approved for use in all Diesel SCR Systems and meet or exceed DEF ISO 22241. (c) 330 gallon DEF tank shall be furnished. 6

EXCEPTIONS TO SPECIFICATIONS SHEET If you have an exception to our specifications use this sheet and list the item you are taking an exception on and the description of the exception. Bulloch County will determine compliance to the specifications based on the information submitted. If there are no exceptions to the specifications on the bid, mark the box No Exceptions Taken and return this form with the bid. NO EXCEPTIONS TAKEN ITEM DESCRIPTION OF EXCEPTION 7

BID FORM TERM CONTRACT FOR OIL, FLUID AND GREASE 1. Engine Oil Bid Price per Gallon: $ 2. Hydraulic Fluid Bid Price per Gallon: $ 3. Transmission Fluid Bid Price per Gallon: $ 4. Gear Oil Bid Price per lb.: $ 5. Tube Grease Bid Price per Tube: $ 6. Trans. & Drive-Train Lub Bid Price per Gal.: $ 7. Diesel Exhaust Fluid Bid Price per Gallon: $ 8. Does your bid comply with our invitation-to-bid including the bid specifications? (If answer is no, use exceptions to specifications form.) Yes No 9. Bidder Acknowledges Receipt of Addendums, if any: Yes No Company Name: Company Address: Signature of Representative: Printed Name of Representative: Title: Telephone Number: Fax Number: E-mail Address: Date: 8

The vendor understands, agrees and warrants: BULLOCH COUNTY, GEORGIA VENDOR DECLARATION That the vendor has carefully read and fully understands the full scope of the specifications. That the vendor has the capability to successfully undertake and complete the responsibilities and obligations in said specifications. That this bid shall be valid for _60_ days. That this bid may be withdrawn by requesting such withdrawal in writing at any time prior to June 12, 2018, but may not be withdrawn after such date and time for a period of 60 days. That Bulloch County reserves the right to reject any or all bids and to accept that bid which will, in its opinion, best serve the public interest. Bulloch County reserves the right to waive any technicalities or informalities in the bidding. That by submission of this bid the vendor acknowledges that Bulloch County has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information supplied by the vendor. If a partnership, a general partner must sign. If a corporation the authorized corporate officer(s) must sign and the corporate seal must be affixed to this proposal. VENDOR: Name Title Name Title AFFIX CORPORATE SEAL (if applicable) Subscribed and sworn to before me this day of 20. NOTARY PUBLIC 9

The following affidavit is to accompany the bid: BULLOCH COUNTY, GEORGIA NON-COLLUSION AFFIDAVIT STATE OF: COUNTY OF: Owner, Partner or Officer of Firm: Company Name, Address, County and State: The undersigned, being of lawful age, being first duly sworn, on oath says that he/she is the agent authorized by the vendor to submit the attached proposal and that neither he/she nor the vendor has directly or indirectly violated any of the provisions of Section 36-91-21(d) of the Official Code of Georgia Annotated. In making such representation, affiant further states for himself/herself and on behalf of vendor, that they have not been a party to any collusion among vendors in restraint of competition by agreement to submit a bid or proposal at a fixed price or to refrain from bidding; or with any office of Bulloch County or any of their employees as to quantity, quality or price in the prospective contract; or any discussion between vendors and any official of Bulloch County or any of their employees concerning exchange of money or other things of value for special consideration in submitting a sealed bid for: FIRM NAME SIGNATURE TITLE Subscribed and sworn to before me this day of 20. NOTARY PUBLIC 10

CONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Bulloch County, Georgia has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A. 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Bulloch County, Georgia, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A. 13-10-91 on the Subcontractor Affidavit provided in Georgia Department of Labor Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to Bulloch County, Georgia at the time the subcontractor(s) is retained to perform such service. EEV/Basic Pilot Program* User Identification Number Date of Authorization Company Name By: Authorized Officer or Agent Date Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 20. Notary Public My Commission Expires: * As of the effective date of O.C.G.A. 13-10-91, the applicable federal work authorization program is the "EEV/Basic Pilot Program" operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). 11

CHECK LIST The items listed below must be completed as directed and returned with the sealed bid. Failure to return any of the items listed will be just cause for not accepting the submitted bid. 1. Page 7 Exceptions to Specifications Sheet (completed as necessary) 2. Page 8 Bid Form (completed & signed) 3. Page 9 Vendor Declaration (completed & notarized) 4. Page 10 Non-Collusion Affidavit (completed & notarized) 5. Page 11 Contractor Affidavit and Agreement (only if labor is going to be $2,500.00 or more). 6. Certificate of Insurance as stated on page 4. 7. Brand name and a copy of specifications of each product must be included with bid as stated on page 3. 12

ACCEPTANCE OF PROPOSAL - EXAMPLE Bulloch County hereby accepts the undersigned supplier's bid submitted in response to the attached Invitation for Bids for the following items:. By executing this Acceptance of Proposal, Bulloch County and the undersigned supplier acknowledge and agree to be bound by all terms and conditions of the attached Invitation for Bids and all specifications and pricing stated therein. IN WITNESS WHEREOF, Bulloch County and the undersigned supplier have caused their authorized representatives to set their hands and seals this day of, 20. BULLOCH COUNTY, GEORGIA By: Thomas M. Couch, County Manager [Name of Successful Bidder] By: Print or type name of signatory [FORM OF ACCEPTANCE OF PROPOSAL] The successful bidder(s) will be required to execute this Acceptance of Proposal. 13