ITB-PW Re-Bid Term Contract for Tires. Required Submittal Packet

Similar documents
ITB-PW Concrete psi with Fiber Mesh. Required Submittals

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

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

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

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

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

CODE ENFORCEMENT MAGISTRATE RFP

INVITATION TO BID MAIL DATE: 06/20/2013

Request for Qualifications RFQ #

RFP-CONSTRUCTION SERVICES ENGINEERING & STORMWATER DEPARTMENT THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR PROPOSAL

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

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

DATE: June 7,

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES


Bid #15-15 Goodyear Tires

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND MILLING CONTRACT

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

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

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

ROCK SALT FOR ICE CONTROL

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

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE

ATTENTION ALL BIDDERS

INVITATION TO BID ISSUE DATE: Nov. 16, 2017 BID REQUESTED:

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Request for Proposal 2019 Calendar Year

LEGAL NOTICE - ADVERTISEMENT FOR BID

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

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INVITATION TO BID ISSUE DATE: March 21, 2017

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)

State of New Jersey Department of Banking and Insurance Third Party Billing Services (TPBS) APPLICATION FOR CERTIFICATION FORM.

City Of Oneida. Invitation for Bids

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

DOLTON SCHOOL DISTRICT 149 KITCHEN EQUIPMENT

INVITATION TO BID ISSUE DATE: July 28, 2017

Request for Proposal. Microsoft Exchange Migration Project

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS

INVITATION TO BID ISSUE DATE: AUGUST 2, 2016

DESIGN - BUILD PROPOSAL OF

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

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

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE

OSWEGO COUNTY PURCHASING DEPARTMENT

INSTRUCTIONS TO BIDDERS Medical Center

Carpet Replacement Project Des Peres Department of Public Safety

Eastern Kentucky PRIDE, Inc. Request for Qualification (RFQ) For Appalachian Wildlife Center Feasibility Study (AML) Pilot Project RFQ ELK

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

Tulsa Community College

Rutherford County Board of Education

INVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.

Bids Due: March 16, 2018

PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form

Acknowledgement Form FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO BID SUBMIT REPLY TO:

REQUEST FOR PROPOSAL (RFP) for Fraud, Waste, and Abuse Reporting Hotline

REQUISITION & PROPOSAL

ATTENTION ALL BIDDERS

CITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL

County of Collier CLERK OF THE CIRCUIT COURT

CITY OF TITUSVILLE, Formal Invitation for Bid

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

ATTENTION ALL BIDDERS

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

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

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

INVITATION TO BID ISSUE DATE: November 8, 2012

THE SCHOOL DISTRICT OF LEE COUNTY

State of Florida Department of Transportation. APRISA XE 960 MHz Radios

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

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

2017 PROFESSIONAL SERVICES FOR THE BOROUGH

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

CITY OF PALMETTO COMMUNITY REDEVELOPMENT AGENCY REQUEST FOR PROPOSAL TH AVENUE WEST

STATE OF MISSISSIPPI Department of Banking and Consumer Finance Post Office Box Jackson, Mississippi

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

REQUEST FOR BIDS. Bids must be received by the Department of Public Works on or before: TIME: 3:00 PM DATE: February 19, 2015 INSTRUCTIONS TO BIDDERS

Mesquite Independent School District

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

The Arlington Heights Park District reserves the right to waive any informality in the quotes received according to its own judgment.

Transcription:

Required Submittal Packet 1. All addenda (signed and dated) 2. The following sixteen (16) pages (filled out completely) Please note: Only the above mentioned items need to be submitted. Please be sure to include the bid name and number, as well as your company s name and address, on the outside envelope and please mark submittals as original and copy. Failure to provide all of the required submittals may result in the bid to be considered non-responsive.

Submit Bid To: City of Palm Coast Purchasing & Contracts Management Division 160 Cypress Point Parkway, Suite B-106 Palm Coast, FL 32164 Contact: Brian Rothwell Purchasing Manager 386-986-3731 Phone 386-986-3724 Fax brothwell@ci.palm-coast.fl.us Pre-Bid Date: N/A Pre-Bid Time: N/A Bid Due Date: May 29, 2009 Bid Due Time: 2:00pm Bidder s Name: INVITATION TO BID and Bidder Acknowledgment ITB-PW-09-16 Re-Bid Term Contract for Tires Location of Public Opening: City of Palm Coast Purchasing & Contracts Management Division 160 Cypress Point Parkway, Suite B-106 Palm Coast, FL 32164 Federal Employer ID Number or SS Number: Address: City: State: Zip: Type of Entity: (Circle one) Corporation Partnership LLC Proprietorship Joint Venture Other If returning as No Submittal, please return only this page and state why: Name (printed): Title: Date: Incorporated in the State of: Telephone Number: Toll Free Telephone Number: Fax Number: X Authorized Signature The Applicant is expected to completely analyze the information contained in this Invitation to Bid as guidance for the preparation of the submittal. The Applicant s submittal shall be sufficiently specific, detailed and compete to clearly and fully demonstrate the Applicant s understanding of the proposed work requirements.

Section 4 Price Schedule PROJECT: Term Contract for Tires CITY CONTRACT NO. ITB-PW-09-16 Name of Bidder: Mailing Address: Street Address: CITY/State/Zip: Phone Number: FAX Number: ( ) ( ) (Company) quotes firm price, exclusive of all taxes, to furnish and deliver new tires in accordance with all specifications, terms, and conditions herein. Tire substitutions must be accompanied by detailed specifications. The City reserves the right to award by item, group or total. Quantities are estimates only for one twelve-month period to be used for the purpose of bid evaluation. Unless stated otherwise, all tires shall be Highway Tires. Page 15 of 48

NEW TIRES Estimated Quantity Prod Code SIZE MFG 01027 LT265170R17 Michelin LTX 01637 275/80R22.5 Michelin XZE LRH 02846 255/70SR17 Michelin LTX M/S ORWL 03257 FLAP FLAP 0354517 235/70HR17 Conti 4x4 Contact BLK XL 3545170000 235/70R17 Conti 111H 4x4 10 0454420 215/75R17.5 Conti HTR SS RIB LBH 100 05554 235/70R17 Cooper Disc ATR OWL 09122 20.5R25 Michelin XTLA TL 095787 P235/75SR15 Primewell PS850 Blk 1002438 235/75R17 Hankook Dyna Pro A/S BLK 1003240 235/70R17 Hankook Dyna Pro A/S BLK 18 11829 425/65R22.5 Michelin XFE TL LRL 12842 385/65R22.5 Michelin XPS RIB LRE BSW 80 13080 235/85R16 Michelin XPS RIB LRE BSW 20 138377231 1000R20 Goodyear G177 LRH TT 138802453 11R22.5 Goodyear G164 LRG 153028 225/70R19.5 Goodyear G164 LRG 1548107 P245/70R17 General Ameri Trac BLK 156280 15-22.5 F Stone Sat Dup LRH 190296 LT265/70R17 F Stone Dest M/T OWL LRE 191316 LT245/70R17 F/Stone TRF h/t BSW LRE 1CE06 7.00/7.50R15TR DLX H/S RAD LPT Tube TR-440 1EK65 10.00R20 DXL H/S RAD MT Tube TR-444 1KC05 16.9R/17.5R24 Rear Farm RAD Tube TR218A 1KC31 16.9/18.4-30 Rear Farm Tube TR218A 1KC63 16.9R/16.9/18.430 Rear Farm Rad Tube TR218A 1QE82 14R/33X1550R16.5/17.5 DLX Rad Tube TR-44 1VE65 1000R20 Radial TubeTR-443 1VE61 900R20 Radial TubeTR-444 211223 10.00-20 F Stone East Grip LRF 267686 9.5R16.5 B Stone R260 10P 267805 235/85R16 B Stone R265 LRE BW 20 26848 245/75R16 Michelin XPS Rib LRE BSW 272876 225/70R 19.5 B Stone M724 LRF 27404 22.5x8.25 Tubeless Bud Wheel 100 27609 LT245/75R17 Michelin LTX A/T 2 ORWL LRE 281042 11R22.5 F Stone FD663 LRG 28408 22.5x8.25 2HH Hub Pilot Wheel 290661 11R22.5 B Stone R250F LRG 2BE17 700R-12 Ind TUB TR440 30391-22.5 22.5x8.25 DaytonRIMWhite 20 316423 235-80/16 UniRoyal 34949 P235/75R17 BFG Long Trl T/A Tour BSW 358953420 11R22.5 Stellmark AHS Steer LRG UNIT PRICE Page 16 of 48

Estimated Quantity Prod Code SIZE MFG 36496 235/85R16 Michelin XPS Trac LRE 38691 LP265/75R16 Michelin LTX A/T 2 ORWL LRE 38953 LT245/75R16 Michelin LTX A/T 2 BSW LRE 39636 225/70TR15 Cooper Cobra GT RWl 3FE07 18.4/19.5/21L-24 Rear Farm Tube TR-218A 40321 425/65R22.5 Michelin XZY3 WB LRL 44906 225/70SR14 Uniroyal TP GTS RWL 46496 P185/65SR14 Uniroyal TP AS 6000 BW 49039 425/65R22.5 BFG ST565 LRL 4BE45 650/700/750-10 IND Tube JS2 4JE65 10.00-20 Dlx H/S MT Tube TR-444 50503 235/70R16 Cooper Disc H/T OWL 8 50677 11R22.5 BFG ST576 LRH 40 51831 225/70SR15 Uniroyal TP GTS RWL 52169 265/75R16 Michelin LTX M/S ORWL LRE 57246 265/70TR17 BFG Long TRL T/A ROWL 59257 235/70SR16 Michelin LTX M/S ORWL 40 59382 P255/70TR16 BFG Long TRL T/A ROWL 61345 P235/70TR16 BFG Long TRL T/A ROWL 62086 10R22.5 BFG ST230 LRG 40 62996 LT215/85R16 Uniroyal LAR CC ROWL 67244 P225/70S BFG Radial T/A RWL 68737 P225/75R15 Uniroyal LAR CC ROWL 69928 LT245/75R17 BFG Rug TRL T/A Rowl LRE 69FF Foam Fill 70051 P205/75R15 Michelin LTX M/S ORWL 97S 71166 P225/70R15 Uniroyal LAR CC ROWL 72786 LT235/75R15 Uniroyal LAR CC ROWL LRC 50 74917 P235/70R16 Uniroyal LAR CC ROWL 10 759315200 385/65R22.5 Goodyear G286 LRJ 78390 11R22.5 Michelin XZE2 LRG 78589 LT265/70R17 BFG Rug TRl T/A ORWl LRE 78607 215/70SR15 Michelin Symmetry WW 20 82603 LT235/85R16 Uniroyal LAR AWP BLK LRE 83112 195/60SR15 Michelin harmony BSW 83992 P225/70R16 Uniroyal LAR CC ROWL 84455 11R22.5 Michelin XZY3 LRG 84534 215/70SR15 Uniroyal TP GTS RWL 85335 12R22.5 Michelin XZE LRH 85423 265/70SR16 Michelin LTX M/S ORWL 10 86142 LT245/75R16 Uniroyal LAR AWP BLK LRE 4 86409 11R24.5 BFG ST576 LRH 86693 LT245/75R17 BFG RUG TRL T/A RBL LRE 20 89589 LT245/75R16 BFG COMM T/A LRE 30 91043 225/70R19.5 Michelin XZE LRG 94098 385/65R22.5 Michelin XTE2 WB LRL UNIT PRICE Page 17 of 48

Estimated Quantity Prod Code SIZE MFG 95283 11R22.5 Michelin XZE LRH 97124 11R22.5 Michelin XDE A/T LRH 98499 P225/60SR16 Michelin Symmetry WW APS201010 2010-10 Misc. Industrial TURF BACL Computer Balance Light Truck BAMH Blance LT 17.5-19.5 BASL Spin Balance Light Truck C014 11R22.5 Radial Casing C388A 11R22.5 Grade A Virgin Radial Casing C389A 12R22.5 Grade A Virgin Radial Casing C422A 11R24.5 Grade A Virgin Radial Casing C1511071 18X850-8 Carlisle Turf Saver 4P CA511100 23X950-12 Carlisle Turf Saver 2PR CA511116 20X1000-10 Carlisle turf Saver 4P CA511121 23X10.50-12 Carlisle turf Saver 4P NS-POLY POLY Fill 9x3.50-4 7LBS Each NU1000 1000-20 NUTECH Hwy SY 16PR PTS-NSFLP Misc Flaps PTS-NSMP Bolts PTS-NSMP Nuts 11L-15 HK TL IND F3 10 PLY 14.5/75-16.1 GY Labor 10 PLY 16.9-24D HK IND R-4 TL 16.9-30 Harvest King TT 16.9-30C HK L/L R-1 16.9-30E Farm hand R1 16.9x30 Farm Hand R1 16.9x30 Farm Hand R-1 18.4X30/8 BKT R-1 18/850-10B Multi CS 18x8.5-10 Field Trax CA5883U1 18x8.5-10 HD Field Trax CA5883U1 18x8.5-10 Multi C/S 18x8.5-10 Multi Trac 18x8.50-10 Multi Trac C/S 18x8.50 Multi Trac #CA5743U1 18x8.50-10B Carlisle Field Trax 18x8.50-10HD Field Trax CA588301 18x850-10 HD F T 18x850-10 HD Field Trax 18x850-10 HD Field Trax #CA588301 18x850-10 Multi C/S 500 18x850-10B Multi C/S 200 20x1200-10B Turf Trac UNIT PRICE Page 18 of 48

Estimated Quantity Prod Code SIZE MFG 22.5x10.5-8 Turf Trac CA560385 50 22.5x10-8B Turf TracCA5753B7 23x10.5-12 Multi Trac CA574367 500 23x10.5-12 Turf Master 23x10.5-12/4 D26 Turf Bar 23x1050-12 Turf Mate CA511421 23x1050-12/4 TL 23x1050-12B Turf Master 23x1050-12C Multi Trac 200 24x12-12 Turf Master 50 24x12-12 Turf Saver 24x12-12B 24x12-12B Ultra Trac 25x10.00-12/6 350 MAG Off Road 50 25x10.50-12 All Trail 25x1000-12 Trail Wolf 25x10-12 AT489 50 25x13-9B WOL/BG 200 26x12-1 Multi Trac 9x350-4B Smooth CA5120101 Ns Farm & Offroad Tire PTS-NSTLT 9.5-16.5 Denman Hwy CA511408 23X2050-12 Carlisle Turf master 4P CA511409 24x1200-12 Carlisle Turf master 4P CA5120101 9x350-4 Carlisle Smooth 4PR CA519161 175/80D13 Carlisle Bias TRLR 6P 30 CA519400 205/75R15 Carlisle RAD TRL 6P CA519400 205/75D15 Carlisle RAD TRLR 6P CA588394 25x13-9 Carlisle H/D Field 7 Track ATV CM60 9.5-16.5 Power king Camp Hwy 8P DRT55R 205/75R15 Denman Rad TRLR 8P DTL05 700-12 Denman Ind Lug 12P DTL06 700-15 Denman Ind Lug 12P EXP-SHOP Inventory Shop Supplies EXP-XSHOP Sales Shop Supplies/Environmental 50 FL2475 24x7.7 UNIT PRICE TOTAL: $ Best Guaranteed Delivery Schedule (Delivery may be a factor in award.) Bidder must make note of any exception taken to bid specifications and conditions on this form, using additional pages as required. Exceptions: Page 19 of 48

ALL PRICES F.O.B. PALM COAST Pursuant to and in compliance with the Invitation To Bid, Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having familiarized themselves with the terms of the Contract Documents, local conditions affecting the performance of the Work, and the cost of the Work at the places where the Work is to be done, hereby proposes and agrees to deliver materials/services in a workmanlike manner and in strict conformity with Contract Documents, including Addenda Nos. through, on file at the Purchasing and Contracts Management Division for the amount hereinafter set forth. The undersigned, as Bidder, declares that the only persons or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any person, firm or corporation; and he proposes and agrees, if the bid is accepted, that he/she will execute an Agreement with the CITY in the form set forth in the Contract Documents; that he/she will furnish the Insurance Certificates. IN WITNESS WHEREOF, BIDDER has hereunto executed this FORM this day of, 20. (Name of BIDDER) Signature of person signing FORM) (Printed name of person signing FORM) (Title of person signing FORM) Page 20 of 48

Attachment A Conflict of Interest Statement STATE OF FLORIDA ) ) ss CITY OF ) Before me, the undersigned authority, personally appeared, who was duly sworn, deposes, and states: 1. I am the of with a local office in and principal office in. 2. The above named entity is submitting an Expression of Interest for the CITY of Palm Coast project described as ITB-PW-09-16 Re-Bid Term Contract for Tires 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above project is being submitted and that the above named entity has no financial interest in other entities submitting bids for the same project. 5. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. 6. Neither the entity nor its affiliates, nor any one associated with them, is presently suspended or otherwise ineligible from participating in contract lettings by any local, state, or federal agency. 7. Neither the entity, nor its affiliates, nor any one associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 8. I certify that no member of the entity's ownership, management, or staff has a vested interest in any aspect of or Department of the CITY of Palm Coast. 9. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the CITY of Palm Coast. 10. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above named entity, will immediately notify the CITY of Palm Coast in writing. DATED this day of, 20. Name of Affiant Title Typed Sworn to and subscribed before me this day of, 20. Personally known OR Produced identification Notary Public - State of My commission expires (Type of identification) (Printed typed or stamped commissioned name of notary public) Page 21 of 48

Attachment B Compliance with the Public Records Law Upon award recommendation or ten (10) days after opening, submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Bidders must invoke the exemptions to disclosure provided by law in the response to the solicitation, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a bid authorizes release of your firm s credit data to the CITY of Palm Coast. If the company submits information exempt from public disclosure, the company must identify with specify which pages/paragraphs of their bid/bid package are exempt from the Public Records Act, identifying the specific exemption section that applies to each. The protected information must be submitted to the County in a separate envelope marked accordingly. By submitting a response to this solicitation, the company agrees to defend the CITY of Palm Coast in the event we are forced to litigate the public records status of the company s documents. The City shall make final determinations as to Public Records Law Compliance. Company Name: Authorized representative (printed): Authorized representative (signature): Date: Project Number: ITB-PW-09-12 Term Contract for Tires Page 22 of 48

Attachment C BIDDER'S CERTIFICATION I have carefully examined the Invitation To Bid, Instructions to Bidders, General and/or Special Conditions, Vendor's Notes, Specifications, proposed agreement and any other documents accompanying or made a part of these Bid Documents. I hereby propose to furnish the goods or services specified in the Invitation To Bid at the prices, rates or discounts quoted in my bid. I agree that my submittal will remain firm for a period of up to one hundred twenty (120) days in order to allow the CITY adequate time to evaluate the bids. I agree to abide by all conditions of this proposal and understand that a background investigation may be conducted by the Purchasing And Contracts Division prior to award. I certify that all information contained in this bid is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this bid on behalf of the vendor/contractor as its act and deed and that the vendor/contractor is ready, willing and able to perform if awarded the contract. I further certify, under oath, that this bid is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a proposal for the same product or service; no officer, employee or agent of the CITY of Palm Coast or of any other Bidder interested in said proposal; and that the undersigned executed this Bidder's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. Name of Business By: Signature Name & Title, Typed or Printed Mailing Address CITY, State, Zip Code Sworn to and subscribed before me This day of 20 Signature of Notary Notary Public, State of Personally Known -OR- Produced Identification ( ) Type: Telephone Number Page 23 of 48

Attachment D Drug-Free Work Place Form The undersigned vendor in accordance with Section 287.087, Florida Statutes hereby certifies that does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are proposed a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will propose by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Page 24 of 48

Attachment E AMERICANS WITH DISABILITIES ACT AFFIDAVIT The undersigned CONTRACTOR swears that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding CITY. The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the CITY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. CONTRACTOR: Signature: Printed Name: Title: Date: Affix Corporate Seal STATE OF ) ) ss COUNTY OF ) The foregoing instrument was acknowledged before me this day of, 20, by of firm), on behalf of the firm. He/She is personally known to me or has produced identification. Print Name Notary Public in and for the County and State Aforementioned My commission expires: Page 25 of 48

Attachment F Request for Taxpayer Identification Number and Certification (W-9 Form) Page 26 of 48

Attachment G References Proposer shall provide a minimum of three references, for which they are currently providing this type of service/commodity within the State of Florida. 1. Company Name Contact Name and Title Address Phone Number FAX Number Duration of Contract or business relationship 2. Company Name Contact Name and Title Address Phone Number FAX Number Duration of Contract or business relationship 3. Company Name Contact Name and Title Address Phone Number FAX Number Duration of Contract or business relationship Page 27 of 48

Attachment H IDENTICAL TIE PROPOSALS In accordance with Section 287.087, Florida State Statutes, preference shall be given to businesses with drug-free workplace programs. Whenever two or more proposals that are equal with respect to price, quality, and service, are received by the State or any political subdivision for the procurement of commodities or contractual services, a proposal received from a business that certifies that has completed a drug-free workplace program shall be given preference in the award process. Established procedure for processing tie proposals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibitions. 2) Inform employees about the dangers of drug abuse in the workplace the business policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Proposal a copy of the statement 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Florida Statutes or of any controlled substance law(s) of the United States or any state five (5) days after such conviction or plea. 5) Impose sanctions on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, any employee who is so convicted. 6) Make a good-faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. AUTHORIZED SIGNATURE COMPANY DATE Page 28 of 48

Attachment I Summary of Litigation and License Sanctions (if not applicable, please state so): Page 29 of 48