BERKELEY COUNTY WATER & SANITATION SOLID WASTE MANAGEMENT FACILITY COMPETITIVE SEALED BID

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

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

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

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

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

REQUEST FOR PROPOSAL Enterprise Asset Management System

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

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

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

ATTENTION ALL BIDDERS

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

DATE: June 7,

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

McCRACKEN COUNTY BOARD OF EDUCATION

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

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

REQUEST FOR PROPOSAL Police Department Roof System Renovation

SECTION INSTRUCTIONS TO BIDDERS

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

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

Cherokee County Board of Commissioners

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

LEGAL NOTICE - ADVERTISEMENT FOR BID

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

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

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

SECTION A - INSTRUCTIONS

Public Notice Advertisement for Bids

INVITATION FOR BID Annual Water Meter Purchase

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

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

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

BID ON ALUMINUM SULFATE

Sunnyside Valley Irrigation District

ATTENTION ALL BIDDERS

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RECONDITION MUFFIN MONSTER ELECTRIC (DATE): DEC.

REQUISITION & PROPOSAL

City of Mexico Beach Replacement of Fire Department Roofing Shingles

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

Document Conversion/Migration

ATTENTION ALL BIDDERS

REQUISITION & PROPOSAL

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

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

One Technology Court, Montgomery, AL Telephone: Bid Invitation 841 Paint Booth Disassembly

Tulsa Community College

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

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

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

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

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

INSTRUCTION TO BIDDERS SPECIFICATIONS PROPOSAL BLANKS LUZERNE COUNTY COURT HOUSE FOR FILE CABINETS #REF # B1CH

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06

LAKE METROPARKS SPEAR ROAD CONCORD TWP., OHIO THE PRINTING OF LAKE METROPARKS PARKS PLUS! QUARTERLY PUBLICATION BID #

ENTERPRISE STATE COMMUNITY COLLEGE

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

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

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

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

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

CODE ENFORCEMENT MAGISTRATE RFP

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

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

REQUISITION & PROPOSAL

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS Medical Center

COUNTY OF OSWEGO PURCHASING DEPARTMENT

County of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

these specifications shall be made based on this statement.

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

REQUISITION & PROPOSAL

REQUEST FOR BID # TIRE DISPOSAL SERVICES

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

City Of Oneida. Invitation for Bids

Request for Proposal 2019 Calendar Year

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College

TERMS AND CONDITIONS OF THE INVITATION TO BID

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

INFORMATION FOR BIDDERS

ATTENTION ALL BIDDERS

OSWEGO COUNTY PURCHASING DEPARTMENT

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

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist


REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

PURCHASING ORDINANCE

Bid #15-15 Goodyear Tires

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

Transcription:

BERKELEY COUNTY WATER & SANITATION SOLID WASTE MANAGEMENT FACILITY COMPETITIVE SEALED BID BID TITLE: Three (3) New 2013 Stationary Compactors CLOSING DATE AND TIME: THURSDAY, DECEMBER 13, 2012 @ 2:00 PM local time REQUEST FOR A COMPETITIVE SEALED BID TO PROVIDE FOR THREE (3) NEW STATIONARY COMPACTORS FOR BERKELEY COUNTY WATER AND SANITATION, SOLID WASTE MANAGEMENT FACILITY. You are invited to submit your in accordance with the requirements of this solicitation, which are contained herein. It is requested that your be submitted to Berkeley County Water and Sanitation Office not later than 2:00 PM local time, Thursday, December 13, 2012, at which time bids will be publicly opened and read aloud. Bids received after the above date and time will be returned unopened. Bidders are invited to attend the bid opening. The Purchaser reserves the right to accept or reject, in whole or in part, any or all Bids and be sole judge of suitability for a particular purpose or use. The purchaser further reserves the right to waive any informalities or technical errors that would otherwise be of no effect to the Bid as submitted. documents may be picked up from Berkeley County Water and Sanitation, Procurement Office, 212 Oakley Plantation Drive, Moncks Corner, SC or by calling Cheryl Lyons, Procurement Manager, at (843)719-2661. Bidders can download the bid document and any amendments at the Berkeley County Water & Sanitation Web Site: WEB ADDRESS: GO TO: http/www.bcwsa.com -DEPARTMENTS -PURCHASING -SEALED BIDS, PROPOSALS AND RFP S

TABLE OF CONTENTS SECTION DESCRIPTION TOTAL PAGES A. General Information 3-7 B. General Conditions 8-9 C. Specifications 10-11 D. Local/State Preference 12-15 E. Bid 16-18 F. Affidavits 19-21 G. Check- Off List 22 2

SECTION "A" GENERAL INFORMATION 1. Bid will be considered as specified herein or attached hereto under the terms and conditions of this document. 2. Bid price shall include delivery to Berkeley County Water and Sanitation, three (3) Convenience Center sites throughout Berkeley County. Berkeley County Water & Sanitation pays South Carolina Sales Tax. 3. Bidders are to include all applicable requested information and are encouraged to include any additional information they wish to have considered. Additional information shall be a separate section of the Bid, and shall be identified as such. 4. One (1) clearly identified original and two (2) copies of your Bid are required. The Bid must be complete, clear and concise. 5. Bids will be received by Berkeley County Water & Sanitation until 2:00 PM on the closing date shown. Bids must be submitted by the time, date and exact location specified to be considered. No late Bids, telegraphic, or telephone Bids will be accepted. MAILING ADDRESS: HAND CARRY: Berkeley County Water and Sanitation Berkeley County Water and Sanitation ATTN: Cheryl Lyons ATTN: Cheryl Lyons PO Box 1529 212 Oakley Plantation Drive Moncks Corner, S.C. 29461 Moncks Corner, SC 29461-1529 6. Bid must be made in the official name of the firm or individual under which business is conducted (showing official business address) and must be signed in ink by a person duly authorized to legally bind the person, partnership, company, or corporation submitting the Bid. 7. The submitting Bidder is required to have printed on the envelope or wrapping containing the Bid, the Bid title, the Bid opening date and time and the Bidder s name and address. 8. Berkeley County Water & Sanitation shall not be responsible for unidentified Bids. 9. Bidders mailing a Bid should allow sufficient mailing period to insure timely receipt. Berkeley County Water & Sanitation is not responsible for Bids delayed by mail and/or delivery services of any nature. Bids received after the set time for closing will be returned unopened. 10. Bids may be withdrawn by Bidder prior to, but not after, the time set for the closing. 3

11. All entries shall be entered in ink or typewritten, and shall remain firm for a period of not less than ninety (90) days. Mistakes may be crossed-out and corrections inserted adjacent thereto, and shall be initialed, in ink, by the person signing the Bid. 12. Offers, amendments thereto or withdrawal requests must be received by the time advertised for closing. It is the Bidder's sole responsibility to insure that the documents are received at the time indicated in the solicitation document. 13. Bidders must clearly mark as "Confidential" each part of their offer which they consider to be proprietary information that could be exempt from disclosure under Section 30-4- 40, Code of Laws of South Carolina, 1976 as amended (Freedom of Information Act). If any part is designated as "confidential", there must be attached to that part an explanation of how this information fits within one or more categories listed in Section 30-4-40. BCWS reserves the right to determine whether this information should be exempt from disclosure and no legal action may be brought against BCWS and/or its agents for any determination in this regard. 14. The document that will form the contract shall include this entire solicitation, all amendments, the successful Bidder's Bid, and the subsequent "Contract Agreement". 15. This solicitation does not commit Berkeley County Water & Sanitation to award a contract, to pay any cost incurred in the preparation of a Bid or to procure or contract for the articles of goods or services. Berkeley County Water & Sanitation reserves the right to accept or reject any or all Bids received as a result of this solicitation, to negotiate with all qualified Bidders, or to cancel in part or in its entirety this solicitation if it is in the best interest of Berkeley County Water & Sanitation to do so. 16. Samples of any articles deemed necessary must be furnished free of any cost to Berkeley County Water & Sanitation. These samples may be retained for future comparisons. Any samples not destroyed by testing or not retained for comparisons will be returned to the Bidder at the Bidder's expense upon request. 17. This Invitation for Bids does not commit Berkeley County Water & Sanitation to award a contract or to pay any cost incurred in the preparation of a Bid. 18. This contract will be awarded to the Bidder whose Bid is within the competitive range and determined to be in the best interest of Berkeley County Water & Sanitation. 19. Unit price will govern over extended price. Errors in mathematics will be corrected. 20. The successful Bidder shall indemnify and save harmless Berkeley County Water & Sanitation and all County Officers, agents and employees from all suits or claims of any 4

character brought by reason of infringing on any patent, trademark or copyright. Bidder shall make no claim against Berkeley County Water & Sanitation if such patent, trademark or copyright infringement or claim is based upon the Bidder's use of material furnished to the Bidder by Berkeley County Water & Sanitation. 21. TIE BIDS: The right is reserved in case tie bids are received to make award as considered to be the most advantageous to Berkeley County Water & Sanitation. In case tie bids are received, the award shall be made to the in-county Bidder first; if no in-county Bid, then to in-state Bidder next. If more than one or none of the tie bidders are in-county Bidder first, in-state Bidder second, the award shall be made by draw, all other factors being equal. 22. In case of default of Bidder, Berkeley County Water & Sanitation reserves the right to purchase any or all items or services so defaulted in the open market, charging Bidder with any excessive cost. SHOULD SUCH CHARGE BE ASSESSED, NO SUBSEQUENT BIDS OF THE DEFAULTING BIDDER WILL BE CONSIDERED UNTIL THE ASSESSED CHARGE HAS BEEN SATISFIED. 23. GUARANTEE: The successful Bidder shall supply a guarantee for all material and workmanship for the equipment he/she is furnishing for a period comparable to the standards in the industry. When defects or faulty material are discovered during the guarantee period, the vendor shall, immediately, upon notification by Berkeley County Water & Sanitation, proceed at his/her own expense, to repair or replace the same, together with any damage to all finishes, equipment, and furnishings that may have been damaged as a result of the defective equipment or workmanship. 24. REFERENCE TO PUBLISHED REGULATIONS, CODES, GUIDELINES, INDUSTRY STANDARDS, ETC: All references to publications are for the purpose of establishing standards. Bidders are responsible for using the CURRENT issue of the publication regardless of what is referenced in the Invitation for Bids. 25. A conditional or qualified Bid will not be accepted. 26. All applicable laws, ordinances, and rules and regulations of any authorities (Federal, State of South Carolina and Berkeley County) shall be binding upon the Bidder throughout the term of this Contract. The Bidder shall be responsible for compliance with any such law, ordinance, rule or regulation, and shall hold Berkeley County Water & Sanitation harmless and indemnify same in the event of non-compliance. 27. By submitting an offer, Bidder certifies that it will comply with the applicable requirements of Title 8, Chapter 14 of the South Carolina code of Laws (originally enacted as Section 3 of The South Carolina Illegal Immigration act, 2008 S.C. Act No. 280) and agrees to provide upon request any documentation required to establish either: (a) the applicability of Title 8, Chapter 14 to Bidder and any subcontractor or 5

subcontractors; or (b) the compliance with Title 8, Chapter 14 by Bidder and any subcontractors or sub-subcontractors. Pursuant to Section 8-14-60, A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony and, upon conviction, must be fined within the discretion of the court or imprisoned for not more than five years, or both. Bidder agrees to include in any contracts with its subcontractors language requiring the subcontractors to (a) comply with the applicable requirements of Title 8, Chapter 14, and (b) include in any contracts with the sub-subcontractors language requiring the subsubcontract to comply with the applicable requirements of Title 8, Chapter 14. 28. The Invitation for Bids contains the provisions required for three (3) Stationary Compactors. Information obtained from an officer, agent, or employee of Berkeley County Water & Sanitation or any other person shall not affect the risks or obligations assumed by the Bidder or relieve him from fulfilling any of the conditions of the Contract. 29. Each Bidder shall be responsible for reading and being thoroughly familiar with the Invitation for Bids prior to preparing his/her Bid. The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from this obligation in respect to his Bid. 30. AFFIDAVIT OF NON-COLLUSION: An Affidavit of Non-Collusion contained herein, shall be signed, notarized and attached to and become a part of the Bid. BIDS SUBMITTED WITHOUT THIS AFFIDAVIT MAY BE REJECTED AS UNRESPONSIVE. 31. AFFIDAVIT OF DELINQUENT TAX: An Affidavit of Delinquent Tax contained herein, shall be signed, notarized and attached to and become a part of the Bid. BIDS SUBMITTED WITHOUT THIS AFFIDAVIT MAY BE REJECTED AS UNRESPONSIVE. 32. Any changes in specifications after the Contract has been issued must be with written consent of the Purchasing Manager. Without this written consent there shall be no approved changes which increase the contract amount and the responsibility for such changes shall be with the Bidder. 33. S.C. LAW CLAUSE: Bidder must comply with the laws of South Carolina which require that he or she be authorized and/or licensed to do business in this state. Notwithstanding the fact that applicable statutes may exempt or exclude the successful Bidder from said requirements, by submission of this signed Bid, the Bidder agrees to subject himself or herself to the jurisdiction and process of the courts of South Carolina as to all matters and disputes arising or to arise under the contract and the performance thereof, including any 6

questions as to the liability for taxes, licenses, or fees levied by the State. Bidder must submit adequate proof of such license with the Bid documents. All representations are subject to verification by Berkeley County Water & Sanitation. Any misrepresentation or failure to respond may result in the Bid being considered non-responsive or in revocation of the Notice of Award. Any costs as a result shall be borne by the Bidder and his respective bond. 34. Failure to submit all required information may be determined as a non-responsive Bid. 35. Questions may be directed to Cheryl Lyons, CPPB, Office of Procurement, at telephone number (843) 719-2661 or (843) 572-4400, extension 2661, or via email at clyons@bcwsa.com. The deadline for submitting questions is Monday, December 10, 2012 at 2:00 PM prevailing local time. Verbal information obtained otherwise will not be considered in the awarding of the Bid. 7

SECTION B GENERAL CONDITIONS 1. The successful Bidder shall purchase and maintain in a company or companies acceptable to Berkeley County Water & Sanitation such insurance as will protect both from claims set forth below which may arise out of or result from Bidder's operations under the Contract whether such operations be by himself or by anyone directly or indirectly employed by him to include sub Bidders: a. Commercial General Liability - Minimum $500,000 b. Workers Compensation - Limits required by State of South Carolina to include state s endorsement for businesses outside of SC Employer s Liability, $1,000,000. c. Automobile Liability Coverage - Bodily Injury $25,000/$50,000 - Property Damage $25,000 2. BID BOND/BID DEPOSIT: For all Bids exceeding $100,000.00, Bidder shall submit with their Bid a Bid bond/deposit in an amount equal to not less than two percent (2%) of the total Bid price. This bond/deposit may be in the form of a certified/cashiers check or Bank Letter of Credit drawn on a financial institution acceptable to Berkeley County Water & Sanitation and made payable to Berkeley County Water & Sanitation. In lieu of cash deposit the Bidder may submit an equivalent Bid bond executed by a corporate surety licensed under the laws of South Carolina. Said bond/deposit will be forfeited to Berkeley County Water & Sanitation as liquidated damages in case an award is made and the: a. Notice of Award is not accepted, and/or b. Performance Bond is not submitted. 3. Bids in excess of $100,000.00 received without said bid bond/bid deposit shall be considered as non-responsive and rejected. 4. Attorneys-in-fact who sign a bond (re: bid, performance) must file with each bond a certified and effective dated copy of their power of attorney. 5. RETURN OF BID BOND/BID DEPOSIT: The Bid Bond/Deposit of the unsuccessful Bidders shall be returned within five working days of award and to the successful Bidder upon receipt of the performance bond. 6. PERFORMANCE BOND: Upon being awarded the contract, the successful Bidder shall submit within ten (10) working days a performance bond or deposit in an amount equal to 8

one hundred percent (100%) Bid Price. This deposit may be in the form of a certified/cashier s check or Bank Letter of Credit drawn on a financial institution acceptable to Berkeley County Water & Sanitation and made payable to Berkeley County Water & Sanitation. In lieu of cash deposit the successful Bidder may submit an equivalent performance bond, in the form of AIA Document A311 "PERFORMANCE BOND AND LABOR AND MATERIAL BOND", executed by a corporate surety licensed under the laws of South Carolina with an "A" minimum rating of performance as stated in the most current publication of "Best's Key Rating guide, Property Liability" which shall show a financial strength rating of at least five (5) times the contract price. Said bond or check will be forfeited to BCWS as liquidated damages in case an award is made and the contract is not performed fully to the requirements as set out therein. The bond shall be in effect for the life of the contract to guarantee faithful performance of the contract. 9

SECTION "C" SPECIFICATIONS GENERAL Berkeley County Water & Sanitation desires to purchase three (3) new 2013 Stationary Compactors. APPLICATION Compactors will be utilized by Berkeley County Water & Sanitation to compact residential municipal solid waste at Berkeley County Water & Sanitation s Convenience Center sites. SPECIFIC CHARACTERISTICS 1. 80% light pressure gauge 2. Remote pendent control side mounted, Key operation 3. 240 volts 4. Basic size 2.71 cubic yards (NSWMA EQUIVALENT) 5. Overall Dimensions 168 L X 54 H X 66 W 6. Top opening 61 L X 60 W 7. Discharge opening 41 X 60 8. Ram penetration no less than 14 9. Normal force of no less than 48,000 LBS @ 1700 PSI 10. Maximum force of no less than 53,700 LBS @ 1900 PSI 11. Ram facing 60 X 34 12. Cycle time of no less than 50 seconds 13. Cylinder shell be at least 6 DIA. X 4 ROD X 78 stroke MOTOR 1. Electric 2. No less than 15 horse power 3. No less than 240 volts, 240/480 3 phase wired for 240 PUMP 1. Pump will operate at no less than 18 gallons per minute 2. Spin on hydraulic filters 10

PAINT Berkeley County Water & Sanitation 1. Tan in color DECIBEL LEVEL 1. Provide decibel level in operator s position, under full load SERVICE POINTS ACCESSIBILITY 1. All lubrication and frequent service items shall be readily and easily accessible to the operator/technician 2. All filters shall be readily accessible 3. Bidder may be required to demonstrate serviceability of the model bid upon request OPTIONAL EQUIPMENT LISTED SEPARATELY 1. Guide rails for can insert 2. Left and right side turn buckles for can support 3. Provide service manual and operators manual INSTALLATION/SETUP 1. Manufacture/Seller will be responsible for delivery and installation at the site equipment is to be used. 11

SECTION D LOCAL/STATE PREFERENCE Local/State Preference: Competitive procurements made by Berkeley County Water & Sanitation shall be made from responsive and responsible resident vendors in Berkeley County for procurement, if such Bid does not exceed the lowest qualified Bid from a non-berkeley County vendor by more than five (5%) percent of the latter Bid, or shall be made from responsive and responsible resident vendors in the State of South Carolina for procurement, if such Bid does not exceed the lowest qualified Bid from a non-south Carolina vendor by more than five (5%) percent of the latter Bid. A responsive and responsible Berkeley County vendor who is within five percent (5%) of the lowest non-local Bidder, may be given the opportunity to match the bid submitted by the nonlocal bidder and thereby be awarded the contract.. This preference shall apply only when purchases are $2500.00 or more in value. Provided, however, the Berkeley County local preference shall always take precedence over any South Carolina state preference. A vendor shall be deemed to be a resident of Berkeley County if such vendor is an individual, partnership, association or corporation that is authorized to transact business within the State, maintains an office in Berkeley County, and maintains a representative inventory of commodities within the County on which the Bid is submitted and has paid all taxes duly assessed. A vendor shall be deemed to be a resident of the State of South Carolina if such vendor be an individual, partnership, association or corporation that is authorized to transact business within the State, maintains an office in the State, and maintains a representative inventory of commodities within the State on which the Bid is submitted and has paid all taxes duly assessed. Provided, however, that if the procurement is to be made pursuant to State or Federal guidelines, which prohibit or restrict local or State preference there shall be no local or State preference unless a more restricted variation is allowed under the guidelines. NOTE: THE ENCLOSED LOCAL/STATE AFFIDAVIT MUST BE COMPLETED, NOTARIZED AND RETURNED AS PART OF VENDOR'S BID IF MAKING CLAIM FOR THE IN-COUNTY LOCAL OR IN-STATE PREFERENCE. NO VENDOR IS PRESUMED TO QUALIFY FOR A PREFERENCE IF THE VENDOR HAS NOT MADE A WRITTEN CLAIM ON THE ENCLOSED AFFIDAVIT AT THE TIME THE BID IS SUBMITTED. 12

LOCAL PREFERENCE EXAMPLE # 1 IN-COUNTY BID... $35,000.00 OUT-OF-COUNTY BUT WITHIN THE STATE BID... $34,850.00 OUT-OF-STATE BID... $34,800.00 STEP A (CHECK LOCAL PREFERENCE): 1. IN-COUNTY BID: $35,000.00 2. OUT-OF-COUNTY BUT WITHIN STATE BID: $34,850.00 OUT-OF-COUNTY BUT WITHIN STATE BID ADJUSTED: $34,850 + (5%) $34,850 = $36,592.50 3. OUT-OF-STATE BID: $34,800.00 OUT-OF-STATE BID ADJUSTED: $34,800 + (5%) $34,800 = $36,540.00 AWARD IN-COUNTY BID AT $35,000.00 BASED ON LOCAL PREFERENCE 13

LOCAL PREFERENCE EXAMPLE # 2 IN-COUNTY BID... $37,000.00 OUT-OF-COUNTY BUT WITHIN THE STATE BID... $35,000.00 OUT-OF-STATE BID... $34,800.00 STEP A (CHECK LOCAL PREFERENCE): 1. IN-COUNTY BID: $37,000.00 2. OUT-OF-COUNTY BUT WITHIN STATE BID: $35,000.00 OUT-OF-COUNTY BUT WITHIN STATE BID ADJUSTED: $35,000 + (5%) $35,000 = $36,750.00 3. OUT-OF-STATE BID: $34,800.00 OUT-OF-STATE BID ADJUSTED: $34,800 + (5%) $34,800 = $36,540.00 NO LOCAL PREFERENCE STEP B (CHECK STATE PREFERENCE): 1. IN-COUNTY BID: $37,000.00 2. OUT-OF-COUNTY BUT WITHIN STATE BID: $35,000.00 3. OUT-OF-STATE BID: $34,800.00 OUT-OF-STATE BID ADJUSTED: $34,800 + (5%) $34,800 = $36,540.00 AWARD OUT-OF-COUNTY BUT WITHIN STATE BID AT $35,000.00 BASED ON STATE PREFERENCE 14

LOCAL PREFERENCE EXAMPLE # 3 IN-COUNTY BID... $37,000.00 OUT-OF-COUNTY BUT WITHIN THE STATE BID... $35,000.00 OUT-OF-STATE BID... $34,000.00 STEP A (CHECK LOCAL PREFERENCE): 1. IN-COUNTY BID: $37,000.00 2. OUT-OF-COUNTY BUT WITHIN STATE BID: $35,000.00 OUT-OF-COUNTY BUT WITHIN STATE BID ADJUSTED: $35,000 + (5%) $35,000 = $36,750.00 3. OUT-OF-STATE BID: $34,000.00 OUT-OF-STATE BID ADJUSTED: $34,000 + (5%) $34,000 = $35,700.00 NO LOCAL PREFERENCE STEP B (CHECK STATE PREFERENCE): 1. IN-COUNTY BID: $37,000.00 2. OUT-OF-COUNTY BUT WITHIN STATE BID: $35,000.00 3. OUT-OF-STATE BID: $34,000.00 OUT-OF-STATE BID ADJUSTED: $34,000 + (5%) $34,000 = $35,700.00 NO STATE PREFERENCE AWARD BID TO OUT-OF-STATE BID AT $34,000.00 (NO LOCAL OR STATE PREFERENCE) 15

SECTION E PRICING INFORMATION RETURN THIS SHEET WITH YOUR BID The undersigned, having fully familiarized themselves with the information contained within this and subsequently received written Amendments as listed below, submit the attached proposal. I verify (to the best of my knowledge, information and belief) this Bid to be true and correct. All requirements of the are hereby incorporated into the Bid submitted and shall be incorporated by reference into the contract agreement. The Bidder acknowledges the following Amendments have been received and incorporated into this Bid: Amendment No. Dated, 2012 Amendment No. Dated, 2012 Signature Signature Respectfully submitted by: (FIRM NAME) Signature: Representative Name: Title: Address: Date: Telephone No Fax Number: Email Address: 16

BID SHEET RETURN THIS SHEET WITH YOUR BID In compliance with and subject to the conditions therein (including subsequently received written amendments if any) the undersigned offers and agrees to furnish Three (3) New Stationary Compactors 2013 model for Berkeley County Water & Sanitation. BID PRICE TO INCLUDE ALL APPLICABLE SALES TAX AND HANDLING FEES AS WELL AS FREIGHT CHARGES. BIDDERS ARE TO SUBMIT THEIR BID ON THIS SHEET ONLY. BID HOLDER WHO CHANGES OR ALTERS THIS BID SHEET MAY BE CONSIDERED NON-RESPONSIVE. DESCRIPTION UOM COST TOTAL COST THREE (3) EACH 2013 STATIONARY COMPACTORS EACH $ $ TAX $ BID TOTAL (3 EACH) $ DOLLARS AND CENTS (WORDS) DELIVERY DATE: PAYMENT: Payment term is NET 30 after acceptance of equipment. To expedite payment, will your company accept payment by P-Card (VISA Credit Card)? (Yes/No) Respectfully submitted by: (FIRM NAME) Signature: Representative Name: 17

COMPETITIVE SEALED BID DEVIATIONS FROM SCOPE OF WORK Please list all deviations from specifications in the space provided below. Please note item number for which you are showing deviations. ITEM DEVIATION 18

SECTION F LOCAL/STATE RESIDENT VENDOR PREFERENCE AFFIDAVIT, who being duly sworn, (company name/company representative) certifies that the vendor identified in this Bid response meet all qualifications for the local or state preference as defined in Section VII, Subsection D, number 8 of the Berkeley County Water & Sanitation Ordinance entitled "Local Preference" as amended. By this written claim, Bidder request Local or State resident vendor preference be exercised in consideration of contract award of this Bid. BIDDER CERTIFIED THAT HE MEETS ALL QUALIFICATIONS FOR THE (CHECK ONLY ONE OF THE FOLLOWING): 1. LOCAL RESIDENT VENDOR PREFERENCE (BERKELEY COUNTY) OR 2. STATE RESIDENT VENDOR PREFERENCE (SOUTH CAROLINA) BIDDER SIGNATURE: BIDDER NAME: POSITION: FIRM NAME: ADDRESS: TELEPHONE: Subscribed and sworn to before me this day of, 2012. Notary Public My Commission Expires 19

SECTION F NONCOLLUSION AFFIDAVIT OF BIDDER STATE OF ) COUNTY OF ), being first duly sworn, deposes and says that: (1) He is (owner, partner, officer, representative or agent) of, the Bidder that has submitted the attached Bid: (2) He is fully informed regarding the preparation and contents of the attached Bid and of all pertinent circumstances regarding such Bids: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder not any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affidavit, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from quoting in connection with such Contract, or has in any manner directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Berkeley County Water & Sanitation, or any person interested in the proposed contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affidavit. SIGNED: TITLE: Subscribed and sworn to before me this day of, 2012. Notary Public My Commission Expires 20

SECTION F DELINQUENT TAX AFFIDAVIT Please note the Procurement Department shall verify that all taxes have been paid to the County by vendors with which they intend to do business. If you owe delinquent taxes your Bid may be disqualified from consideration. If you wish to inquire as to your tax status, you may contact the Berkeley County Delinquent Tax Office at one of the following numbers: Moncks Corner (843) 719-4029 Charleston (843) 723-3800 extension 4029 St. Stephen (843) 567-3136 extension 4029 IS YOUR BUSINESS DELINQUENT IN PAYING ANY TAXES OWED TO BERKELEY COUNTY? (YES OR NO). FIRM NAME: BIDDER SIGNATURE: BIDDER NAME: POSITION: ADDRESS: TELEPHONE: Subscribed and sworn to before me this day of, 2012. Notary Public My Commission Expires 21

SECTION G CHECK-OFF LIST THE FOLLOWING ITEMS MUST BE RETURNED WITH BID: 1. BID PROPOSAL Section "E" (Pages 16-18) 2. AFFIDAVITS Local/State Preference (Page 19) - if applicable Noncollusion (Page 20) Delinquent Tax (Page 21) 3. 2% BID BOND OR CASHIER/CERTIFIED CHECK If the total bid price exceeds $100,000. 4. ANY OTHER MATERIAL REQUESTED IN THE BID PACKAGE. 22