BOTTLED WATER AND SUPPLIES

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

ALL TERRAIN SLOPE MOWER

Cecil County, Maryland Purchasing Department Bid #19-05 STONE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS ROADS DIVISION

Cecil County, Maryland Bid #15-02 STONE/AGGREGATE CECIL COUNTY, MARYLAND DEPARTMENT OF PUBLIC WORKS

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

Bid 16-25: Pipe Liner

REQUEST FOR PROPOSAL For USED VIBRATORY SOIL COMPACTOR

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

REQUEST FOR PROPOSAL For

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL For Light Fixture Replacement

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

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

Request for Qualifications

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

RFP: DEMOLITION SERVICES CECIL COUNTY, MARYLAND

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR PROPOSAL For John Deere Tractor and Tiger Bengal Series Boom Mower or County Approved Equivalent

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

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

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

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

BID DOCUMENTS FOR. WTP VFD Replacement Bid

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

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

REQUEST FOR PROPOSAL: DESIGN/BUILD METAL ROOF SYSTEM MEADOWVIEW WWTP

REQUEST FOR QUOTATION

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

Invitation To Bid. for

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

RFP: 16-18: Tire Recycling CECIL COUNTY, MARYLAND

BERRIEN COUNTY ROAD DEPARTMENT

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

City of New Rochelle New York

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

REQUESTS FOR PROPOSALS

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

RFP GENERAL TERMS AND CONDITIONS

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

PROPOSAL LIQUID CALCIUM CHLORIDE

Invitation To Bid. for

City of Bowie Private Property Exterior Home Repair Services

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

PROPOSAL REQUEST. Sumner County Emergency Medical Service

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

REQUEST FOR QUOTATION

Request For Proposal (RFP) for

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

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

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

City of Merriam, Kansas

REMOVE AND REPLACE CONCRETE CURB

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

COUNTY OF PRINCE EDWARD, VIRGINIA

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

Invitation To Bid. for

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

REQUEST FOR QUOTATION

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

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET

REQUEST FOR PROPOSAL: DESIGN, PURCHASE, INSTALLATION AND MAINTENANCE OF FACILITY GENERATORS

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

Maryland Overdose Response Program. Request for Bid # E. Main Street, Salisbury, Maryland 21801

REQUEST FOR PROPOSALS RFP#75-18

Request for Proposal Public Warning Siren System April 8, 2014

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

INVITATION TO BID (ITB)

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

CITY OF TITUSVILLE, FLORIDA

P R O P O S A L F O R M

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of New Rochelle New York

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Transcription:

Cecil County Government Purchasing Department Bid #11-39 BOTTLED WATER AND SUPPLIES CECIL COUNTY GOVERNMENT: PURCHASING DEPARTMENT CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND 21921

Bid #11-39 Invitation to Bid Sealed proposals for the purchase of Bid 11-39; Bottled Water and Supplies, as described in the Bid Package, for Cecil County Government, Cecil County Purchasing Office, will be received from qualified bidders until 2:00 p.m. on April 5, 2011 in the Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton, MD 21921. The Purchasing Department is requesting the purchase of bottled water and supplies. Additional specifications and/or instructions to bidders may be obtained at the same location or by calling the Purchasing Department, (Katie O Connor), at 410-996-5396 or e-mail KOCONNOR@CCGOV.ORG. The Board of County Commissioners of Cecil County reserves the right to reject any or all bids and to waive technicalities. All bids are based upon budgetary constraints. Bid packages may be picked up at the Purchasing Office at a non-refundable cost of $10.00 per package (including sales tax) or per copy on a compact disc. Bid packages are provided on the Cecil County web-page (http://www.ccgov.org) as a.pdf document for all vendors to download. Electronically submitted bid proposals will not be accepted. Bid proposals are provided as a.pdf document for all vendors to download. All vendors wishing to submit a proposal should obtain an original set of documents or a compact disc from the Cecil County Purchasing Department. If you choose to download the package from the website, you shall notify the Purchasing Office via e-mail or phone. Not meeting this requirement may result in your proposal being considered as non-responsive. Changes or addendums to this proposal and/or other documents will be posted to the proposal documents on the County web-page and sent directly to vendors who have obtained an original set of proposal documents or a compact disk or have obtained an electronic copy from the Purchasing Office. The County is not responsible for information obtained from sources outside the Cecil County Purchasing Office, including downloads from the County website. Vendors obtaining electronic copies of the proposal documents from outside the Purchasing Office will be directly responsible for obtaining updates, changes or addendums either from the updated web-page or by contacting the Purchasing Office. All questions or discussions concerning this bid, bid documents, specifications, etc. shall only be coordinated through the Purchasing Office. The County shall not be responsible for information obtained outside the County Purchasing Office concerning this or any other County bid, RFP, solicitation or quote. The Purchasing Office will provide vendor lists on the Cecil County web-site (www.ccgov.org) for all solicitations published unless a vendor/contractor provides a written request barring the disclosure of their information prior to specific proposal award. IFB-1

LOCAL CONTRACTORS PREFERENCE: Section 183-21 of the Cecil County Code provides for Local Preference whereby the Board of County Commissioners of Cecil County reserves the right to show preference to local bidders in the purchase of supplies, equipment and services. The Board of County Commissioners of Cecil County By: David E. Pyle, CPPB Purchasing Agent Cecil County Government IFB-2

CECIL COUNTY, MARYLAND Bid 11-39 BOTTLED WATER AND SUPPLIES Instructions to Bidders Bids should be mailed, or otherwise hand carried, in order to be received in the office of the Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton 21921, prior to 2:00 p.m. on April 5, 2011. Bids received after that time will be returned to the bidder unopened. Bids should be submitted in a sealed envelope clearly marked in the lower left hand corner: BOTTLED WATER AND SUPPLIES. Before submitting proposals, the bidder should acquaint themselves with all governing laws, ordinances, etc. and otherwise familiarize themselves with all matters, which may affect the bid. The act of submitting a proposal shall be considered as meaning that the bidder has so familiarized themselves; therefore, there shall be no misunderstanding or lack of information. In accordance with Cecil County s Affirmative Action policy against discrimination, no person shall, on the grounds of race, color, creed, religion, sex, age, marital status, national origin, handicap or disability, be excluded from full employment rights in, participation in, be denied the benefits of, or be otherwise subjected to discrimination. During the performance of the work and services hereunder, the Contractor, for themselves, their assignees and successors in interest, agrees to comply with all federal, state and local non-discrimination regulations. Section 183-21 of the Cecil County Code entitled Local Preference reads as follows: The Board of County Commissioners of Cecil County reserves the right to show preference to local bidders in the purchase of supplies, equipment and services. The amount shall not exceed six percent (6%) of the amount bid or quoted and/or $60,000, whichever is less. A local bidder is defined as an individual or business that maintains a place of business or maintains an inventory of merchandise and/or equipment in Cecil County, is licensed by Cecil County and/or the State of Maryland, if required, and is subject to Cecil County real and/or personal property taxes. Any local bidder in default on payment of any County or State tax or license shall not be eligible to receive preference until all taxes or licenses due are paid. One (1) original and one (1) copy of the bids shall be submitted in a sealed envelope. 4

CECIL COUNTY, MARYLAND BID 11-39 BOTTLED WATER AND SUPPLIES GENERAL AND SPECIFIC CONDITIONS I. SCOPE It is the intent and purpose of these specifications to secure bids for: - BOTTLED WATER AND SUPPLIES. The specifications are restrictive to the type and model specified. Cecil County Government reserves the right to determine acceptability of any product or service being bid and may require demonstrations prior to bid award. II. SUBMISSION OF EQUIPMENT DESCRIPTION Each bidder shall furnish one (1) copy of complete descriptive literature and specifications as published by the manufacturer for the specified equipment. III. WARRANTY The equipment shall have the manufacturer s standard warranty, unless otherwise stated within the specifications. Seller shall be able to provide all services conditioned by the warranty of the manufacturer. IV. PRICING Bid prices shall remain firm for one hundred twenty (120) days from the date of the bid. Invoices will be paid for within thirty (30) days of receipt of the invoice and acceptance of the vehicle. All contracts and/or quantities are contingent on budgetary constraints. V. TAXES Cecil County is exempt from all sales tax and federal excise taxes and such tax will not be allowed or included in the contract price. VI. METHOD OF PURCHASE AND PAYMENT The quoted prices will be good for the duration of the term and a purchase order will be initiated by each department for authorization of services. All invoices for delivery shall be mailed directly to: 5

- Facilities Maintenance areas will be mailed to: Cecil County Government, Facilities Maintenance, 200 Chesapeake Blvd., Suite 1300, Elkton, MD 21921. - Department of Emergency Services will be mailed to: DES, 107 Chesapeake Blvd., Suite 108, Elkton, MD 21921 - Roads Division areas and Solid Waste Division will be mailed respectively to: DPW, 200 Chesapeake Blvd., Suite 2400, Elkton, MD 21921 - Sheriff's Office, will be mailed to: Sheriff's Office, 107 Chesapeake Blvd., Suite 112., Elkton, MD 21921 - Detention Center will be mailed to: Detention Center, 500 Landing Lane, Elkton, MD 21921. - Invoices will be paid net 30 from the date the invoice is received. VII. DELIVERY and ACCEPTANCE Deliveries will be on scheduled basis as determined and agreed upon by the vendor and the individual department: - Facilities Maintenance, (Stafford Torgesen,410-996-5275), 200 Chesapeake Blvd, Suite 1300, Elkton, MD 21921 - Department of Emergency Services, (Sandy Biggs, 410-392-2012), located at 107 Chesapeake Blvd, Suite 108, Elkton, MD 21921 - Cecil County Roads Division, (Dan Webber, 410-996-6271) 758 E. Old Philadelphia Road, Elkton MD 21921 -- Includes deliveries for following locations: --- Cecilton Yard, 146 S. Bohemia Ave., Cecilton, MD 21913 --- Nottingham Yard, 191 Harrisville Rd., Rising Sun, MD 21911 - Solid Waste Division (Pete Bieniek, 410-996-6275) located at 758 East Old Philadelphia Road, Elkton, MD 21921 - Cecil County Sheriff's Office, (Linda Barbour, 410-392-2107), 107 Chesapeake Blvd., Suite 112, Elkton, MD 21921 - Cecil County Detention Center, (Deb Ward, 410-996-5557), 500 Landing Lane, Elkton, MD 21921. All deliveries will be made during regular work hours for that department or division. The contractor shall be able to deliver to all areas listed. 6

VIII. RIGHT TO TERMINATE The Cecil County Government reserves the right to terminate this contract by a ten (10) day written notice should the quality of the products become inferior or poor delivery service. IX. QUANTITIES Cecil County Government is estimating that the quantity figures listed in this bid will satisfy the County s requirements for a one (1) year period. Additional quantities may be ordered during the term of the contract at unit prices set forth in the contract. *All totals are strictly estimates and subject to increase or decrease* X. BASIS OF AWARD The award of the contract will be made to the lowest responsible and most responsive bidder, who meets the requirements of the bid and is considered best able to serve the interests of Cecil County. Cecil County reserves the right to reject any and/or all bids or to waive any technicalities it deems in the best interest of Cecil County. XI. LOCAL PERMITS The Contractor is responsible for obtaining any required local permits and licenses to satisfy any requirements of this scope of work. XII. LAWS AND REGULATIONS The Contractor, at all times, shall observe and comply with all federal, state, municipal and/or local laws, ordinances, rules and regulations in any manner affecting the work to be done and all such orders or decrees as may exist at present and those which may be enacted later, of bodies or tribunals having jurisdiction or authority over, and shall indemnify and save harmless the Owner and all its officers, agents and employees against any claim or liability arising from, or based from or based on the violation of any such laws, ordinances, rules, regulations, order or decree, whether such violations are by the Contractor, or by any sub-contractor or any of their agents and/or employees. XIII. PERMITS AND LICENSES The Contractor shall procure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work. 7

XIV. TRANSPORTATION Prices quoted shall be net; including transportation and delivery charges fully prepaid by the seller, f.o.b., destination (please reference Paragraph VII, Delivery and Acceptance). No additional charges will be allowed for packing, packages, or partial delivery costs. By submitting their quote, all vendors certify and warrant that the price offered for f.o.b. destination includes only the actual freight rate cost as at the lowest and best rate and based upon actual weight of the goods to be shipped. Standard commercial packaging, packing, and shipping containers will be used, except as otherwise specified herein. XV. INSURANCE REQUIREMENTS WORKER S COMPENSATION AND EMPLOYER S LIABILITY INSURANCE (a) The Contractor shall take out and maintain during the life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of his employees to be engaged in work on the project under the Contract. (b) In case any portion of the project is sublet, the Contractor shall require all of the sub-contractors similarly to take out and maintain during the entire life of the Contract the Statutory Worker s Compensation and Employer s Liability Insurance for all of their employees to be engaged in work in the project under the Contract. (c) The Contractor and the sub-contractor shall not begin work until the Contractor has first filed with the County satisfactory evidence that insurance of the above nature is in full force and effect (receipt of Certificate of Insurance naming the Cecil County Government as an additional insured). BODILY INJURY, LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE The Contractor shall take out and maintain during the life of the Contract, Bodily Injury Liability and Property Damage Liability Insurance to protect him and any sub-contractor performing work covered by the Contract from claims for damages for personal injury, including accidental death, as well as claims for property damage, which may arise from operations under the Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them; and, the amount of such insurance shall not be less than amounts shown in the following chart: - General Liability: $2,000,000 Annual Aggregate $1,000,000 Each Occurrence $1,000,000 Products and Completed Operations 8

$1,000,000 Personal Injury and Advertising - Automobile Liability: $1,000,000 Combined Single Limit - Worker s Compensation: -- Statutory - Excess $1,000,000 Each Occurrence - Professional Liability: $1,000,000 (AS REQUIRED) (Upon award of Contract, the vendor shall provide a copy of a Certificate of Insurance with the Cecil County Government named as an Additional Insured to Liability coverage on the Certificate.) XVI. TERM OF CONTRACT The term of the contract shall be from July 1, 2011 through June 30, 2013. This is a service type contract under which Cecil County Government is obligated during the term of the contract to purchase its normal requirements of Bottled Water and/or Supplies within Cecil County as identified within these specifications with the option of extending the contract for two additional years in one year increments by mutual agreement without changes to existing conditions, specifications, or pricing. Any changes shall result in the contract being rebid. Cecil County Government reserves the right to accept or reject any option for contract renewal. Additionally, the Contractor is obligated to perform the services as agreed upon within the bid proposal, which the Cecil County Government requires in its operation. Should an emergency arise and the Contractor cannot perform the required delivery of bottled water and equipment as outlined within this agreement, the County reserves the right to contract these services from other sources to meet these needs without prejudice of this contract. 9

Subject: Bottled Water and Supplies. BID FORM 11-39 BOTTLED WATER AND SUPPLIES To: The Board of County Commissioners of Cecil County Government Pursuant to your request inviting bids to be received until 2:00 p.m. on April 5, 2011 in the Purchasing Agent s office for Bottled Water and Supplies for the Cecil County Purchasing, the undersigned hereby submits the following bid: 1. BID PRICE FOR: BOTTLED WATER AND SUPPLIES: - Price per 5-gallon bottle of water: $ - Deposit on returned bottles: Yes No (circle one) - Replacement cost of damaged or lost empty bottles: $ - Price per Cold Cooler Dispenser single tap: -Monthly rental price per Cold Cooler Dispenser single tap: - Price per Combination Cold/Hot Water Dispenser; double tap -Monthly rental price per Combination Cold/Hot Water Dispenser; double tap $ $ $ $ - Price for Cup Dispenser- 3.5 to 8 oz: $ - Price per case 3.5 oz cone cups (5000 per case or equivalent) $ 2. Delivery will be made within days from receipt of order. 10

The undersigned swears (or affirms) under the penalty of perjury that the Bidders, its agents, servants and/or employees, to the best of his/her knowledge and belief, have not in any way colluded with anyone for and on behalf of the Bidder, or themselves, to obtain information that would give the Bidder any unfair advantage over others, nor have to gain any favoritism in the award of any contract resulting from this bid. By signing this bid form, I acknowledge that I have read the entire bid package. Bid Submitted by: Witness Name of Firm or Dealer Authorized Name & Signature Address (Street) Address (City, State, Zip Code) The above-circled bid items are accepted and hereby ratified and confirmed by the Board of County Commissioners of Cecil County for the purchase of bottled water and/or supplies this day of, 201_. James T. Mullin, President, The Board of County Commissioners of Cecil County 11

LOCAL CONTRACTORS PREFERENCE Section 183-21 of the Cecil County Code entitled Local Preference reads as follows: The Board of County Commissioners of Cecil County reserves the right to show preference to local bidders in the purchase of supplies, equipment and services. The amount shall not exceed six percent (6%) of the amount bid or quoted, and/or $60,000, whichever is less. A local bidder is defined as an individual or business that maintains a place of business or maintains an inventory of merchandise and/or equipment in Cecil County, is licensed by Cecil County and/or the State of Maryland if required, and is subject to Cecil County real and/or personal property taxes. Any local bidder in default on payment of any county or state tax or license shall not be eligible to receive preference until all taxes or licenses due are paid. Bidders are cautioned to note the specific and several requirements that may qualify a bidder for local preference consideration. A bidder wishing to receive local preference consideration must be able to demonstrate qualification under all the noted requirements. No bidder should assume, regardless of whether the bidder qualifies under the definition of local bidder that the Board of County Commissioners of Cecil County would grant preference on this contract to any bidder. The Board of County Commissioners reserves the right to do so under Section 183-21 of the Cecil County Code but is not bound to do so under any circumstance, regardless of precedent. Any bidder that wishes to be considered a local bidder in the Board of County Commissioners award of the contract shall submit with the bid any and all documentation that proves that the bidder, identified by name in the submitted bid, meets the definition of local bidder. Neither the Board of County Commissioners nor the Procurement officer shall be bound by any information or documentation provided by the bidder after opening of the bids. However, the County reserves all rights to investigate a bidder s potential qualification as a local bidder and use any relevant information in its determination of a bidder s qualification under the definition, regardless of when it is obtained. 12

CERTIFICATION OF BIDDER S QUALIFICATIONS All applicable questions must be answered and included with the bid. The data given must be clear and comprehensive. A copy of the Bidder s State of Maryland Construction Firm License or required applicable license shall be attached to this form. Information concerning this license can be obtained from Cecil County Clerk of the Court s Office at (410) 996-5373. You can also receive information necessary for corporations to do business in the State of Maryland from the State of Maryland Sales and Use Tax Division. Ask for a Corporation Qualifying Package at (410) 225-1340. All vendors shall ensure they are qualified to do business within the State of Maryland. Businesses established outside the State of Maryland must be qualified as a Foreign Business to be eligible to provide service within the State of Maryland. Questions concerning Foreign Businesses may be referred to (410)-767-1170. 1. Name of Contract: Bottled Water and Supplies 2. Contract No.: Bid/Contract 11-39 3. Name of Bidder: 4. Bidder s Federal Employee I.D. No.: 5. State of Maryland Construction Firm License No.: 6. State of Maryland Control No.: 7. Business Address: 8. When Organized: 9. Where Incorporated: 10. Foreign Business No.: 11. Has the Bidder paid any sales tax on the equipment to be used on the project? Yes No 12. If so, at what rate was the sales tax paid? Percent to State of 13. How many years has the bidder been engaged in this business under your present firm name? 14. Have you ever refused to sign a contract at your original bid? Yes No 15. Have you ever defaulted on a contract? Yes No Remarks: 16. Will you, upon request, furnish any other pertinent information that Cecil County Government may require? Yes No 17. Do you assert that you qualify under definition of Local Bidder under Cecil County Code Section 183-21? YES NO (If yes, attach appropriate documentation) 18. Does your business maintain a regular place of business in the State of Maryland (Resident) or would your business be considered Non-Resident? Dated this day of, 2011. 19. Has the bidder or firm ever been disbarred, suspended or otherwise prohibited from doing work with the federal government. Yes No (If yes, explain ) With the submission of this certification, the bidder thereto certifies that the information supplied is, to the best of your knowledge, accurate and correct. (Name of Bidder) By: Title: 13

Cecil County Government 200 Chesapeake Blvd Elkton, MD 21921 Indemnity/Hold Harmless Agreement To the fullest extent permitted by law, the undersigned Organization agrees to indemnify and hold Cecil County Government, its elected and appointed officials, employees and volunteers, and others working on behalf of Cecil County Government, harmless from and against all loss, cost, expense, damage, liability or claims, whether groundless or not, arising out of the bodily injury, sickness or disease (including death resulting at any time therefrom) which may be sustained or claimed by any person or persons, or the damage or destruction of any property, including the loss of use thereof, based on any act or omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in connection with or incident to Bid 11-39; Bottled Water and Supplies, except that the Organization shall not be responsible to Cecil County Government on indemnity for damages caused by or resulting from Cecil County Government's sole negligence; and the Organization shall, at it own cost and expense, defend any such claims and any suit, action or proceeding which may be recovered in any suit, action or proceeding, and any and all expense including, but not limited to, costs, attorney's fees and settlement expenses, which may be incurred therein. Name of Organization: Authorized Signature: Address of Organization: Phone: Date: Return this letter with Bid Package 14

CONTRACTOR BID CHECKLIST The following is a checklist to assist the contractor in verifying all required information is provided at the Bid Opening. It remains the contractor s responsibility to ensure all information is complete and attached, including information, which may not be listed on this checklist. Any information missing at the time of the bid opening may result in rejection of the bid proposal. No proposals will be accepted after the designated bid opening time. 1. Completion of Certification of Bidder s Qualifications (CBQ-1) and attached applicable copies of required license and proof of Maryland Qualification and/or SDAT Registration. 2. Bid package labeled properly for identification. 3. Indemnity/Hold Harmless Agreement must be signed and provided at bid opening. 4. Information substantiating Local Preference. 5. Completion of Cost Sheet. 15