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

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

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

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

CITY OF PEACHTREE CITY RFP # PPW TOWABLE, ARTICULATING BOOM LIFT ADDENDUM #1

CITY OF PEACHTREE CITY UNIFORM SERVICES

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

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

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

REQUEST FOR PROPOSAL Enterprise Asset Management System

ATTENTION ALL BIDDERS

DATE: June 7,

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

INVITATION TO BID. City of Fort Oglethorpe POLICE DEPARTMENT 900 City Hall Drive Fort Oglethorpe, Georgia Phone: Fax:

LEGAL NOTICE - ADVERTISEMENT FOR BID

BOARD OF COUNTY COMMISSIONERS

REQUEST FOR QUOTATION For Purchase and Installation of a SMART board System

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

REQUEST FOR PROPOSAL Police Department Roof System Renovation

COUNTY OF OSWEGO PURCHASING DEPARTMENT

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

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

CITY OF HOPKINSVILLE

SECTION INSTRUCTIONS TO BIDDERS

INVITATION FOR BID Annual Water Meter Purchase

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

Carpet Replacement Project Des Peres Department of Public Safety

ATTENTION ALL BIDDERS

PUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE. December 5, Mark Cannady, Procurement Supervisor

REQUEST FOR BID # TIRE DISPOSAL SERVICES

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

SECTION A - INSTRUCTIONS

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

Sealed Bid, 1 Ton Cargo Van Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

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

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

REQUEST FOR QUOTATION For Muster Room Classroom Tables for the Chatham County Detention Center

REQUEST FOR QUOTATION For Uniterruptible Power Supply Battery Repalcement and Service

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

Date Issued: February 7, 2018 Invitation To Bid No.:

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

Diesel Engine Replacement for. Gillig Low Floor Buses

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

REQUEST FOR QUOTATION For Purchase and Installation of an Interactive Projector/Whiteboard System

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

Dear Independent Contractor,

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

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

The Number Must Appear On All Quotations and Related Correspondence.

ATTENTION ALL BIDDERS

Town of Litchfield Department of Public Works

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

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

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

ATTENTION ALL BIDDERS

Bid #15-15 Goodyear Tires

TERMS AND CONDITIONS OF THE INVITATION TO BID

DOCUMENT INSTRUCTIONS TO BIDDERS

PART I - GENERAL INFORMATION

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

00400 BID FORMS AND SUPPLEMENTS

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

Cherokee County Board of Commissioners

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

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

Instructions to Bidders Page 1 of 8

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

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

Request for Proposal. RFP # Non-Profit, Sports Photography

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

Commercial Front Loader Garbage Truck

ENTERPRISE STATE COMMUNITY COLLEGE

City of Springville Public Defender Request for Proposal

PRISONER TRANSPORT VEHICLE CARGO VAN

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

Sunnyside Valley Irrigation District

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

REQUEST FOR QUOTATION FOR BATTERIES FOR VOTING MACHINES FOR CHATHAM COUNTY

Bidders shall execute the following forms and return the signed original with their proposal.

SUBMITTALS. DEADLINE All Bids must be received by the Borough no later than the date outlined in this IFB.

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT 524 W. STEPHENSON STREET FREEPORT, IL BID DOCUMENTS MARCH 2012

Transcription:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org October 28, 2016 Ladies and Gentlemen: The City of Peachtree City will be accepting sealed bids from authorized distributors and installers for the purchase and/or installation of aftermarket accessories for four (4) 2017 Ford Police Interceptor Utility vehicles. Bids will be received by Angela Egan, Purchasing Agent, at City Hall, 151 Willowbend Road, Peachtree City, Georgia 30269 until 10:00 a.m. Tuesday, November 29, 2016 at which time and place the bids will be opened and read aloud. Bids received after the set time will not be considered. All bids must strictly conform to the bid specifications. Specifications and bid forms are available on the City s web site at www.peachtree-city.org or upon request from the Purchasing Department at 770-631-2515. Bids are to be submitted in a sealed envelope, with the name of the bid (Accessories #17-104BPD) clearly marked on the front. The date and time of the opening are also to be included, along with the name of the company submitting the bid. The bid made by any company or firm must be signed in the name of such company or firm in a legal manner by a duly authorized officer; and the principal place of business must be shown (no post office boxes). No bids may be withdrawn for a period of sixty (60) days after the scheduled time to receive the bids. Any request for clarification must be submitted in writing (hand delivery, email, fax, or regular mail) to the Purchasing Agent by the close of business, six business days prior to the submission of bids due to the Thanksgiving holiday, 5:00 pm on Wednesday, November 16, 2016 is the last day to submit. Any clarification issued will be in the form of an addendum to the bids instructions, plans, or specifications not later than Friday, November 18, 2016. Any addendums will also be placed on the City s website at www.peachtree-city.org. It is the bidder s ultimate responsibility to ensure that they have all applicable addenda prior to bid submittal. This may be accomplished via contact with the Purchasing Agent or by visiting the City s website prior to bid submittal. The City reserves the right to bid a project in phases and award the contract on the phases it deems to be in the City s best interest. The City will choose the lowest, best, responsible or responsive bidder(s). The City will exercise its discretion in awarding the contract to the bidder(s) who best satisfies the needs of the City. The City reserves the right to negotiate with the firm awarded the contract, after the contract is signed. The City also reserves the right to reject any and all bids and to waive any and all irregularities. Bids will not be accepted from any person, firm, or corporation who is in arrears in any debt or obligation to the City of Peachtree City or any other governmental entity. Sincerely, Angela Egan Purchasing Agent ARE/BID- # 17-104 BPD ACCESSORIES Attachments

SPECIFICATIONS BID # 17-104BPD 2017 Ford Police Interceptor Utility AFTERMARKET ACCESSORIES AND INSTALLATION SUBMITTED BY: NAME OF FIRM: PHONE: BIDDER S NAME: FAX: ADDRESS: EMAIL: AUTHORIZED SIGNATURE: CELL: This bid covers the purchase and/or installation of aftermarket accessories for Four (4) 2017 Ford police Interceptor utility vehicles. The City expects to purchase a total of FOUR (4) police pursuit vehicles from local dealers. Bidder shall include all necessary costs to transport vehicles from either the Peachtree City Police Department or Public Works to the installation site. Bidders price shall also include all transportation costs to deliver vehicles to the City s Public Works Facility after installation is complete. VENDOR INFORMATION: Bidders shall indicate EXACTLY what they are offering in each one of the following blanks in the "BIDDER'S RESPONSE" column. If this is not done, or it is incomplete, YOUR BID WILL NOT BE CONSIDERED FOR AWARD. DO NOT USE COMPLY", "OK", "YES", "SAME", an "X", a "V" CHECKMARK or a (") DITTO MARK. Alternate bids must be submitted on separate bid form with equivalent equipment specified in Bidder s response column. SUPPORTING DATA: Bidders must furnish catalog pages, specification sheets, or similar data to support statements made in BIDDER'S RESPONSE column. Failure to furnish required data, MAY BE CONSIDERED AS CAUSE FOR REJECTION OF BID. SPECIFICATIONS FOR 2017 FORD POLICE INTERCEPTOR UTILITY VEHICLES REQUIREMENTS- PURCHASE & INSTALL WHELEN LEGACY LIGHT BAR* WHELEN TRIO ION BLUE/RED/CLEAR - QTY 6 - (2)PUSHBUMPER, (2)SIDE REAR GLASS, (2) TAG WHELEN TRIO ION SURFACE MOUNT BLUE/RED/CLEAR QTY 2 PUSHBUMPER SIDES DESCRIPTION/PART NUMBER LIGHTING (1) GB8EEDD (3) GBDLE (1) GBDSE (3) GBDLD (1) GBDSD (3) GBDLM (1) GBDSM (3) GBDLK (1) GBDSK (1) GBA (1) GSPHOTO (1) MKLP83-Legacy Interceptor Utility I3JC I3SMJC BIDDER S RESPONSE

REQUIREMENTS-PURCHASE & INSTALL WHELEN ION PEDESTAL MOUNT QTY 2 SIDE REAR GLASS WHELEN DUO ION BLUE/RED QTY 2 HEADLIGHTS PREDRILLED WHELEN VERTEX SPLIT LEDS (RED/BLUE) QTY 2 TAILLIGHTS PREDRILLED WHELEN ION TAG BRACKET WHELEN ION SPLIT BLUE/RED WITH GROMMETS QTY 2 EACH MOUNTED IN REAR HATCH WHEN LIFTED WHELEN INTERIOR LIGHT QTY 1 REAR HATCH WHELEN CENCOM CARBIDE SYSTEM W/CANnect INTERFACE WHELEN WC EXPANSION MODULE WHELEN WECAN EXTERNAL AMP WHELEN SIREN SPEAKER AND BRACKET - QTY 2 KUSTOM RADAR WITH DASH MOUNT QTY 1 SETINA RECESSED PARTITION MODEL #10C2-XL XTRA LEGROOM HORIZONTAL SLIDING WITH SLOTTED WINDOW COVER COATED POLY SETINA 12VS POLY CARBONATE REAR CARGO PARTITION SETINA TPO UTILITY FULL PRIONSER SEAT WITH CENTER PULL SEAT BELTS SETINA TPO FLOOR PAN SETINA TPO DOOR GUARDS SETINA POLYCARBONATE WINDOW BARRIERS SETINA PUSH BUMPER ALUMINUM SETINA FENDER & HEADLIGHT GUARDS PRO-GARD TRI-LOCK VERTICAL PARTITION MOUNT PRO-GARD AL SINGLE DRAWER STORAGE BOX WITH RAISED MOUNTING KIT DESCRIPTION/PART NUMBER IONPEDB I2J VHB609J IONBK1 WIONJ/IONGROM PELCB CCSRNT5F CANEM16 CCSRN4DA SIREN (2) SA315P/SAK52&SAK51 RADAR RAPTOR RP1, DUAL KA-BAND ANTENNA, SAME DIRECTION MOVING MODE, WIRED REMOTE, SEPARABLE DISPLAY EQUIPMENT PRISONER SEATING PB-400 PB-8 HANDCUFF KEY ASBD47UINT13 BIDDER S RESPONSE

REQUIREMENTS- PURCHASE & INSTALL DESCRIPTION/PART NUMBER BIDDER S RESPONSE HAVIS TOUCH SCREEN DISPLAY HAVIS DASH MOUNT BRAKET KIT HAVIS RUGGED KEYBOARD AND MOUNT HAVIS FLEX ARM PACKAGE HAVIS UNIVERSAL LAPTOP MOUNT HAVIS 24 CONSOLE HAVIS INTERNAL CUP HOLDER CONSOLE EQUIPMENT TSD-101 C-DMM-2001 PKG-KB-201 PKG-FAM-104 UT-101 C-VS-2400-INUT-1 C-CUP2-I HAVIS ACCESSORY BOX 6 DEEP HAVIS SIDE MOUNTED FLIP UP ARMREST HAVIS FILLER PLATES TO ENCLOSE CONSOLE AND MOUNTING BRACKETS FOR CENCOM LIGHT/SIREN CONTROL AND MOTOROLA APX8500 STANDARD HEAD STREAMLIGHT FLASHLIGHT TREMCO ANTI-THEFT DEVICE THOR 600 WATT POWER INVERTER C-AP-0645 C-ARM-108 SL-20LP LED - BLACK THPS-600-12 INSTALLATION ONLY EQUIPMENT TO BE SUPPLIED BY CITY MOTOROLA RADIO 800MHZ APX 8500 INSTALLATION OF VIDEO SYSTEM CISCO 819 ROUTER/MOBILE MARK ANTENNA DELIVERY DATE PAYMENT WARRANTY PARTS WARRANTY LABOR COBAN TECH EDGE VIDEO SYSTEM WITH REAR CAMERA, CRASH SENSOR, and GPS. REQUIRES COBAN INSTALLATION CERTIFICATION THIRTY (30) DAYS FROM DATE OF VEHICLE DELIVERY UPON DELIVERY OF ALL COMPLETED VEHICLES (NO PARTIAL PAYMENTS) ONE YEAR MINIMUM ONE YEAR MINIMUM Including Addenda, the undersigned, having become thoroughly familiar with the terms and conditions affecting the performance and costs of the work, and having fully read and understood all bid documents, graphics, photographs and attachments and all particulars, hereby proposes and agrees to fully perform the work within calendar days and in strict accordance with the Contract Documents, including furnishing any and all labor and materials, and to do all of the work in accordance with the Contract Documents for the following sum of:

VEHICLE WITH OPTION #1 EQUIPMENT INCLUDED BASE BID (DELIVERED) PER INTERCEPTOR UTILTY: EXTENDED BASE BID (DELIVERED) INTERCEPTOR UTILTY: (QTY 4) $ $ ALL BASIC REQUIREMENTS SHALL BE INSTALLED BY CERTIFIED TECHNICIAN(S)/SPECIALIST(S) AND A CERTIFIED ELECTRICAL TECHNICIAN/SHOP TO MAINTAIN ALL WARRANTIES ON THE EQUIPMENT INSTALLED. CERTIFICATES OF STATUS SHALL BE CURRENT AND COPIES OF SAID CERTIFICATES SHALL BE INCLUDED IN BID PACKAGE AS WELL AS FINAL DELIVERY PAPERWORK PRIOR TO TAKING CUSTODY OF THE VEHICLES. ABSOLUTELY NO DEVIATION FROM THESE BID SPECIFICATIONS MAY BE MADE WITHOUT THE EXPRESS WRITTEN PERMISSION OF THE PURCHASING AGENT. ALL LEFT OVER, UNUSED OR SPARE/EXTRA, INSTALLATION EQUIPMENT, PARTS, RESIDUAL PAPERWORK, INSTALLATION GUIDES, LABELS, LENSES, AND/OR MATERIALS PURCHASED THROUGH THIS BID, OR FROM MONIES PROVIDED BY THE CITY FOR THE PURCHASE OF EQUIPMENT, SHALL BE DEEMED TO BE THE PROPERTY OF THE CITY OF PEACHTREE CITY AND SHALL BE TRANFERRED TO THE CITY OF PEACHTREE CITY AT THE TIME OF DELIVERY OF THE VEHICLES. THIS SHALL INCLUDE, BUT NOT BE LIMITED TO EXTRA STOP STICKS, SPOTLIGHT BULBS, LED UNITS, ANTENNAS, CHARGERS, OWNER S MANUALS, ETC. ANY QUESTIONS, PROBLEMS, OR CONCERNS, NO MATTER HOW SEEMINGLY INSIGNIFICANT, MUST BE ADDRESSED IN WRITING AND A WRITTEN RESPONSE PROVIDED BY THE CITY BEFORE MODIFYING OR CHANGING ANY PART DESCRIBED, OR ANY INSTALLTION AS DESIGNATED IN THIS BID. ALL FUSES, CABLES, WIRES AND RELAYS SHALL BE LABELED AND COLOR CODED TO DENOTE THE USE FOR EACH WIRE. THIS SHALL BE REFLECTED ON THE EVTM AND WIRING SCHEMATIC/DIAGRAM. WARRANTY WORK SHALL BE COMPLETED AT THE POLICE DEPARTMENT, PUBLIC WORKS, OR OTHER LOCATION APPROVED BY THE CITY. AN ATTEMPT TO REPAIR OR CORRECT WARRANTY ISSUES SHALL BE MADE WITHIN 3 BUSINESS DAYS AFTER NOTIFICATION.

BID CONDITIONS 1. CERTIFICATION. The Bidder hereby certifies that they have carefully examined all of the applicable Bid/Contract Documents for the material or service specified herein, understands the nature and scope of the work to be done, and that their Bid is based upon the terms, specifications, requirements and conditions. The Bidder further agrees that the performance time specified is a reasonable time. By their signature on the response to the bid or the bid Response Form, the Bidder certifies that their Bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a Bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud, so that all Bids for the purchase will result from free, open and competitive bidding among all vendors. Further, the Bidder certifies that they understand collusive bidding/proposing is a violation of Federal law and can result in fines, prison sentences, and civil damage awards. The Bidder further certifies that they are authorized to sign this Bid for the Bidder. 2. CONFLICT OF INTEREST. By submission of a bid, the Bidder agrees that at the time of submittal, they: (1) have no interest (including financial benefit, commission, finder s fee, or any other remuneration) and shall not acquire any interest, either direct or indirect, that would conflict in any manner or degree with the performance of Bidder s services, or (2) will not benefit from an award resulting in a Conflict of Interest. A Conflict of Interest shall include employment or elected office with Peachtree City or any of its component units. Bidders shall identify any interests, and the individuals involved, on separate paper with the response and shall understand that Peachtree City, at the discretion of the Purchasing Director in consultation with legal counsel, may reject their bid. 3. REBATES TO PEACHTREE CITY EMPLOYEES. Any employee or any official of the Peachtree City or any of its component units, elective or appointive, who shall take, receive or offer to take or receive, either directly or indirectly, any rebate, percentage of contract, money or other things of value, as in inducement or intended inducement, in the procurement of business, or the giving of business for, or to, or from, any person, partnership, firm or corporation, offering, bidding for, or in open market seeking to make sales to Peachtree City shall be deemed guilty of a felony and upon conviction such person or persons shall be subject to punishment or a fine in accordance with State and/or Federal laws. 4. BIDDER S OFFER. The Bidder responding offers to furnish all materials, labor, supplies, equipment and incidentals necessary to provide the equipment/materials/services described herein and in any applicable related documents (e.g., Notification of Solicitation, Request for Information, Addenda, Contract, Bonds, Insurance, Plans, etc.). It shall be understood that the Bidder's sureties and insurers are subject to the approval of the City of Peachtree City. 5. DISCUSSION WITH BIDDERS. Peachtree City may award a purchase contract, based on initial offers received, without discussion of such offers. A Bidder s initial offer should therefore be based on the most favorable terms available from a price and technical standpoint. Peachtree City may, however, have discussion with those Bidders that it deems in its discretion to fall within a competitive range. It may also request best and final offers from such Bidders, and make an award and/or conduct negotiations thereafter. The Peachtree City reserves the right to negotiate separately with any Bidder after the closing of this Bid when such action is considered in its best interest. Subsequent negotiations may be conducted, but such negotiations will not constitute acceptance, rejection, or a counteroffer on the part of Peachtree City. 6. CONTACTING PEACHTREE CITY PERSONNEL. Bidders shall make NO CONTACTS - either written or verbal - with any Peachtree City employee or elected official, with the exception of the Purchasing Agent, during the period beginning with the issuance of this document through approval of award unless authorized herein. Any attempt by a vendor/bidder to influence a member or members of the aforementioned may be grounds to disqualify the Bidder from participation in the selection process of this Bid. 7. RESPONSE SUBMITTAL. Return your signed Bid in a sealed envelope, marked with the Bidder name, Bid number, and Bid closing time and date. Bids shall be returned to the Purchasing Agent, Peachtree City, 151 Willowbend Road, Peachtree City, GA 30269, on or before the date and time specified. The time of receipt shall be determined by the clock in the City Hall lobby. Late Bids will not be accepted. A Public Bid opening will be held at the date and time stated in the bid or RFP. Peachtree City will not be held responsible for the failure of any mail/delivery service (e.g., U.S. Mail, hand-delivered, UPS, Federal Express, or other express mail delivery services) to deliver a Bid response prior to the stated Bid due date and time. 8. FACSIMILE RESPONSES. Peachtree City will NOT accept responses transmitted via facsimile unless stated to the contrary within this document. 9. PEACHTREE CITY RIGHTS. If determined to be in its best interest, the Peachtree City reserves the right to: (1) reject any Bid, if determined to be non-responsive in any form to this and/or related documents, (2) reject all Bids, (3) to accept any item or items in the Bids, and, (4) to waive any irregularity in the Bids.

10. SAMPLES. It shall be understood that ownership of all data, materials, and documentation prepared for and submitted to Peachtree City in response to this Bids shall belong exclusively to Peachtree City and will be considered a record prepared and maintained or received in the course of operations of a public office or agency and subject to public inspection in accordance with the Georgia Open Records Act, Official Code Annotated, Section 50-18-70, et.seq., unless otherwise provided by law. 11. BIDDER EXPENSES. Peachtree City will not be responsible for any expenses incurred by any Bidder in the development of a response to this Request for Bid including any onsite (or otherwise) interviews and/or presentations, and/or supplemental information provided, submitted, or given to Peachtree City and/or its representatives. Further, Peachtree City shall reserve the right to cancel the work described herein prior to issuance and acceptance of any contractual agreement/purchase order by the recommended Bidder even if the City has formally accepted a recommendation. 12. LOWEST RESPONSIBLE BIDDER. Peachtree City interprets the term "lowest responsible Bidder" as requiring the Peachtree City to determine which Bid is most suitable for its intended use or purpose. The Peachtree City can determine any differences or variations in the quality or character of the material, goods, wares, or services performed or provided by the respective Bidders. If there is any variance or conflict, the Bid specifications or requirements shall control. 13. PURCHASE ORDER. A purchase order constitutes the Peachtree City s offer to the Bidder upon the terms and conditions stated herein, and shall become a binding contract on the terms set forth herein when it is accepted either by acknowledgment or performance. Peachtree City will issue a purchase order/contract for the acquisition of products/services specified as a result of an award made in reference to this document. Contract documents shall be subject to any regulations governed by the laws of the State of Georgia and any local resolutions specifically applicable to the purchase. Any dispute arising out of the contract documents or their interpretation shall be litigated only within the courts of the State of Georgia. Contracts entered into on the basis of submitted Bids are revocable if contrary to applicable law. 14. CONTRACTS. If applicable, the Bidder agrees to execute and deliver to Peachtree City a contract in accordance with the Contract Documents (if applicable) within ten days of notice of the award to the Bidder. The Bidder agrees that the surety/deposit given concurrently herewith shall become the property of Peachtree City in the event the Bidder fails to execute and deliver such contract within the specified time. In the further event of such failure, the Bidder shall be liable for Peachtree City s actual damages that exceed the amount of the surety 15. TAXPAYER IDENTIFICATION NUMBER. A valid federal tax identification number must be provided to the Peachtree City before any purchase orders can be issued and/or payments can be made. 16. TERMINATION. If the Bidder refuses or fails to make delivery of the services within the times specified herein or in the purchase order or contract, Peachtree City may, by written notice, terminate the purchase order OR contract.

Compliance with Georgia Security & Immigration Compliance Act of 2006 Required for all vendors providing the City with a service House Bill 2, Section 1 (b)(1) No public employer shall enter into a contract pursuant to this chapter for the physical performance of services within this state unless the contractor registers and participates in the federal work authorization program to verify information of all newly hired employees or subcontractors. Before a bid for any such service is considered by a public employer, the bid shall include a signed, notarized affidavit from the contractor attesting to the following: (A) The affiant has registered with and is authorized to use the federal work authorization program; (B) The user identification number and date of authorization for the affiant; and (C) The affiant is using and will continue to use the federal work authorization program throughout the contract period. An affidavit required by this subsection shall be considered an open public record once a public employer has entered into a contract for services; provided, however, that any information protected from public disclosure by federal law shall be redacted. The website address for Homeland Security registration is: (Please note: https is correct.) https://e-verify.uscis.gov/enroll/ Sample form attached.

Revised 08-01-2011 CONTRACTOR AFFIDAVIT UNDER O.C.G.A. 13-10-91(b) (1) 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 ( Contractor ) which is engaged in the physical performance of services on behalf of the City of Peachtree City has registered with, is authorized to use and uses federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number https://e-verify.uscis.gov/enroll Date of Authorization Company Name / Contractor Name Name of Project I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on, 20 in (City) (State) BY: Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent of Contractor SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 20 Notary Public My Commission Expires: This form MUST be completed, notarized and returned before vendor status is recognized.