BULLOCH COUNTY BOARD OF COMMISSIONERS 115 N MAIN STREET STATESBORO, GA INVITATION TO BID

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

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

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

NOTICE AND CALL FOR BID Multi-Material Horizontal Baler with Above Floor Conveyor

Request for Quotation Page One

INVITATION FOR BID Multi Power Power Plant

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/

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

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

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

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

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

City of Bowie Private Property Exterior Home Repair Services

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

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

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

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

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

Hunter Four-Post Alignment Rack PR10-B02

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

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

INVITATION TO BID Retaining Wall

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

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

INVITATION TO BID FITNESS EQUIPMENT FOR THE HAZELWOOD FIRE DEPARTMENT BID OPENING DATE: FRIDAY, OCTOBER 24, 2014 AT 10:00 A.M.

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

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

HARTSELLE UTILITIES INVITATION FOR BID

Request for Proposal RFP # SUBJECT: Ergotron LX

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

Taylor County Purchasing Agent

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

M E M O R A N D U M. March 13, 2019

CITY OF GAINESVILLE INVITATION TO BID

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

REQUEST FOR QUOTATION

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

CITY OF GAINESVILLE INVITATION TO BID

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

INVITATION FOR BID VENDOR: BID OPENING:

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. New Trailer Mounted Fully Functional Hot and Cold Water Hydro Jetter

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

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

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

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

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

Request for Proposals. For the Read Schoolhouse Preservation Work

GUILFORD COUNTY SCHOOLS Invitation for Bids

ALL TERRAIN SLOPE MOWER

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

Proposal No:

( X ) INVITATION FOR BID VENDOR: BID OPENING:

Town of Lee Septic Tank Pumping Services

The Hotel Roanoke & Conference Center Invitation for Bid

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

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

TOTAL COST ITEM # QUANTITY UNIT DESCRIPTION Unit Cost FOR 2 UNITS

Request for Quotation

REQUEST FOR QUOTATION

Invitation for Bid. Purchase of Live Floor Trailer

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

DAWSON COUNTY BOARD OF COMMISSIONERS DAWSONVILLE, GEORIGA

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

County of Rockwall State of Texas

INSTRUCTIONS TO BIDDERS

Request for Bid #1667 (RFB) CONCRETE SERVICES

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

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

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

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

Date: October 24, 2018 Re: RFB OR 2019 CHEVROLET EXPRESS RWD 3500 PASSENGER VAN EXTENDED WHEELBASE LS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

Invitation To Bid. for

Invitation to Bid GALLATIN HIGH

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

CITY OF GAINESVILLE INVITATION TO BID

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

INFORMATION FOR BID. Tee Shirts (School Nutrition)

MUST SUBMIT THIS PAGE WITH PROPOSAL

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls

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

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

Request for Bid (RFB)

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

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

Replace Transmission - Bulldozer

Transcription:

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 N MAIN STREET STATESBORO, GA 30458 INVITATION TO BID PROJECT: SELF-CONTAINED COMPACTORS A- ANNOUNCEMENT Sealed bids from suppliers will be received by the Bulloch County Board of Commissioners (herein after referred to as, the County), for the purchase of two (2) self-contained compactors. The compactors are to be used by the Bulloch County Solid Waste Department Recycling Centers. Bids will be USPS mailed; hand delivered or serviced delivered to Bulloch County Commissioners, Attn: Purchasing Manager, 115 North Main Street, Statesboro, Ga., 30458 until 3:00 p.m. legally prevailing time on March 18, 2016. Actual bid opening will take place in the Library/Conference Room 102 located in the Bulloch County Commissioners North Main Annex, 115 North Main Street, Statesboro, GA 30458; March 18, 2016, at 3:00 pm. Vendors are responsible for the actual delivery of sealed bids during normal business hours to the Bulloch County Board of Commissioners, North Main Annex, 115 North Main Street, Georgia 30458. An ORIGINAL BID along with TWO (2) copies, and any supporting documents, must be submitted in a sealed clearly marked envelope. Late bids shall not be accepted. No faxes or e-mails are accepted for sealed bids. The outside of the sealed envelope shall include the wording: Self-Contained Compactors Bid; Bid Opening: March18, 2016 @ 3:00 PM; Attn: Faye Bragg, Purchasing Manager. Bids will be publicly opened and the cost components read and recorded at the Bulloch County Commissioners North Main Annex in the Library/Conference Room 102 on March 18, 2016 at 3:00 PM. Bid prices for self-contained compactors shall include all delivery charges to the Bulloch County Correctional Institute, 17301 US HWY 301 North, Statesboro, GA 30458. There is a checklist on page 14 that has items listed that must be returned in the submitted bid package. Failure to return any of the items listed will be just cause for not accepting the submitted bid. The Bulloch County Board of Commissioners is an equal opportunity procurer.

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. A local vendor is considered any offeror who can provide evidence to the Purchasing Department of meeting all of the following criteria in response to a quotation or bid: Having a principal business location within the county for a minimum of six (6) months prior to the issuance of a bid solicitation (a principal business location is defined as a corporation, limited liability company, partnership or sole proprietorship that maintains within Bulloch County its headquarters, a point-of-sale site where goods are sold to customers and a financial transaction is completed, or a locally-owned franchise). Having a valid occupational tax certificate by a jurisdiction located in Bulloch County. Having all obligations owed to Bulloch County paid in full and not be delinquent, including rents, taxes, fees, and fines. A small business is defined as 51% owned by one (1) or more persons whose primary residence is within Bulloch County, or having twenty-five (25) employees or less, with eight (8) or more employees whose primary residence is in Bulloch County. For all purchases over $5,000.00, if the quality, service, price, and other factors are substantially equal, then the local vendor may be given an opportunity to match the lowest cost proposal, if the quotation or bid is within 5% of the lowest price proposal. This policy shall be so stated in all applicable solicitations. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia. To request local vendor 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 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. The Commissioners reserve the right to reject any or all bids and to waive technicalities and informalities associated with the bid, and to make the award that it deems in the best interest of the County. Award will be made to that responsive and responsible bidder with the best offer for Bulloch County, price and other factors considered.

The contact persons for this project are as follows: Project Management: Procurement Process: Fred White, Solid Waste/Environmental Manager fwhite@bullochcounty.net Faye Bragg, Purchasing Manager fmbragg@bulloch.net Bids shall be mailed or delivered to the following address: Bulloch County Commissioners Attn: Purchasing Manager 115 N Main Street Statesboro, GA 30458 No faxes or e-mails are accepted for sealed bids. B- TERMS AND CONDITIONS Disqualification: Bids may be disqualified for: a) receipt of the bid by the County past the stated deadline; b) any irregularities; c) unbalanced unit price or extensions; d) unbalanced value of any items; or, e) failure to complete bid information correctly. If in the opinion of the Bulloch County Board of Commissioners, the vendor is not in a position to perform the contract, the bid may be disqualified. The County reserves the right to waive any informalities or technicalities. Lawsuits/Bribery: Prospective vendors shall disclose any record of pending lawsuits, criminal violations and/or convictions, conflicts of interest, or contract defaults. Liability: The County is not liable for any costs incurred in the preparation of the bid. Nor is the County bound by any information provided to prospective bidders unless reduced to writing and distributed as a written addendum. Reservations: The County reserves the right to reject any or all bids, to award in whole or in part and to waive any informalities or technicalities. Bids shall be binding for a period of sixty (60) calendar days from the time bids are opened. Clarification of submittals: The County reserves the right to seek clarification of any point in a vendor s bid, or to obtain additional information. Exceptions: Conditional bids or those that take exception to the specifications will be considered only at the discretion of the Project Manager. Indemnification: The County shall not be held responsible for claims for bodily injury, death, or property damage that may arise from the performance of contractual services with the County.

Withdrawal of bids: Withdrawal of bids after opening may be permitted only to the extent that the vendor can show by clear and convincing evidence that a mistake of non-judgmental character was made. County Obligations: Bulloch County has a standing policy to disqualify or withhold compensation from vendors, contractors and professional consultants who have existing obligations to Bulloch County for any liens, ad valorem taxes, licenses or other financial remittances due to Bulloch County. C- GOAL It is the goal of the Bulloch County Commission to receive bids from qualified vendors for two (2) self-contained compactors to be used at the Bulloch County Recycling Centers D- SCOPE OF WORK As envisioned, the scope of work for this bid will include the following components. 1. Provide two (2) self-contained compactors to be used at the Bulloch County Recycling Centers. 2. Bid prices for the two (2) self-contained compactors shall include all delivery charges to the Bulloch County Correctional Institute, 17301 US HWY 301 North, Statesboro, GA 30458. 3. The two (2) self-contained compactors shall be new & unused. 4. Provide two (2) quality self-contained compactors in compliance with bid specifications. 5. The two (2) self-contained compactors are to be delivered according to time schedule.

SPECIFICATIONS SOLID WASTE SELF-CONTAINED COMPACTORS The intent of these specifications is to describe self-contained compactor requirements for recycling centers Bulloch County, Georgia. Other makes and models that are proven equal shall be considered for award. Make: Wastequip or equal. Model: 265XP or equal. The following specifications are for the make & model of the self-contained compactor listed above. Other makes/models that are equal shall be considered for award. 1.0 GENERAL SPECIFICATIONS: 1.1 WORK INCLUDED: Furnish 2 Solid Waste Compactor/Container Systems in accordance with this Specification. Compactor/container systems shall be of the electric/hydraulic type as manufactured by Wastequip or equal. 1.2 Design is based upon solid waste compactor/container systems as manufactured by Wastequip and the terminology used herein may include reference to that manufacturer s proprietary product. Such reference shall be constructed only as establishing the quality of materials and workmanship, to be used under this section and shall not, in any way, be construed as limiting competition. 1.3 To ensure system compatibility and equipment warranty responsibility, all components of the solid waste compactor/container system shall be furnished by the compactor / container manufacturer unless otherwise approved in advance by the Project Manager. Warranty will be five (5) year structural, two (2) years parts and one (1) year labor. 1.4 The Solid Waste Compactor/Container System shall be a current model year Wastequip Model 265XP, standard production unit (No Prototypes), or equal with a double end pick up, with the overall dimensions and a capacity as per attached brochure. The specifications of the solid waste compactor/container are to be the minimum acceptable standards for the project, or equal. *(Maximum width at doorframe with hardware, hinges, etc.) 2.0 FRAME CONSTRUCTION (COMPACTOR): 2.1 Charging Box Dimensions and Capacity. 2.1.1 1.48 cu. Yd. WASTEC rated. 2.1.2 Compaction chamber clear opening dimensions 40 L x 60 W 2.1.3 Theoretical rating 150 cubic yards per hour at 100% utilization.

2.2 RAM DETAILS: 2.2.1 Face ¼ in steel with (4) 6 in channels supports. 2.2.2 Sides ¼ in with UHMW Precision guides. 2.2.3 Top ¼ in steel x 2 in welded supports. 2.2.4 Bottom ¼ in plate with 3 in channel support. 2.3 CHARGE BOX DETAILS: 2.3.1 Floor plate 3/8 in, 5 in (x2) channel supports. 2.3.2 Sides 3/16 in, 6 in x 3 in formed stiffener 2.3.3 Breaker Bar 6 x 6 x 1/2 in steel angle supports 2.3.4 Sump 12 in inclined 3.0 ELECTRICAL AND HYDRAULIC: 3.1 Motor 10 HP, 1800 RPM, T.E.F.C. Tri-voltage 208/230/460 volt, 60 HZ, single phase wiring. (Optional 575V and 208 Single PH) 3.2 24V control circuit. System driven Guardian control panel and start-stop station are in NEMA 4 enclosures, designed to meet drip, dust, oil and rust-resistant tests. 3.3 Automatic cycle turn key selector switch to ON position, push start button and ram will extend, retract and stop automatically. Multi cycle capable. 3.4 Guardian Control panel with featured AMS (Automatic Maintenance Scheduler) and on board Self Diagnostic LCD Display. Manual forward with increased compaction pressure, manual reverse and emergency stop included. 3.5 Ram cylinders (2) 4 bore, 2.5 chromed rod, 40 stroke. Cylinders shall be steel bushed and pins shall be CR steel. 3.6 Hydraulic pump (vane) at 10.60 GPM total Nominal and protected with a check valve. Pump shall be directly mounted to the motor to eliminate the need for a pump/motor coupling. All valves rated 3,000 PSI. 3.7 Efficient 20 Gallon Reservoir with low temperature hydraulic oil, vent cap and external spin-on filter on the suction line. Oil level sight indicator and temperature gauge included. 3.8 Normal ram force 39,800 lbs. minimum. Maximum ram force (@ face) 49,500 lbs. with 7 ram penetration. 3.9 Cycle time 33 seconds. 3.10 The start-stop station includes 100% full container light and shut down system with override pack-out pressure to clear hopper. 3.11 The power unit will be completely self-contained and shall come complete with 6-0 of hoses and quick disconnect type couplings, and power unit cover. The compactor shall

accomplish a complete cycle with the use of an electronic timer/pressure transducer circuit. 3.12 The compactor ram shall shut down through means of an amp ring or transducer. 3.13 All of the hydraulic QD connections will be bulkhead style mounted and shall have quick disconnects on the side of the unit, able to be locatable on either side. 3.14 The side height of the compactor from the ground shall be a minimum of 48 in and shall be watertight up to the side horizontal thrust channel. 3.15 The breaker bar shall be equipped with ½ thick fixed retainer teeth to minimize refuse spill back into charging chamber. 3.16 Unit shall be UL/CUL Listed and be manufactured in compliance with ANSI Z.245.21. 3.17 A FULL hinged weather cover shall be provided to cover all Power unit components behind a NEMA 4 Electrical control panel. 3.18 Removable rear access cover with a minimum of 20 x 24 in unrestricted access for inspection, maintenance and repair. 4.0 CONSTRUCTION (OCTAGON CONTAINER): 4.1 Floor shall be 7 GA floor sheet and shall have 3 structural channels on 16-22 spacing. Rails shall be one piece, 2 x 6 x 1/4 structural tube, all prime material, no splits or joints. A minimum 1-3/8 thick solid steel bullnose inserted into rail for added strength, not just butt welded on outside of tube. Bullnose is to be double tapered for easier loading and has socket for roller shaft to assure integrity of roller system. Gussets on every other cross member shall be 3/16 plate. Wheels (4) shall be of heavy duty steel pipe 8 diameter x 6 wide on front and rear. Rollers shall be 4 diameter seamless mechanical tubing x 4-½ wide. Both ends of unit to have hook and hook plate. Hook shall be 1-1/4 high tensile steel, inserted through ¾ hook plate, locked in, and full welded both sides. 4.2 Sides shall be 8 GA plate and have bottom of side plate full welded to floor plate on outside with an outside gusset. Two (2) fire ports shall be installed, (1) each side, near top, centered, of 2 ½ dia. Steel pipe flange with screw in removable plug. 4.3 Roof shall be 12 GA plate, full welded on outside. 4.4 Door shall have top horizontal and side vertical 3 x 6 x 3/16 structural tubes. The bottom horizontal tube shall be 3 X 6 X ¼ structural tubing. All tubes shall be prime material, one piece, no splits and joints. Door plate shall be 8 GA and have the Bubble Shape for extra capacity. Hinges shall be slotted sleeves and cold rolled alloy shafts four (4) hinges on side. The cam locking system shall be semi-automatic slammer type ratchet cam binder (automatically holds door semi-closed for one person operation) with 1 thick steel cams and 1/2 Posi-Lock keepers on the door. All areas of stress shall be reinforced and double welded. One adjustable 3/4 ratchet binder shall be mounted on hinge side of container at bottom of door attached to the lower hinge on door to give a water tight seal. Full T-seal gasket door to ensure proper seal. 4.5 Bulkhead shall be 8 GA.

4.6 Packer shall be fully welded to floor for water tight seal and rigid construction. 4.7 Water tested and certified to 18 high. 5.0 WEIGHTS: 5.1 Compactor/Container approximately 10,500 lbs, maximum based on cubic yard size. Power unit approximately 400 lbs. with oil. 6.0 PAINT: 6.1 Compactor/Container to be scraped and ground and free of sharp edges. All surfaces to be thoroughly cleaned and primed with one (1) coat of a high Solids Low V.O.C. alkyd primer or equivalent, followed by one (1) coat of a high solids low V.O.C. enamel or equivalent. (STANDARD COLORS ONLY.) 7.0 SILENCE OF SPECIFICATIONS: The apparent silence of this specification and any supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only materials of first quality and correct type, size and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement. 8.0 DETAIL INSPECTION: Upon delivery of equipment, the buyer will inspect the compactor to assure compliance with specifications. Failure to meet specifications authorizes the buyer to purchase compactor elsewhere. Any increase in cost or handling shall be paid by the defaulting contractor.

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 compliances 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 9

BULLOCH COUNTY BOARD OF COMMISSIONERS STATESBORO, GA. 30458 BID FORM TWO (2) SELF-CONTAINED COMPACTORS 1. State Make and Model of Self-Contained Compactors Being Bid: 2. Total Bid Price (to include shipping as specified) for two (2) self-contained compactors: $ 3. State your delivery date for the self-contained compactors to Bulloch County. 3. Do you meet the entire bid specifications including terms & conditions? (If the answer is no, you must fill out the exceptions to specifications sheet on page 9) YES NO 4. State warranty for self-contained compactors being bid. Company Name: Company Address: Company Representative: Title: Signature of Representative: Telephone Number: Fax Number: E-mail Address: 10

NON-COLLUSION AFFIDAVIT The following affidavit is to accompany the proposal: STATE OF: COUNTY OF: Owner, Partner or Officer of Firm: Company Name, Address, County and State: Being of lawful age and being first duly sworn, the above-named individual on oath says that he/she is the agent authorized by the vendor to submit the attached proposal. Affiant further states that neither the vendor nor any of its employees or agents has prevented or attempted to prevent competition in such bidding by any means whatever; nor has the vendor or any of its employees or agents prevented or endeavored to prevent anyone from making a bid or proposal therefor by any means whatever; nor has the vendor or any of its employees or agents caused or induced another to withdraw a bid or proposal for the work. Affiant further states that neither the vendor nor any of its employees or agents has directly or indirectly violated Section 36-91-21(d) of the Official Code of Georgia Annotated. FIRM NAME SIGNATURE TITLE Subscribed and sworn to before me this day of 20. NOTARY PUBLIC 11

VENDOR DECLARATION The vendor understands, agrees and warrants: 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 March 18, 2016, 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 12

TO BE COMPLETED BY AWARD WINNER ONLY 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 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

Check List The items listed below must be completed 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 9 Exceptions to Specifications Sheet (marked appropriately) 2. Page 10 Bid Form (completed & signed) 3. Page 11 Non-Collusion Affidavit (completed & notarized) 4. Page 12 Vendor Declaration (completed & notarized) 14