INVITATION FOR BIDS - BidNet

30
INVITATION FOR BIDS (IFB) Issue Date: June 20, 2016 IFB# 2017-07013-06 Title: Fire Rescue Equipment Issuing Agency: County of Albemarle Purchasing Office 401 McIntire Road, Room 248 Charlottesville, VA 22902 Sealed bids will be received until 3:00 p.m. on July 1, 2016 for furnishing the goods/services described herein and then opened in public. No telephoned, faxed, or emailed bids will be considered. All inquiries for information should be submitted in writing and be directed to Donna Hixon, Buyer III, at [email protected] or by Fax: (434) 972-4006. The face of the envelope or shipping container shall be clearly marked in the lower left hand corner as follows: IFB#: 2017-07013-06 TITLE: Fire Rescue Equipment OPEN: July 1, 2016 at 3:00 p.m. BIDS SHALL BE SHIPPED/MAILED OR HAND DELIVERED TO ISSUING AGENCY SHOWN ABOVE. PREBID CONFERENCE: No pre-bid conference will be held. In Compliance With This Invitation For Bids And To All The Conditions Imposed Therein, The Undersigned Offers And Agrees To Furnish The Goods/Services At The Price(s) Indicated Herein. By my signature on this solicitation, I certify that this firm/individual and subcontractor is properly licensed for providing the goods/services specified. Name And Address Of Firm: _____________________________________________ Date: ________________________________________ _____________________________________________ By: _________________________________________ __________________________Zip Code:___________ (Signature In Ink) Telephone Number: (___)________________________ Name: ________________________________________ Fax Number: (___) ____________________________ (Please Print) E-mail Address: ________________________________ Title: _________________________________________ Virginia Contractor License No. _____________________ I have the authority to bind the corporation. Class: __________ Specialty Codes: ________________ SMALL, WOMAN, MINORITY AND SERVICE DISABLED VETERAN-OWNED BUSINESS: YES; NO IF YES ⇒⇒ SMALL; WOMAN; MINORITY; SERVICE DISABLED VETERAN-OWNED This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, § 2.2-4343.1 or against a bidder or offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment.

Transcript of INVITATION FOR BIDS - BidNet

INVITATION FOR BIDS (IFB)

Issue Date: June 20, 2016

IFB# 2017-07013-06

Title: Fire Rescue Equipment

Issuing Agency: County of Albemarle

Purchasing Office

401 McIntire Road, Room 248

Charlottesville, VA 22902

Sealed bids will be received until 3:00 p.m. on July 1, 2016 for furnishing the goods/services described herein and then opened in

public. No telephoned, faxed, or emailed bids will be considered.

All inquiries for information should be submitted in writing and be directed to Donna Hixon, Buyer III, at [email protected] or by Fax: (434) 972-4006.

The face of the envelope or shipping container shall be clearly marked in the lower left hand corner as follows:

IFB#: 2017-07013-06

TITLE: Fire Rescue Equipment

OPEN: July 1, 2016 at 3:00 p.m.

BIDS SHALL BE SHIPPED/MAILED OR HAND DELIVERED TO ISSUING AGENCY SHOWN ABOVE. PREBID CONFERENCE: No pre-bid conference will be held. In Compliance With This Invitation For Bids And To All The Conditions Imposed Therein, The Undersigned Offers And Agrees To

Furnish The Goods/Services At The Price(s) Indicated Herein.

By my signature on this solicitation, I certify that this firm/individual and subcontractor is properly licensed for providing the

goods/services specified.

Name And Address Of Firm:

_____________________________________________ Date: ________________________________________

_____________________________________________ By: _________________________________________

__________________________Zip Code:___________ (Signature In Ink)

Telephone Number: (___)________________________ Name: ________________________________________

Fax Number: (___) ____________________________ (Please Print)

E-mail Address: ________________________________ Title: _________________________________________

Virginia Contractor License No. _____________________ I have the authority to bind the corporation.

Class: __________ Specialty Codes: ________________

SMALL, WOMAN, MINORITY AND SERVICE DISABLED VETERAN-OWNED BUSINESS: YES; NO

IF YES ⇒⇒ SMALL; WOMAN; MINORITY; SERVICE DISABLED VETERAN-OWNED

This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, § 2.2-4343.1 or

against a bidder or offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by

state law relating to discrimination in employment.

IFB# 2017-07013-06 Page 2 of 30

TABLE OF CONTENTS FOR IFB# 2017-07013-06

PAGE

I. PURPOSE 3

II. COMPETITION INTENDED 3

III. DESCRIPTION OF ITEMS (SPECIFICATIONS) 3

IV. PREBID CONFERENCE 3

V. GENERAL TERMS AND CONDITIONS 3-10

VI. SPECIAL TERMS AND CONDITIONS 10-11

VII. METHOD OF PAYMENT 11

VIII. PRICING SCHEDULE 11

IX. ATTACHMENTS 11-30

IFB# 2017-07013-06 Page 3 of 30

I. PURPOSE: The purpose of this Invitation for Bid (IFB) is to solicit sealed bids from qualified sources to enter into a

contract to provide Fire Rescue Equipment for two (2) new fire apparatuses (one engine and one ladder truck) for the

County of Albemarle. II. COMPETITION INTENDED: It is the County’s intent that this Invitation for Bid (IFB) permits competition. It shall

be the bidder’s responsibility to advise the Purchasing Agent in writing if any language requirement, specification, etc. or any combination thereof, inadvertently restricts or limits the requirements stated in this IFB to a single source. Such notification must be received by the Purchasing Agent not later than five (5) days prior to the date set for bids to close.

III. SCOPE OF WORK/DESCRIPTION OF ITEM:

The Contractor shall furnish and deliver all equipment in accordance with the following specifications:

A. See Attachment A, Pricing Schedule, for list of equipment. Items left blank or marked $0 shall deem the

bidder non-responsive.

B. All tools shall be exact brand/model listed. NO SUBSTITUTIONS.

C. All tools shall be new (unused).

D. Any warranties (manufacturer or vendor) shall be included on Attachment A.

E. Unit prices must be inclusive of all costs associated with the equipment, including any freight, shipping or

delivery charges.

F. Equipment must be received within four (4) weeks after receipt of order (with the exception of special thread

items). The Contractor must notify the contract administrator if any problems arrive with this required

delivery schedule.

G. Equipment shall be shipped/delivered to the Monticello Fire Rescue Station located at 1515 Founders Place,

Charlottesville, VA 22902.

The County of Albemarle reserves the right to increase or decrease the quantity of any item and to award in whole, part or none of the items. The Contractor will be paid, per item, based on the unit price indicated on Attachment A.

The County of Albemarle may for one (1) year after the contract is awarded, with the concurrence of the contractor,

place additional orders under the contract at the original unit price through the issuance of separate purchase orders.

IV. PREBID CONFERENCE: No prebid conference will be held. V. GENERAL TERMS AND CONDITIONS:

A. ANNOUNCEMENT OF AWARD: Public notice of the award of this contract, or the announcement of the

decision to award this contract, shall be given via a posting of written notice on the Purchasing webpage at

www.albemarle.org/purchasing.

B. ANTI-DISCRIMINATION: By submitting their bids, bidders certify to the County that they will conform to the

provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment

Contracting Act of 1975, as amended, where applicable, the Virginias with Disabilities Act, the Americans with

Disabilities Act and Virginia Code § 2.2-4311. If the award is made to a faith-based organization, the organization

shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on

the basis of the recipients religion, religious belief, refusal to participate in a religious practice, or on the basis of

race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract

with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates

public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to

audit by the public body. (Virginia Code § 2.2-4343.1(E)).

Every contract over $10,000 shall include the provisions:

1. During the performance of this contract, the contractor agrees as follows:

a. The Contractor will not discriminate against any employee or applicant for employment because of race,

religion, color, sex, national origin, age, disability or any other basis prohibited by law relating to

IFB# 2017-07013-06 Page 4 of 30

discrimination in employment, except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor. The Contractor agrees to post in conspicuous places,

available to employees and applicants for employment, notices setting forth the provisions of this

nondiscrimination clause.

b. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the

contractor, shall state that it is an equal opportunity employer.

c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall

be deemed sufficient for the purpose of meeting these requirements.

2. The contractor will include the provisions of No. 1 above in every subcontract or purchase order over

$10,000, so that the provision will be binding upon each subcontractor or vendor.

C. NON-DISCRIMINATION OF CONTRACTORS: A bidder, offeror, or contractor shall not be discriminated

against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age,

disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in

employment or because the bidder or offeror employs ex-offenders unless the County has made a written

determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this

contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or

disbursements provided pursuant to this contract objects to the religious character of the faith-based organization

from which the individual receives or would receive the goods, services, or disbursements, the public body shall

offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods,

services, or disbursements from an alternative provider.

D. NON-DISCRIMINATION OF FAITH-BASED ORGANIZATIONS: The County of Albemarle does not

discriminate against faith-based organizations.

E. ANTI-TRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the County of

Albemarle all rights, title and interest in and to all causes of action it may now have or hereafter acquire under

the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or

services purchased or acquired by the County of Albemarle under said contract.

F. APPLICABLE LAWS & COURTS: This procurement transaction, and any resulting contract, shall in all aspects

be governed by the laws of the Commonwealth of Virginia, notwithstanding conflicts of laws provisions and any

litigation with respect thereto shall be brought in the courts of the Commonwealth. The County and the contractor

are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual

dispute using. The contractor shall comply with all applicable federal, state and local laws, rules and regulations.

G. ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the contractor in whole or in part without

the written consent of the County.

H. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the County shall be

bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose

of this agreement.

I. AWARD OF CONTRACT: Awards shall be based on determination of the lowest responsive and responsible

bidder. No contract may be awarded to a bidder who is determined by the Purchasing Agent to be non-responsible.

J. BID ACCEPTANCE: Bids will be date and time stamped upon receipt and retained unopened in a secure location

until bid opening. No consideration will be given to date of postmark or error in delivery to incorrect address. It

is the responsibility of the bidder to ensure timely and correct delivery of bid.

K. BID ACCEPTANCE PERIOD: Each bid submitted must be and remain valid for a period of at least thirty (30)

days from bid opening. Erroneous bids may be reclaimed or superseded any time prior to bid opening time;

Modification of or corrections to bids are not acceptable after bids have opened. Any new bid must be marked

with the additional notation "Supersedes all previous submissions." No bidder may withdraw his bid from

consideration after bid opening due to a mistake, except as permitted by Virginia Code § 2.2-4330.

L. BID TABULATIONS: Tabulations of bids are a matter of public record and are available upon request.

M. CHANGES TO THE CONTRACT: Changes can be made to the contract in any of the following ways:

IFB# 2017-07013-06 Page 5 of 30

a. The parties may agree in writing to modify the scope of the contract. An increase or decrease in the price

of the contract resulting from such modification shall be agreed to by the parties as a part of their written

agreement to modify the scope of the contract. No fixed price contract may be increased by more than

twenty-five percent (25%) of the amount of the contract or $50,000, whichever is greater, without the

advance approval of the County Administrator or designee, and under no circumstances may the amount

of this contract be increased, without adequate consideration, for any purpose (including, but not limited

to, relief of the Contractor from the consequences of an error in its bid or offer).

b. The County may order changes within the general scope of the contract at any time by written notice to

the contractor. Changes within the scope of the contract include, but are not limited to, things such as

services to be performed, the method of packing or shipment, and the place of delivery or installation.

The contractor shall comply with the notice upon receipt. The contractor shall be compensated for any

additional costs incurred as the result of such order and shall give the County a credit for any savings.

Said compensation shall be determined by one of the following methods:

1. By mutual agreement between the parties in writing; or

2. By agreeing upon a unit price or using a unit price set forth in the contract, if the work to be done

can be expressed in units, and the contractor accounts for the number of units of work performed,

subject to the County’s right to audit the contractor’s records and/or to determine the correct

number of units independently; or

3. By ordering the contractor to proceed with the work and keep a record of all costs incurred and

savings realized. A markup for overhead and profit may be allowed if provided by the contract.

The same markup shall be used for determining a decrease in price as the result of savings

realized. The contractor shall present the County with all vouchers and records of expenses

incurred and savings realized. The County shall have the right to audit the records of the

contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in

price under this provision must be asserted by written notice to the County within thirty (30)

days from the date of receipt of the written order from the County. If the parties fail to agree on

an amount of adjustment, the question of an increase or decrease in the contract price or time for

performance shall be resolved in accordance with the procedures for resolving disputes provided

by the Disputes Clause of this contract or. Neither the existence of a claim nor a dispute

resolution process, litigation or any other provision of this contract shall excuse the contractor

from promptly complying with the changes ordered by the County or with the performance of

the contract generally.

N. CLARIFICATION OF TERMS: The County will assume no responsibility for oral instructions, suggestion or

interpretation. Any question regarding the bid documents and/or specifications shall be directed to the Purchasing

Division and any material change will be submitted to all bidders through issuance of an addendum. Any

questions related to this IFB MUST be submitted to the Purchasing Office no fewer than seven (7) work

days prior to the bid opening date specified. Questions should be in writing and electronic transmission is

preferred. Questions submitted beyond the time specified above may be left unanswered if sufficient time does

not allow a response to all prospective bidders without causing an unacceptable delay in the process. Any contact

with any County representative, other than that outlined within this solicitation, concerning this IFB is prohibited.

Such unauthorized contact may disqualify your firm from this procurement.

O. CONTRACTOR’S FORMS/BOILERPLATE CONTRACTS: All written agreements, contracts, service

agreements, account applications, forms and other documents, of any nature, that the Contractor would require

the County to sign in connection with any contract resulting from this procurement transaction, or the performance

thereof by the Contractor, must be submitted along with the Contractor’s bid. Under no circumstances shall the

County be required to agree to any contractual provision (i) that would materially conflict with any provision of

this invitation for bids, (ii) that would affect the price, quality, quantity or delivery schedule for any goods or

services, or (iii) that would, in the County’s sole discretion, materially alter the overall combination of quality,

price and various elements of required services that in total are optimal relative to the County’s needs, and the

Contractor shall not condition its performance or delivery upon any such agreement by the County.

P. CONTRACTOR LICENSE REQUIREMENTS: State statutes and regulatory agencies require that some firms

IFB# 2017-07013-06 Page 6 of 30

be properly registered and licensed, or hold a permit, prior to performing specific types of services. If firms

provide removal, repair, improvement, renovation or construction-type services they, or a qualified individual

employed by the firm, must possess and maintain an appropriate State of Virginia Class A, B, or C Contractor

License (as required by applicable regulations and value of services to be performed) for the duration of the

Agreement. It is the firm’s responsibility to comply with the rules and regulations issued by the appropriate State

regulatory agencies. A copy of the license must be furnished upon request to the County of Albemarle.

Q. CONTRACTUAL CLAIMS: Contractual claims, whether for money or other relief, shall be submitted in writing

no later than 60 days after final payment; however, written notice of the contractor’s intention to file a claim shall

be given at the time of the occurrence or beginning of the work upon which the claim is based. The County has

established an administrative procedure for consideration of contractual claims, and a copy of such procedure is

available upon request from the County’s Purchasing Office. Contractual disputes shall also be subject to the

provisions of Virginia. Code § 2.2-4363(D) and (E) (exhaustion of administrative remedies) and § 2.2-4364 (legal

actions).

R. DEBARMENT STATUS: By submitting their bids, bidders certify that they are not currently debarred by the

Commonwealth of Virginia from submitting bids or proposals on contracts for the type of goods and/or services

covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred.

S. DEFAULT: In case of failure to deliver goods or services in accordance with the contract terms and conditions,

the County, after due oral or written notice, may procure them from other sources and hold the contractor

responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to

any other remedies which the County may have.

T. DRUG-FREE WORKPLACE: Pursuant to Virginia Code § 2.2-4312, during the performance of this contract

the contractor agrees as follows: (i) to provide a drug-free workplace for the contractor’s employees; (ii) to post

in conspicuous places, available to employees and applicants for employment, a statement notifying employees

that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or

marijuana is prohibited in the contractor’s workplace and specifying the actions that will be taken against

employees for violations of such prohibition; and (iii) state in all solicitations or advertisements for employees

placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the

provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions

will be binding upon each subcontractor or vendor. For the purposes of this paragraph, “drug-free workplace”

means a site for the performance of work done in connection with the contract awarded to a contractor in

accordance with this procurement transaction, where the contractor’s employees are prohibited from engaging in

the unlawful manufacture, sale distribution, dispensation, possession or use of any controlled substance or

marijuana during the performance of the contract.

U. ERROR IN EXTENSION OF PRICES: In the case of error in the extension of prices the unit price shall govern.

V. ETHICS IN PUBLIC CONTRACTING: Pursuant to Virginia Code § 2.2-4367: By submitting a bid, the bidder

certifies that their bid is made without collusion of fraud and that they have not offered or received any kickbacks

or inducements from any other bidder, supplier, manufacturer or subcontractor in connection with their bid, and

that they have not conferred on any public employee having official responsibility for this procurement transaction

any payment, loan subscription, advance, deposit of money, services or anything of more than nominal value,

present or promised, unless consideration of substantially equal or greater value was exchanged.

W. EXTRA CHARGES NOT ALLOWED: Contractors will not be allowed extra compensation for conditions which

could have been determined by examination of the documents and/or the site prior to submission of bids.

X. HEADINGS: Section, article and paragraph headings contained within this Invitation for Bids have been inserted

only as a matter of convenience and for reference, and they in no way define, limit, or describe the scope or intent

of any term, condition or provision of this Invitation for Bids.

Y. IDLING REDUCTION REQUIREMENT: For any work performed within the City of Charlottesville,

contractors are required to comply with the City of Charlottesville’s Idling Reduction Policy for Motor Vehicles

and Equipment, policy number 100-12. This policy is available at www.charlottesville.org/purchasing under the

Vendor Registration link.

Z. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By entering into a written contract with the County

IFB# 2017-07013-06 Page 7 of 30

of Albemarle, the Contractor certifies that the Contractor does not, and shall not during the performance of the

contract for goods and services in the Commonwealth, knowingly employ an unauthorized alien as defined in the

federal Immigration Reform and Control Act of 1986.

AA. INCLEMENT WEATHER/CLOSURE OF COUNTY OFFICES: If the County of Albemarle is closed for

business at the time scheduled for bid opening, for whatever reason, sealed bids will be accepted and opened on

the next scheduled business day, at the originally scheduled time.

BB. INDEMNIFICATION: Pursuant to Virginia law, the County of Albemarle, Virginia may not indemnify any party

for any purpose. Any provisions in this agreement providing to the contrary are hereby deleted.

CC. INSPECTION OF JOB SITE: The vendor is responsible for thorough examination of the documents and the

project site prior to bidding.

DD. MANDATORY USE OF COUNTY FORM AND TERMS AND CONDITIONS FOR IFBs: Failure to submit a

bid on the official County form provided for that purpose may be a cause for rejection of the bid. Modification

of or additions to any portion of the Invitation for Bids may be cause for rejection of the bid; however, the County

reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a bid as

nonresponsive. As a precondition to its acceptance, the County may, in its sole discretion, request that the bidder

withdraw or modify nonresponsive portions of a bid which do not affect quality, quantity, price, or delivery. No

modification of or addition to the provisions of the contract shall be effective unless reduced to writing and signed

by the parties.

EE. NEGOTIATION WITH THE LOWEST BIDDER: Unless all bids are cancelled or rejected, the County reserves

the right granted by Virginia Code § 2.2-4318 to negotiate with the lowest responsive, responsible bidder to obtain

a contract price within the funds available to the County whenever such low bid exceeds the County’s available

funds. For the purpose of determining when such negotiations may take place, the term “available funds” shall

mean those funds which were budgeted by the County for this contract prior to the issuance of the written

Invitation for Bids. Negotiations with the low bidder may include both modifications of the bid price and the

Scope of Work/Specifications to be performed. The County shall initiate such negotiations by written notice to

the lowest responsive, responsible bidder that its bid exceeds the available funds and that the County wishes to

negotiate a lower contract price. The times, places, and manner of negotiating shall be agreed to by the County

and the lowest responsive, responsible bidder.

FF. NEW EQUIPMENT: Unless otherwise noted any equipment bid shall be new, unused, of current production and

standard to the manufacturer. Where any part or nominal appurtenances of equipment are not described it shall

be understood that all equipment and appurtenances standard to or recommended by the manufacturer for

complete and safe use shall be included as part of this bid.

GG. OSHA STANDARDS: All contractors and subcontractors performing services for the County are required and

shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and

Occupational Health Standards and any other applicable rules and regulations. Also, all contractors and

subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that

may cause injury or damage to any persons or property within and around the work site area under this contract.

HH. OWNERSHIP OF DOCUMENTS: All information, documents, and electronic media furnished by the County

to the Contractor belong to the County, are furnished solely for use in connection with the Contractor’s

performance of Services required by this Agreement, and shall not be used by the Contractor on any other project

or in connection with any other person or entity, unless disclosure or use thereof in connection with any matter

other than Services rendered to the County hereunder is specifically authorized in writing by the County in

advance. All documents or electronic media prepared by or on behalf of the Contractor for the County are the

sole property of the County, free of any retention rights of the Contractor. The Contractor hereby grants to the

County an unconditional right of use, for any purpose whatsoever, documents or electronic media prepared by or

on behalf of the Contractor pursuant to this Agreement, free of any copyright claims, trade secrets, or any other

proprietary rights with respect to such documents.

IFB# 2017-07013-06 Page 8 of 30

II. PAYMENT:

a. To Prime Contractor:

1. The County shall promptly pay for completed delivered goods or services by the required payment

date. The required payment date shall be either: (i) the date on which payment is due under the

terms of a contract for the provision of goods or services, or (ii) if a date is not established by

contract, not more than 45 days after goods or services are received or not more than 45 days after

an invoice is rendered, whichever is later. Separate payment dates may be specified for contracts

defect or impropriety that would prevent payment by the required payment date. In the event that

the County fails to make payment by the require payment date, the County shall pay any finance

charges assessed by the supplier that shall not exceed one percent per month. In cases where

payment is made by mail, the date of postmark shall be deemed to be the date payment is made.

2. Individual contractors shall provide their social security numbers, and proprietorships, partnerships,

and corporations shall provide the County with a federal employer identification number, prior to

receiving any payment from the County.

3. Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the

payment address shown on the purchase order/contract. All invoices shall show the County contract

number and/or purchase order number.

4. All goods or services provided under this contract or purchase order, that are to be paid for with

public funds, shall be billed by the contractor at the contract price, regardless of which County

department is being billed.

5. Unreasonable Charges: Under certain emergency procurements and for most time and material

purchases, final job costs cannot be accurately determined at the time orders are placed. In such

cases, contractors should be put on notice that final payment in full is contingent on a determination

of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will

be researched and challenged, and that portion of the invoice held in abeyance until a settlement can

be reached. Upon determining that invoiced charges are not reasonable, the County shall promptly

notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for

the determination. A contractor may not institute legal action unless a settlement cannot be reached

within thirty (30) days of notification. The provisions of this section do not relieve any County

department of its prompt payment obligations with respect to those charges which are not in dispute

(Virginia Code § 2.2-4363).

b. To Subcontractors:

a. A contractor awarded a contract under this solicitation is hereby obligated:

1. To pay the subcontractor(s) within seven (7) days of the contractor’s receipt of payment from

the County for the proportionate share of the payment received for work performed by the

subcontractor(s) under the contract; or

2. To notify the County and the subcontractor(s), in writing, of the contractor’s intention to

withhold payment and the reason.

b. The contractor is obligated to pay the subcontractor(s) interest at the rate of one percent per month

(unless otherwise provided under the terms of the contract) on all amounts owed by the contractor

that remain unpaid seven (7) days following receipt of payment from the County, except for amounts

withheld as stated in (2) above. The date of mailing of any payment by U. S. Mail is deemed to be

payment to the addressee. These provisions apply to each sub-tier contractor performing under the

primary contract. A contractor’s obligation to pay an interest charge to a subcontractor may not be

construed to be an obligation of the County.

JJ. PERMITS AND FEES: All bids submitted shall have included in price, the cost of any business or professional

licenses, permits or fees required by the County of Albemarle or the Commonwealth of Virginia. The bidder must

have all necessary licenses to perform the services in Virginia and, if practicing as a corporation, be authorized

to do business in the Commonwealth of Virginia.

KK. PRECEDENCE OF TERMS: The following General Terms and Conditions: APPLICABLE LAWS AND

IFB# 2017-07013-06 Page 9 of 30

COURTS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM

AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, MANDATORY USE OF COUNTY

FORM AND TERMS AND CONDITIONS, CLARIFICATION OF TERMS, PAYMENT shall apply in all

instances. In the event there is a conflict between any of the other General Terms and Conditions and any Special

Terms and Conditions in this solicitation, the Special Terms and Conditions shall apply.

LL. PUBLIC INSPECTION OF CERTAIN RECORDS: Except as otherwise provided, and in accordance with

Virginia Code § 2.2-4342, all proceedings, records, contracts and other public records relating to the County’s

procurement transactions shall be open to the inspection of any citizen, or any interested person, firm or

corporation, in accordance with the Virginia Freedom of Information Act (Virginia Code § 2.2-3700 et seq.). Any

bidder, upon request, shall be afforded the opportunity to inspect bid records within a reasonable time after the

opening of all bids but prior to award, except in the event the County decides not to accept any of the bids and to

reopen the contract. Otherwise, bid records shall be open to public inspection only after award of the contract.

Trade secrets or proprietary information submitted by a bidder in connection with this procurement transaction

shall not be subject to the Virginia Freedom of Information Act, but only if the bidder (i) invokes the protections

of Virginia Code § 2.2-4342 prior to or upon submission of the data or other materials; (ii) identifies the specific

data or other materials to be protected, and (iii) states the reasons why protection is necessary. A general

designation of a contractor’s entire bid submission as being “confidential” shall not be sufficient to invoke the

protections referenced above.

MM. QUALIFICATIONS OF BIDDERS: The County may make such reasonable investigations as deemed proper and

necessary to determine the ability of the bidder to perform the services/furnish the goods and the bidder shall

furnish to the County all such information and data for this purpose as may be requested. The County reserves

the right to inspect bidder’s physical facilities prior to award to satisfy questions regarding the bidder’s

capabilities. The County further reserves the right to reject any bid if the evidence submitted by, or investigations

of, such bidder fails to satisfy the County that such bidder is properly qualified to carry out the obligations of the

contract and to provide the services and/or furnish the goods contemplated therein.

NN. RIGHT TO ACCEPT OR REJECT BIDS: The County reserves the right to accept or reject any or all bids in

whole or in part and to waive any informality in the bid. Informality shall be defined as a minor defect or variation

from the exact requirements which does not affect the price, quality, quantity or delivery schedule.

OO. SMALL BUSINESS SUBCONTRACTING AND EVIDENCE OF COMPLIANCE: It is the policy of the

County of Albemarle to facilitate the establishment, preservation and strengthening of small businesses and

businesses owned by women and minorities and service disabled veterans and to encourage their participation in

the County's procurement activities. Toward that end the County of Albemarle encourages these firms to compete

and encourages other firms to provide for the participation of these firms through partnerships, joint ventures,

subcontracts or other contractual opportunities. Bidders are asked, as part of their submission, to describe

any planned use of such business in fulfilling this contract.

PP. STATE CORPORATION COMMISSION IDENTIFICATION NUMBER: Pursuant to Virginia Code § 2.2-

4311.2(B), a bidder or offeror organized or authorized to transact business in the Commonwealth pursuant to Title

13.1 or Title 50 is required to include in its bid or proposal the identification number issued to it by the State

Corporation Commission (SCC). Any bidder or offeror that is not required to be authorized to transact business

in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law is

required to include in its bid or proposal a statement describing why the bidder or offeror is not required to be so

authorized. Link to the Virginia State Corporation Commission site: http://www.scc.virginia.gov/.

QQ. TAXES: Include only taxes applicable to the project in this bid. The County is exempt from State Sales Tax and

Federal Excise Tax. Tax Exemption Certificate indicating the County’s tax exempt status will be furnished by

the County of Albemarle upon request.

RR. TESTING AND INSPECTION: The County reserves the right to conduct any test/inspection it may deem

advisable to assure goods and services conform to the specifications.

SS. TRANSPORTATION AND PACKAGING: All prices submitted must be FOB Destination - Freight Prepaid and

Allowed. By submitting their bids, all bidders certify and warrant that the price offered for FOB destination

includes only the actual freight rate costs at the lowest and best rate and is based upon the actual weight of the

goods to be shipped. Except as otherwise specified herein, standard commercial packaging, packing and shipping

IFB# 2017-07013-06 Page 10 of 30

containers shall be used. All shipping containers shall be legibly marked or labeled on the outside with purchase

order number, commodity description, and quantity.

TT. USE OF BRAND NAMES: Unless otherwise provided in this solicitation, the name of a certain brand, make or

manufacturer does not restrict bidders to the specific brand, make or manufacturer named, but conveys the general

style, type, character, and quality of the article desired. Any article which the County, in its sole discretion,

determines to be the equal of that specified, considering quality, workmanship, economy of operation, and

suitability for the purpose intended, shall be accepted. The bidder is responsible to clearly and specifically

identify the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail

to enable the County to determine if the product offered meets the requirements of the solicitation. This is required

even if offering the exact brand, make or manufacturer specified. Normally in competitive sealed bidding only

the information furnished with the bid will be considered in the evaluation. Failure to furnish adequate data for

evaluation purposes may result in declaring a bid nonresponsive. Unless the bidder clearly indicates in its bid

that the product offered is an equal product, such bid will be considered to offer the brand name product referenced

in the solicitation.

UU. VIRGINIA GOVERNMENTAL FRAUDS ACT: Each bidder is and shall be subject to the provisions of the

Virginia Governmental Frauds Act, Virginia Code, Title 18.2, Chapter 12, Article 1.1. In compliance with this

law, each bidder is required to submit a certification that its bid, or any claim resulting there from, is not the result

of, or affected by, any act of collusion with another person engaged in the same line of business or commerce, or

any act of fraud punishable under the Act. Any bidder who knowingly makes a false statement on the Certificate

of No Collusion shall be guilty of a felony, as provided in Virginia Code § 18.2-498.5. As part of this bid a

notarized Certificate of No Collusion must be submitted with the bid. Certificate attached.

VV. The terms and conditions set forth above within this Invitation for Bids shall be deemed incorporated into any

contract resulting from this procurement transaction, as if set forth therein verbatim.

VI. SPECIAL TERMS AND CONDITIONS:

A. AUDIT: The contractor shall retain all books, records, and other documents relative to this contract for five (5)

years after final payment, or until audited by the County of Albemarle, whichever is sooner. The agency, its

authorized agents, and/or the County of Albemarle shall have full access to and the right to examine any of said

materials during the said period.

B. CANCELLATION OF CONTRACT: The County may terminate any agreement resulting from this solicitation

at any time, for any reason or for no reason, upon thirty days’ advance written notice to the Contractor. In the

event of such termination, the Contractor shall be compensated for services and work performed prior to

termination.

C. BID EVALUATION AND AWARD PROCEDURE: Award will be made to the lowest responsive/responsible

bidder based on each LOT TOTAL listed in Section VIII. PRICING SCHEDULE.

D. COOPERATIVE CONTRACTING: This procurement is being conducted by County of Albemarle in

accordance with the provisions of Virginia Code § 2.2-4304. Except for contracts for architectural and

engineering services, if agreed to by the contractor, other public bodies may utilize this contract. The Contractor

shall deal directly with any public body it authorizes to use the contract. Albemarle County, its officials and staff

are not responsible for placement of orders, invoicing, payments, contractual disputes, or any other transactions

between the Contractor and any other public bodies, and in no event shall the County, its officials or staff be

responsible for any costs, damages or injury resulting to any party from use of an Albemarle County contract.

The County of Albemarle assumes no responsibility for any notification of the availability of the contract for

use by other public bodies, but the Contractor may conduct such notification.

E. ORDERING OPTION: The County of Albemarle may for one (1) year after the contract is awarded, with the

concurrence of the contractor, place additional orders under the contract at the original unit price through the

issuance of separate purchase orders.

F. QUANTITIES: Quantities set forth in this solicitation are estimates only, and the contractor shall supply at bid

prices actual quantities as ordered, regardless of whether such total quantities are more or less than those shown.

IFB# 2017-07013-06 Page 11 of 30

G. FORM W-9 REQUIRED: Each offeror shall submit a completed W-9 form with their offer. In the event of contract

award, this information is required in order to issue purchase orders and payments to your firm. A copy of this form

can be downloaded from http://www.irs.gov/pub/irs-pdf/fw9.pdf.

H. ONLINE VENDOR REGISTRATION REQUIRED: In the event of contract award, vendor is required to register

using the County’s online vendor registration in order to issue purchase orders and payments to your firm. Further

information regarding our online vendor registration can be found on our website at www.albemarle.org/purchasing

or you can go directly to the site at http://bso.albemarle.org/bso/.

I. AWARD TO MULTIPLE BIDDERS: The County of Albemarle reserves the right to make multiple awards as a

result of this solicitation. The award(s) will be made to the lowest responsive and responsible bidder(s) meeting

the requirements of the solicitation. The County of Albemarle reserves the right to conduct any tests it may deem

advisable and to make all evaluations. The County of Albemarle also reserves the right to reject any or all bids,

in whole or in part, to waive informalities and to delete items prior to making the award, whenever it is deemed

in the sole opinion of the procuring public body to be in its best interest.

J. PREVENTIVE MAINTENANCE: The contractor shall provide necessary preventive maintenance, required

testing and inspection, calibration and/or other work necessary to maintain the equipment in complete operational

condition during the warranty period.

K. WARRANTY (COMMERCIAL): The contractor agrees that the goods or services furnished under any award

resulting from this solicitation shall be covered by the most favorable commercial warranties the contractor gives

any customer for such goods or services and that the rights and remedies provided therein are in addition to and

do not limit those available to the County by any other clause of this solicitation. A copy of this warranty should

be furnished with the bid.

VII. METHOD OF PAYMENT: The County shall promptly pay for completed delivered goods or services by the

required payment date. The required payment date shall be either: (i) the date on which payment is due under the

terms of a contract for the provision of goods or services, or (ii) if a date is not established by contract, not more

than 45 days after goods or services are received or not more than 45 days after an invoice is rendered, whichever

is later. Separate payment dates may be specified for contracts under which goods or services are provided in a

series of partial executions or deliveries to the extent that the contract provides for separate payment for partial

execution or delivery. Within 20 days after the receipt of an invoice or goods or services, the County shall notify

the supplier of any defect or impropriety that would prevent payment by the required payment date. In the event

that the County fails to make payment by the require payment date, the County shall pay any finance charges

assessed by the supplier that shall not exceed one percent per month. In cases where payment is made by mail, the

date of postmark shall be deemed to be the date payment is made. Individual contractors shall provide their social

security numbers, and proprietorships, partnerships, and corporations shall provide the County with a federal

employer identification number, prior to receiving any payment from the County.

VIII. PRICING SCHEDULE: Award will be made to the lowest responsive/responsible bidder based on each LOT

TOTAL on the PRICING SCHEDULE, SEE ATTACHMENT A.

IX. ATTACHMENTS:

ATTACHMENT A Pricing Schedule

ATTACHMENT B State Corporation Commission & Registered Agent Form

ATTACHMENT C Vendor Data Sheet

ATTACHMENT D Certification of No Collusion

ATTACHMENT E Insurance Requirements

Attachment A

Items left blank or marked $0 shall deem the bidder non-responsive. The County reserves the right to award in whole, part or none of the items.

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

LOT 1 HOSE - MERCEDES

16 16 1" x 50',White, NST Forestry Hose 50' Mercedes Textile Fire Boss

8 8 1 3/4" x 50', Tan, 1 1/2" NST Way out couplings (High Rise Pack) Mercedes Textile Carry-Lite

1 1 1" x 50',White, NST Forestry Hose Mercedes Textile Fire Boss

20 20 1 3/4" x 50' Kracken EXO Hose w/ 1 1/2" NS Way out couplings, Clear Mercedes Textile Kracken EXO

20 20 3" x 50', White, w/ 2 1/2" C&O Way out couplings Mercedes Textile Kracken EXO

8 8 2"x 50', Orange, w/1 1/2" NST Way out couplings Mercedes Textile Kracken EXO

4 4 2 1/2" x 50', tan, w/ 2 1/2" C&O Way out couplings (High Rise Pack) Mercedes Textile Kraken EXO

1 1 4" x 25' w/Storz Couplings Yellow Mercedes Textile Deluge

2 2 5" x 50' w/Storz Coupling Red Mercedes Textile Deluge

10 10 4" x 100' w/ Storz Yellow Mercedes Textile Deluge

1 1 4" x 50' w/ Storz Yellow Mercedes Textile Deluge

TOTAL FOR LOT 1 (BASIS OF AWARD) $ _________

LOT 2 BULLARD

1 2 3Bullard Eclipse LD w/12 volt vehicle and 110 v charger + spare batt, 160x120 Array,

3.5" Display Bullard

Eclipse LDX

1 2 3Bullard Eclipse LD w/12 volt vehicle and 110 v charger + spare batt, UPGRADE X-

Factor 240x 180 Array, 3.5" Display, Super Red Hot Temp measurement, retractable

strap kit, electronic thermal throttle

Bullard Eclipse LDX, Xfactor

Upgrade

TOTAL FOR LOT 2 (BASIS OF AWARD) $ _________

IFB #2017-07013-06 Fire Rescue Equipment

PRICING SCHEDULE

Page 12 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

LOT 3 AKRON

2 2

Akron PL Series Portable light, 750 Watt, 120v, Low profile Beta light head, 12" pigtail

w/ L5-15, 15 amp twistlock plug Akron AK-E-4750-PL

2 2 Mounting Bracket for PL-Series Heavy Duty Portable Hand Lights Akron W-AK-PLMT

4 4 Akron Style 10 Spanner Wrenches Akron 10

2 2 Akron Style 15 Hydrant Wrench Akron 15

3 33 wrench holder w/wrenches- Akron style 10 spanner x2 and Akron style 15 hydrant

wrenchAkron 443

4 4 2- Akron Style 10 Spanner wrenches with Mount Akron 448

1 1 Forestry Nozzle 10-30 GPM Akron AK-1030

2 2 51" Pinch Point Bar Pry Akron PBB-51

4 4 Akron Style SS525 LDH Spanner Wrenches w/mount Akron SS-MP

2 2 Akron Style SS525 LDH Spanner Wrenches Akron SS-525

TOTAL FOR LOT 3 (BASIS OF AWARD) $ _________

Page 13 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

LOT 4 NOZZLES AND APPLIANCES

1 1Elkhart 2-1/2” C&O FM X 2-1/2” C&O M X 2-1/2” C&O M

Gated Wye (Light Weight Construction) Akron (C&O thread 3.282X8) Elkhart B-97A

1 1Elkhart 2-1/2” C&O FM X 1-1/2” NHT M X 1-1/2”NHT M

Gated wye (Light Weight Contruction) (C&O thread 3.282X8) Elkhart B-100A

3 3Elkhart Chief 185-75 Fog Nozzle Tip only 1 1/2" NS female thread (no twist on/off,

breakaway tip only) 4000-24Elkhart

04000245

1 1 Elkhart Chief 250-50 Fog Nozzle Tip only 1 1/2" NS female thread (no twist on/off,

breakaway tip only) 4000-24Elkhart

04000244

2 2 Gated Wye 1 1/2" female NST to (2) 1" male NST urethane handles Elkhart 00457201

1 1 Elkhart 187-A Tip, 1" Elkhart 667190013 3 Elkhart Nozzle, pistol grip, with 1 1/2" Ball valve, with 1" bore B-375-GAT Elkhart 00368131

2 2 Elkhart Nozzle, pistol grip, with 1 1/2" Ball valve, with 1 1/8" bore B-375-GAT Elkhart 00368141

4 4 2½” NH Fem. Swivel Harrington HHBV-40-25NH

6 6 Gated Manifold 3 way 4" Storz x (1) 4" storz and (2) 2 1/2" C&O Male thread Harrington H301-40-40-25CO

3 3 Hydrant Assist Valve (1) 4 1/2" Female NST to (3) 4" storz Harrington H700-40-45NHLH

2 2

Gated Manifold 3 way 4" Storz x (1) 4" storz and (2) 2 1/2" C&O Male thread (C&O

thread 3.282X8) Harrington H301-40-40-25CO

2 2

H6" NH Long Handle Female & NH Rocker Lug Male x 12' PVC Suction Hose Coupling

Finish: Powder Coat, Yellow, with lettering (NGVFC Eng. 32) Harrington

3 3 Task Force Tips Ball Shut off Valve-F140FP 1 1/2" TFT Valve-F140FP 1 1/2"

3 3 Task Force Tips Fog Nozzle-HM-TO TFT Nozzle-HM-TO

3 3 Task Force Tips-Stack Tip Set-FS-3STACK TFT Tip Set-FS-3STACK

1 1 Task Force Tips 1.5” thread Automatic Nozzle-HMD-VPGI TFT Nozzle-HMD-VPGI

1 1 Task Force Tips 1” Fog Nozzle-DQS40 TFT Nozzle-DQS40

1 1 Cross Fire Deck Gun TFT w/stacked smooth bore 2",1 3/4", 1 1/2", 1 3/8" and fog tip TFT XFC-51

1 1

Blitz Fire w/stacked tips & fog nozzle w/ 2 1/2" C&O female threads (C&O thread

3.282X8) TFT XXC-52

1 1 BALL VALVE 1.5" NH x 1.5" NH (38mm x 38mm) No Pistol Grip TFT F140F

3 3 VALVE W/GRIP 1.5" NH X 1.5" NH (38mm x 38mm) Pistol Grip TFT F140FP

3 3 CAFS- Forece Nozzle 1.5" NH (38mm) TFT HDC-TO

TOTAL FOR LOT 4 (BASIS OF AWARD) $ _________

Page 14 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

LOT 5 SMALL TOOLS AND EQUIPMENT

1 1Leatherhead Tools: 36" sledge lime color handle w/bracket for marrying with

Halligan - 8 lbs The Fire Store SLL-8-36-HM

1 1 Leatherhead Tools: 36" sledge orange color handle w/o bracket - 10 lbs The Fire Store SLO-10-36

2 2 The Pig hand tool - 32" notched tan handle The Fire Store LSA-PIG

1 1 Junkyard Dog: 3000lb Come Along package in poly box The Fire Store ESI-20015

2 2 Iron Carry and Marry Strap The Fire Store CSM-ISH300

1 1 Large Telescoping Inspection Mirror The Fire Store FOR-3-5270

1 1 Glas-Master: Rescue Hand Tool The Fire Store GMM-2

2 2 R&B Fabrications: Rubble Bag The Fire Store W-RB-889RD

2 2 Grace Industries Amber Flashing Light The Fire Store 2000G1 1 Collapsable Cone Kit includes 5 w/custom labeled bag The Fire Store CSP-1

1 1 American Hook Pike on Pro-Lite, Hi-Viz Fiberglass Pole: 4' D-Handle Leatherhead Tools PLY-4AH-D1 1 American Hook Pike on Pro-Lite, Hi-Viz Fiberglass Pole: 6' D-Handle Leatherhead Tools PLY-6AH-D1 1 American Hook Pike on Pro-Lite, Hi-Viz Fiberglass Pole: 12' Straight Pole Leatherhead Tools PLY-12AH-B1 1 American Hook Pike on Pro-Lite, Hi-Viz Fiberglass Pole: 10' Straight Pole Leatherhead Tools PLY-10AH-B1 1 Dry wall hook(sheet rock rake) 4' fiberglass w/ D Handle Leatherhead Tools PLY-4DB-D1 1 American Hook Pike on Pro-Lite, Hi-Viz Fiberglass Pole: 8' Straight Pole Leatherhead Tools PLY-8AH-B1 1 American Hook Pike on Pro-Lite, Hi-Viz Fiberglass Pole: 6' Straight Pole Leatherhead Tools PLY-6AH-B1 1 3' Round Point Shovel, short fiberglass handle Nupla 690271 1 Round Point Shovel w/48" fiberglass handle Nupla 690481 1 Square Head Shovel w/48" fiberglass handle Nupla 720711 1 Square Head Shovel 3', with fiberglass D-handle Nupla 720722 2 3' Scoop Shovel, Short Fiberglass D-Handle Nupla 721991 1 10lb Sledge Hammer Nupla 27-8101 1 Nupla FS-2 Dead Blow Mallet Nupla FS-2 100201 1 UCC36 36" Unibolt HD Cutter Nupla N-69-704

1 1 Salvage Master Water Vacuum Salvage Master SV9702001 1 Salvage Master Carpet Adapter Salvage Master SV970052

1 1 TNT Denver Tools: Multi-Purpose Tool: TN835-Y 35" Yellow Handle TNT TN835-Y2 2 Fire Axe Inc - 8 lbs flat head 32" wood handle Fire Axe INC 32FW-8

2 2 Fire Axe Inc - 6 lbs flat head 32" wood handle Fire Axe INC 32FW-6

2 2 Fire Axe Inc - 6 lbs pick head wood handle Fire Axe INC FA-PH

1 1 Fire Axe Inc - JP Special Fire Axe INC FA-JP

1 1 2Dynamic Trio, Forcible Entry Kit - The trio consists of:

8 lb. Force Axe ,30” Pro Bar, Marrying Strap Fire Hooks Unlimited W-DYN-TRIO

1 1 Cable Cutters Fire Hooks Unlimited CC-10

1 1 8lb Flat Head Axe Fire Hooks Unlimited FA8

1 1 Pickhead Axe Fire Hooks Unlimited FAP-8

Page 15 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

1 1 36" Haligan Bar Pro Bar 36" Fire Hooks Unlimited Pro Bar 361 1 NY Hook 4ft, aircraft steel shaft, chisel end, celtex grips Fire Hooks Unlimited RH-41 1 NY Hook 6ft, aircraft steel shaft, chisel end, celtex grips Fire Hooks Unlimited RH-61 1 NY Hook 8ft, aircraft steel shaft, chisel end, celtex grips Fire Hooks Unlimited RH-8

2 2 Pro-bar 30" Fire Hooks Unlimited FHU-PB30

1 1 Fire Hooks Unlimited: Maxximus - 30" Fire Hooks Unlimited FH-MAXIMUS

1 1 Fire Hooks Unlimited: Maxximus Rex - 30" w/ADZ Rex Fire Hooks Unlimited FH-MAXIMUS-REX

1 1 Pro-Bar Halligan 42-Inch with Celtex Grips Fire Hooks Unlimited FHU-PB42

2 2 36" Bolt Cutters Non- Conductive Fire Hooks Unlimited NCBC-36

2 2 "The Original" Extinguisher Harness Fire Hooks Unlimited CH-312

2 2 HYDRA-RAM - 13" handle Fire Hooks Unlimited HR-1

1 1 36" Bolt Cutters Fire Hooks Unlimited BC-36

2 2 R-Tool Kit Fire Hooks Unlimited FHU-RTK

2 2 K-Tool Kit Fire Hooks Unlimited KTOOL-KIT

1 1 New York Roof Hook - 4' Fire Hooks Unlimited RH-4

1 1 New York Roof Hook - 4' w/D-Handle Fire Hooks Unlimited RH-4D

1 1 Dry Wall Hook - 4' w/D-Handle Fire Hooks Unlimited DWHS-4D

2 2 Arson-Trash Hook - 6' w/D-Handle Fire Hooks Unlimited TRH-6D

2 2 New York Roof Hook - 6' Fire Hooks Unlimited RH-6

1 1 Georgia Hook - NY and DryWall heads - 6' Fire Hooks Unlimited FH-GEORGIA-6

1 1 Denver Hook - NY and Gator Back Heads - 6' Fire Hooks Unlimited FH-DENVER-6

4 4 Fire Hooks Unlimited: New York Roof Hook - 8' Fire Hooks Unlimited RH-8

1 1 Georgia Hook - NY and DryWall heads - 6' Fire Hooks Unlimited FH-GEORGIA-8

1 1 Denver Hook - NY and Gator Back Heads - 8' Fire Hooks Unlimited FH-DENVER-8

2 2 New York Roof Hook - 10' Fire Hooks Unlimited FHU-RH

2 2 Wedge Fire Hooks Unlimited Wedge-AL

1 1 Truckmans Axe 3.5 Lbs / 16 Inch Fire Hooks Unlimited FHU-TRAP

1 1 Firemaxx Tool - 14 Tools In 1 - 22" Fire Hooks Unlimited FHU-FM

1 1 Elevator Key Set Fire Hooks Unlimited EKS-12

1 1 Binoculars - Military Style 7 x 50 - built in rangefinder RC-20272

2 2MSA: ALTAIR 4X Multigas Detector with Xcell Sensor Technology - Kit

w/phosphorescent rubber case MSA MSA-10107603

2 2Streamlight: Portable Extendable C4 LED Scene Light, 12V Sealed Lead Acid Battery,

3600 Lumens, 22” Long Streamlight 45670

5 5 10

Streamlight: Survivor Low Profile Rechargeable Right Angle Flashlight, 175 Lumens:

Low Profile - Survivor LED with DC Fast Charger - Yellow Streamlight 90519

4 4 Fire Vulcan LED, Rechargeable, Quick Release Strap Streamlight 44451

4 4 Streamlight Portable Scene Light 3600 Lumen Streamlight 080926-45670-9

Page 16 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

1 1 FatMax FuBar Forcible Entry Tool Stanley Tools 55-121

1 1 ABC Extinguisher 20lb Amerex B-417

2 2 H2O Extinguisher, 2.5 Gallon Pressurized Amerex W-240

2 2 Lockout/Tagout Kit Brady 95550

12 12 24 Pro-Line Traffic Cones 18" with reflective band Pro-Line TC18DWR

2 2 4 Hall Runner 3' x 12' 10 oz black color Husky HR-3x20-10V-BLK

2 2 Salvage Cover -Vinyl 12'x 14' 10 oz Green Husky HTV-12x14-10V-G

2 2 Salvage Cover -Vinyl 12'x 14' 10 oz Red Husky HTV-12x14-10V-R

2 2 4 Salvage Cover -Vinyl 12'x 14' 10 oz Yellow Husky HTV-12x14-10V-Y

2 2 Salvage Cover -Vinyl 12'x 14' 10 oz Black Husky HTV-12x14x10V-BLK

3 3 Blue Tarp with weighted edges 6' x 6' Husky HTV-6x6 -weighted

2 2 4 4' Animal Control Pole Tomahawk ACP4

2 2 4 Snake Tongs 36" Standard Tomahawk Model 314

1 2 3 Partner K-760 K Saw Fire Department Series Partner/Husky FD760

2 2 Partner K-12 FD 970 Rescue 14" Saw Package Partner/Husky FHU-K12FDPKG

1 4 5 K-saw blades Tiger Tooth Multi Purpose Blade for K Saw 14" Tiger Tooth 14"

1 1 chimneyscrubber.com kit #1 chimneyscrubber.com4 4 Blowhard Compact PPV Fan with Battery - BH-20 Blowhard BH-20

1 1 Sprinkler Chock tool TeleLIte TL-SS-4pack

2 2 Big Easy Carry Case Steck STE32935

2 2 Big Easy Steck STE32955

4 4 Wedge Large High Impact Shatter Proof Northern 19718

1 1 Darley Chain Kit Darley AZ525

2 2 Cleveland Hose Straps - set of 3 Fire Hose Direct MSCHLS

1 1 Elevator Keys (Traditional keys) Elevator Keys.Com UFSKS15

3 3 DEWALT 5-Tool 20-Volt Max Lithium Ion (Li-ion) Cordless Combo Kit with Soft Case Dewalt DCK590L2

3 3 DEWALT 20-Volt Max Power Tool Battery Charger Dewalt DCB102

1 1 2 Tempest VentMaster Upgrade Kit, 20" Bar, Chain, Sprocket & Depth Gauge Tempest TEMTV434001

1 1 Water Key, Gas Key, Valve Key Kit reedmfgco.com VK6KIT

TOTAL FOR LOT 5 (BASIS OF AWARD) $ _________

Page 17 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

LOT 6 KOCHEK ADAPTERS AND MOUNTING

2 2

Set of (2) K01 Wrenches with Double Holder [K46-2] Set includes:

(2) K01 Universal Spanner Wrenches Color: Yellow

(1) Double Holder Standard Color: Silver/Yellow Kochek K46-2

2 2

Set of (1) K07 & (2) K01 Wrenches with Double Holder [K48-3] Set includes:

(1) K07 Adjustable Hydrant Wrench Single Head Spanner Color: Yellow

(2) K01 Universal Spanner Wrench Color: Yellow

(1) Triple Holder Standard Color: Silver/Yellow Kochek K48-3

5 5

Key 4" X 100' Yellow Rubber LDH Hose with 4"/Storz Locking Couplings

Stenciled 5' from each end: NORTH GARDEN VOL. FIRE CO. Kochek RC40X100Y40S

1 1

Key 4" X 50' Yellow Rubber LDH Hose with 4"/Storz Locking Couplings

Stenciled 5' from each end: NORTH GARDEN VOL. FIRE CO. Kochek RC40X50740S

1 1

Kocheck 6" DJ AP Commander Soft Suction Hose

15' Long X 6" LMNST Female X 4.50" LM NST Female, Yellow in color Kochek

2 2 4" and 5" storz mounting plate Kochek MF507

2 2 1 1/2" Male Mounting Plate Kochek MM1501

2 2 2 1/2" Male Threaded Mounting Plate Kochek MM2501

2 2 6" Male thread mounting plate Kochek MM601

1 1 Low Level Strainer Mounting Plate: 6"NHT Kochek LLMB60

1 1

6" NH x 4 1/2" NH Double Swivel Rocker Lug Female - Finish: Powder Coat, Yellow,

with lettering (NGVFC Eng. 32) Kochek 35R645

1 1

6" NH Barrel Strainer [BS60] Finish: Powder Coat, Yellow, with lettering (NGVFC Eng.

32) Kochek BS60C

2 2

2 1/2" C&O Female to 2 1/2" C&O Female - Finish: Powder Coat, Yellow, with

lettering (NGVFC Eng. 32) (C&O thread 3.282X8) Kochek 35R2525

1 1

6”Female NS to 4 1/2”Female NS Dry Hydrant adapter - Finish: Powder Coat, Yellow,

with lettering (NGVFC Eng. 32) Kochek 35R64

2 2

2 1/2" C&O Male to 2 1/2" C&O Male - Finish: Powder Coat, Yellow, with lettering

(NGVFC Eng. 32) (C&O thread 3.282X8) Kochek 36R2525

2 2

1 1/2" Female NS to 1" Male reducer - Finish: Powder Coat, Yellow, with lettering

(NGVFC Eng. 32) Kochek 37R151

2 2

2 1/2" C&O Female to 1 1/2" NS Male Reducer - Finish: Powder Coat, Yellow, with

lettering (NGVFC Eng. 32) (C&O thread 3.282X8) Kochek 37R2515

2 2

2 1/2" NS Female to 2 1/2" C&O Male - Finish: Powder Coat, Yellow, with lettering

(NGVFC Eng. 32) (C&O thread 3.282X8) Kochek 37R2525

3 3 4" Storz Blind Cap Silver/Yellow, with chain Kochek CC407

Page 18 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

2 2 1 1/2" NS Blind Cap Silver Kochek CP1552

1 1 6" Jet Siphon - Finish: Powder Coat, Yellow, with lettering (NGVFC Eng. 32) Kochek JS60

1 1

6" Long handle Female NST Low Level Strainer w/1 1/2 jet siphon - Finish: Powder

Coat, Yellow, with lettering (NGVFC Eng. 32) Kochek LL60

2 2

4" Storz to 2 1/2" C&O male thread - Finish: Powder Coat, Yellow, with lettering

(NGVFC Eng. 32) (C&O thread 3.282X8) Kochek S36S425

2 2

4" Storz to 2 1/2" C&O female thread - Finish: Powder Coat, Yellow, with lettering

(NGVFC Eng. 32) (C&O thread 3.282X8) Kochek S37S425

1 1

Hydrant Adapter 4.5" Female NS w/ handles to 4" Storz - Finish: Powder Coat,

Yellow, with lettering (NGVFC Eng. 32) Kochek S54L445

1 1

4" NST Female to 4" Storz - Finish: Powder Coat, Yellow, with lettering (NGVFC Eng.

32) Kochek SKE44R

3 3 6" Female NST to 4" Storz with 30 degree elbow Silver/Yellow Kochek SKE46L

4 4 2 1/2" Male Threaded Mounting Plate Kochek MM2501

4 4 2 1/2" C&O Female to 2 1/2" C&O Female Light Blue Kochek 35R2525

2 2 2 1/2" C&O Male to 2 1/2" C&O Male Light Blue Kochek 36R2525

2 2 1 1/2" Female NS to 1" Male reducer Light Blue Kochek 37R151

4 4 2 1/2" C&O Female to 1 1/2" NS Male Reducer Light Blue Kochek 37R2515

6 6 2 1/2" NS Female to 2 1/2" C&O Male Light Blue Kochek 37R2525

4 4 4" Storz Blind Cap Light Blue Kochek CC407

3 3 5" Storz Blind Cap Light Blue Kochek CC507

2 2 1 1/2" NS Female Blind Cap Light Blue Kochek CP1552

4 4 1 1/2" NS Blind Cap Light Blue Kochek CP1552

6 6 4" and 5" storz mounting plate Kochek MF507

4 4 1 1/2" Male Mounting Plate Kochek MM1501

6 6 6" Male thread mounting plate Kochek MM601

2 2 4" Storz to 2 1/2" C&O male thread Light Blue Kochek S36S425

2 2 4" Storz to 2 1/2" C&O female thread Light Blue Kochek S37S425

2 2 Hydrant Adapter 4.5" Female NS w/ handles to 4" Storz Light Blue Kochek S54L445

4 4 5" to 4" Storz Light Blue Kochek S60S54

2 2 6"NST female to 5" Storz LUG Black Kochek S54R56

2 2 Hydrant Adapter 4.5" Female NS w/ handles to 5" Storz Light Blue Kochek S54L545

1 1 5" Storz Inlet x 5" Storz Outlet Kochek 11K0505

TOTAL FOR LOT 6 (BASIS OF AWARD) $ _________

Page 19 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

LOT 7 ROPES AND ACCESSORIES

4 4 PacMule: Ultra Quick Release Ladder Belt w/Tool Loops - L 34"-40" The Fire Store QLN4107-FB-L

4 4 PacMule: Ultra Quick Release Ladder Belt w/Tool Loops - XL 42"-50" The Fire Store QLN4107-FB-XL

2 2 PacMule: Ultra Quick Release Ladder Belt w/Tool Loops - XXL 52"+ The Fire Store QLN4107-FB-XXL

1 1Rope Rescue Truck Cache Kit - MPD (Please price for the kit price and all the

individual parts to build the kit) CMC Rescue 501139

1 1Rope Rescue Team Kit - MPD Rigging (Please price for the kit price and all the

individual parts to build the kit) CMC Rescue 501135

1 1 Stainless Steel Rescue Litter CMC Rescue 726101

1 1 Stokes Basket Patient Tie in System CMC 724151 CMC Rescue 724151

1 1 Stokes Basket CMC 724153 Pelvic Harness CMC Rescue 724153

30 30 X-Large Omega Pacific Steel D Carabeener CMC Rescue 371290

1 1 200' x 1/2" life safety Rope- 1-Orange CMC Rescue 281201

1 1 200' x 1/2" life safety Rope- 1 White CMC Rescue 281200

2 2 Rope rack 2 per truck CMC Rescue 300890

5 5 Small Stuff Bag, Red CMC Rescue 430203

2 2 CMC Black Utility Rope Bag CMC Rescue 430205

1 1 Sked Basic Rescue System CMC Rescue 752001

3 3 Small Stuff Bag, Yellow CMC Rescue 432307

4 4 Rescuer Personal Kit w/ Proseries combo harness CMC Rescue 501107

300 300 300' Foot Rope - 1/2" Blue CMC Static-Pro Lifeline CMC Rescue 281202

300 300 300' Foot Rope - 1/2" Red CMC Static-Pro Lifeline CMC Rescue 281203

500 500 1" Tubular Webbing-Orange CMC Rescue 200101

500 500 2" Tubular Webbing-Red CMC Rescue 200203

3 3 Class 3 Harness XL CMC Rescue 203175

500 500 100' x 8mm Red Prussik Cord (Doubled) CMC Rescue 293038

500 500 100' x 8mm Orange Prussik Cord (Doubled) CMC Rescue 293039

500 500 100' x 8mm Green Prussik Cord (Doubled) CMC Rescue 293018

30 30 Steel Locking D Carabeeners CMC Rescue 300110

4 4 2" Single Pulley-Blue CMC Rescue 300441

8 8 Rescue 8 CMC Rescue 300850

2 2 CMC: Cascade Swiftwater Rescue Helmet - L - Red CMC Rescue CMC-347934

1 1 CMC: Cascade Swiftwater Rescue Helmet - XL - Yellow CMC Rescue CMC-347975

1 1 Litter Lid CMC Rescue 724105

4 4 2" Swival Single Pulley-Blue CMC Rescue 300430

4 4 2" Swival Double Pulley-RED CMC Rescue 300432

Page 20 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

2 2 Mustang 4-Pocket Floatation Vest - L all hands fire equip. CWR-MV3128-T2

1 1 Mustang 4-Pocket Floatation Vest - XL all hands fire equip. CWR-MV3128-T2

3 3 NRS Big Water V PFD NRS 40015.02

1 1 Picket System - RQ3 Picket System rescuesourcestore KT1750

1 1 Pickets rescuesourcestore AN3300

14 14 75' Water Rescue Throw Bag Rock-N-Rescue STL75

300 300 150' Utility Rope x 1/2" white Sterling U127000001

1 1 UFO - Universal Focusing Object rock exotica RP21

1 1 Tri-Rig rock exotica Tri-Rig

1 1 Bolt rock exotica RP5

TOTAL FOR LOT 7 (BASIS OF AWARD) $ _________

LOT 8 EMS

1 1 EMI: Finger Ring Cutter EMI EMI-3235

1 1 Laerdal LSU Suction Unit Laerdal LSU

1 1 StatPacks: G1 Backup EMS Pack - RED StatPack G11023RE

TOTAL FOR LOT 8 (BASIS OF AWARD) $ _________

Page 21 of 30

Engine

32

Tower

88

TOTAL

QTY.DESCRIPTION BRAND PART NUMBER

PRICE PER ITEM

INCLUDING FREIGHT TOTAL

LOT 9 MOUNTING EQUIPMENT

12 12 PAC Hook Lock 1001 PAC 1001

12 12 PAC Tool Lock 1003 PAC 1003

12 12 PAC Handle Lock 1004 PAC 1004

4 4 PAC 1009 Tool Hanger PAC 1009

6 6 PAC 1019 Universal Hanger PAC 1019

4 4 PAC Hook Mount 1029 PAC 1029

1 1 Haligan Tool Mounting Kit K5032 PAC K5032

12 12 #500 3/8"- 5/8" Spring Tool Mounting Clips Sensible Products 500

12 12 #875 3/4"- 1 1/8" Tool Mounting Clips Sensible Products 875

2 2 Pigtail Holder Sensible Products CRD

2 2 Universal Saw Bracket Sensible Products USB

TOTAL FOR LOT 9 (BASIS OF AWARD) $ _________

LOT 10 EXTRICATION EQUIPMENT

1 1 TC Strut Engine Kit (Rescue 42 TeleCribbing Struts Part #TC-6002) Rescue 42 TC-6002

4 4 TeleCrib® Strut Mount Brackets (CTC-524) Set of 2 Rescue 42 CTC-524

4 4 Picket | CTC-520 Rescue 42 CTC-520

1 1 Glass Master Glass Master GMM-1

1 1 J,T & Grab Hook Chain 6' (Pair) AW Direct SBC17

1 1 3/8" X 20' Grade 100 Chain with clevis hooks at each end AW Direct RC100B

2 2 3/8 X 10' Grade 100 Chain with clevis hooks at each end AW Direct RC100A

2 2 Winch Block 12,000 lbs accepts 5/16" to 3/8"wire rope (AW Direct WSB-1) AW Direct Y50202

1 1 Paratech Model 50 - 5 Lift Bag Set Paratech 22-889050G2

1 1 Paratech Master Control Package Paratech 22-890300G2-105

TOTAL FOR LOT 10 (BASIS OF AWARD) $ _________

Page 22 of 30

Lot 11 is a list of optional items. The County, at its discretion, will have the ability to purchase any or all equipment at the specified pricing if needed.

LOT 11: OPTIONAL ITEMS (to be ordered if needed) BRAND PART NUMBER PRICE PER ITEM

INCLUDING FREIGHT TOTAL

4" x 25' w/Storz Couplings Red Mercedes Textile Deluge

4" x 50' w/ Storz Red Mercedes Textile Deluge

Junction Box w/ 30 amp hardwire inlet w/ (4) L520 Twist Lock Akron EJB

Junction Box Mount Akron EJB-HMT-TP

Akron Scene Lights Model ELSS-XLAC-PL w/L5-20 Twistlock Akron ELSS-XLAC-PL

Gang Box w/ two L520 remale recepticals and L520 male pigtail Akron GBOX-2

Akron Portable Light Mounting Bracket Akron PLMT

Gate Wye 2 1/2" female C&O Female to (2)- 1 1/2"NS Male Elkhart ELKB100A

Turbo Draft 5" Storz Standard unit w/ 2 1/2" Female C&O threads SCHUTTE & KOERTING Turbo Draft Standard 5" TD-5

10' Pike Pole w/I-Beam Fiberglass Handle Leatherhead DBY-10AH-B

6' Pike Pole w/I-Beam Fiberglass Handle Leatherhead DBY-6AH-B

Irons Set (K-tool, flat head axe, haligan, marry strap) Fire Hooks Unlimited Dynamic Foursome

Inflatable Bladders-Indian Pack Fire Hooks Unlimited SOFT-PAX Brush Pump

Ram Fan EV400 PPV 16" 110 volt Ram Fan EV 400

Set of (4) KS3 Wrenches with Holder [KS34] Standard Color: Silver/Yellow Kochek KS34

6"NST female to 5" Storz with 30 degree Elbow Silver Kochek SKE56L

Stokes Basket, Traverse Advantage Plastic Stretcher CMC 726125

Class 3 Harness Small CMC 203172

Class 3 Harness Regular CMC 203174

Medium Personal Packs (LA Rescue bags) Navy LA Rescue LA8802N

Walk Away SCBA Bracket Ziamatic KD UH 6SF

Folding Wheel Chocks Zico SAC-44-E

Page 23 of 30

IFB# 2017-07013-06 Page 24 of 30

ATTACHMENT B

STATE CORPORATION COMMISSION & REGISTERED AGENT FORM

Virginia State Corporation Commission (SCC) registration information.

Code of Virginia § 13.1-757. A foreign corporation may not transact business in the Commonwealth until it

obtains a certificate of authority from the Commission.

The bidder:

is a corporation or other business entity with the following Virginia SCC identification number:

__________________ -OR-

is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or

business trust -OR-

is not required to obtain a certificate of authority from the Virginia SCC, pursuant to Virginia Code § 13.1-757(B)

because its sole contact(s) with the Commonwealth consist(s) of:

1. � Maintaining, defending, or settling any proceeding;

2. � Holding meetings of the board of directors or shareholders or carrying on other activities concerning

internal corporate affairs;

3. � Maintaining bank accounts;

4. � Maintaining offices or agencies for the transfer, exchange, and registration of the corporation's own

securities or maintaining trustees or depositories with respect to those securities;

5. � Selling through independent contractors;

6. � Soliciting or obtaining orders, whether by mail or through employees or agents or otherwise, if the

orders require acceptance outside this Commonwealth before they become contracts;

7. � Creating or acquiring indebtedness, deeds of trust, and security interests in real or personal property;

8. � Securing or collecting debts or enforcing deeds of trust and security interests in property securing the

debts;

9. � Owning, without more, real or personal property;

10. � Conducting an isolated transaction that is completed within 30 days and that is not one in the course

of repeated transactions of a like nature;

11. � For a period of less than 90 consecutive days, producing, directing, filming, crewing or acting in

motion picture feature films, television series or commercials, or promotional films which are sent outside

of the Commonwealth for processing, editing, marketing and distribution. The term "transacting business"

as used in this subsection shall have no effect on personal jurisdiction under § 8.01-328.1; or

12. � Serving, without more, as a general partner of, or as a partner in a partnership which is a general

partner of, a domestic or foreign limited partnership that does not otherwise transact business in the

Commonwealth.

-OR-

is an out-of-state business entity that is including with this bid an opinion of legal counsel which

accurately and completely discloses the undersigned bidder’s current contacts with Virginia and describes why

those contacts do not constitute the transaction of business in Virginia within the meaning of § 13.1-757 or other

similar provisions in Titles 13.1 or 50 of the Code of Virginia. Attach opinion of legal counsel to this form.

IFB# 2017-07013-06 Page 25 of 30

Registered Agent Information

Please specify the Registered Agent who will accept service of process on your behalf.

Agent Name: ___________________________________________________________ Physical Address (no Post Office Boxes): _______________________________________________________________ _______________________________________________________________

I certify the accuracy of this information. Signed: ____________________________________Title: ________________________________ Date: _______________

IFB# 2017-07013-06 Page 26 of 30

ATTACHMENT C

VENDOR DATA SHEET Note: The following information is required as part of your response to this solicitation. Failure to complete and provide this sheet may result in finding your bid nonresponsive. 1. Qualification: The vendor must have the capability and capacity in all respects to satisfy fully all of the contractual

requirements. 2. Vendor’s Primary Contact:

Name: __________________________________ Phone: _________________________ 3. Years in Business: Indicate the length of time you have been in business providing this type of good or service:

__________ Years ________ Months 4. Vendor Information:

FIN or FEI Number: ___________________________________ If Company, Corporation, or Partnership 5. Indicate below a listing of at least four (4) current or recent accounts, either commercial or governmental, that your

company is servicing, has serviced, or has provided similar goods. Include the length of service and the name, address, and telephone number of the point of contact.

A.

Company:

Contact:

Phone:

Email:

Dates of Service:

$ Value:

B.

Company:

Contact:

Phone:

Email:

Dates of Service:

$ Value:

C.

Company:

Contact:

Phone:

Email:

Dates of Service:

$ Value:

D.

Company:

Contact:

Phone:

Email:

Dates of Service:

$ Value:

I certify the accuracy of this information. Signed: ____________________________________Title: ________________________________ Date: _______________

IFB# 2017-07013-06 Page 27 of 30

ATTACHMENT D

CERTIFICATION OF NO COLLUSION

The undersigned, acting on behalf of _________________________________________, does hereby certify in connection

with the procurement and bid to which this Certification of No Collusion is attached that:

This bid is not the result of, or affected by, any act of collusion with another person engaged in the same line of business or

commerce: nor is this bid the result of, or affected by, any act of fraud punishable under Article 1.1 of Chapter 12 of Title

18.2 Code of Virginia, 1950 as amended (§§ 18.2-498.1 et seq.)

____________________________________

Signature of Company Representative

____________________________________

Name of Company

____________________________________

Date

ACKNOWLEDGEMENT

STATE OF VIRGINIA

COUNTY OF ALBEMARLE, to wit:

The foregoing Certification of No Collusion bearing the signature of ______________________ and

dated _____________________________ was subscribed and sworn to before the undersigned notary public

by ______________________________ on ____________________.

____________________________________

Notary Public

My commission expires:____________________________________

CODE OF VIRGINIA

§ 18.2-498.4. Duty to provide certified statement. A. The Commonwealth, or any department or agency thereof, and any

local government or any department or agency thereof, may require that any person seeking, offering or agreeing to transact

business or commerce with it, or seeking, offering or agreeing to receive any portion of the public funds or moneys, submit a

certification that the offer or agreement or any claim resulting thereon is not the result of, or affected by, any act of collusion

with another person engaged in the same line of business or commerce, or any act of fraud punishable under this article.

B. Any person required to submit a certified statement as provided in paragraph A above who knowingly makes a false

statement shall be guilty of a Class 6 felony. (1980, c.472)

IFB# 2017-07013-06 Page 28 of 30

ATTACHMENT E

INSURANCE REQUIREMENTS

A. INSURANCE: By signing and submitting a bid under this solicitation, the bidder certifies that if awarded the

contract, it will purchase and maintain, at its sole expense, and from a company or companies authorized to do

business within the Commonwealth of Virginia, insurance policies containing the following types of coverage

and minimum limits, protecting from claims which may arise out of or result from the Bidder’s performance or

non-performance of services under this Contract, or the performance or non-performance of services under this

Contract by anyone directly or indirectly employed by the Bidder or for whose acts it may be liable:

a. Workers’ Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three

or more employees, to include the employer. Contractors who fail to notify the County of increases in the

number of employees that change their workers’ compensation requirements under the Code of Virginia during

the course of the contract shall be in noncompliance with the contract. This policy shall specifically list

Virginia as a covered state.

b. Employer’s Liability - $100,000. This policy shall specifically list Virginia as a covered state.

c. Commercial General Liability - $2,000,000 per occurrence/$4,000,000 aggregate. Commercial General

Liability is to include bodily injury and property damage, personal injury, advertising injury, contractual

liability, and products and completed operations coverage. The County of Albemarle and its officers,

employees, agents and volunteers must be named as additional insureds and be so endorsed on the policy.

d. Automobile Liability - $1,000,000 per accident. This includes coverage for hired, non-owned, temporary,

leased, rented or borrowed automobiles.

All insurance coverage:

1. shall be issued by an insurance carrier authorized to do business within the Commonwealth of Virginia and

rated A – VIII or better, by A. M. Best Company or equivalent rating from an alternate recognized ratings

agency, and otherwise acceptable to the County;

2. shall be kept in force throughout performance of services;

3. shall be an occurrence based policy;

4. shall include completed operations coverage;

Proof of Insurance: Prior to performance of any services or delivery of goods, the Bidder shall (i) have all required

insurance coverage in effect; (ii) the Bidder shall deliver to the County certificates of insurance for all lines of

coverage. The Bidder shall be responsible that such coverage evidenced thereby shall not be substantially

modified or canceled without 30 days prior written notice to the County; and (iii) the Bidder shall deliver to the

County endorsements to the policies which require the County and its officials, officers, employees, agents and

volunteers be named as “additional insured”. Policies which require this endorsement include: Commercial

General Liability and Automobile Liability. Such endorsements must be approved by the County, and (iv) upon

the request of the County, provide any other documentation satisfactory to the County in its sole discretion,

evidencing the required insurance coverage, including but not limited to a copy of the insurance policy and

evidence of payment of policy premiums. The Bidder shall require each of its subcontractors and suppliers to

have coverage per the requirements herein in effect, prior to the performance of any services by such

subcontractors and suppliers. Further, the Bidder shall ensure that all Required Insurance coverages of its

subcontractors and suppliers is and remains in effect during performance of their services on the Project and

certifies by commencement of the Work that this insurance and that of subcontractors is in effect and meets the

requirements set forth herein. The County shall have no responsibility to verify compliance by the Bidder or its

subcontractors and suppliers.

Effect of Insurance: Compliance with insurance requirements shall not relieve the Bidder of any responsibility

to indemnify the County for any liability to the County, as specified in any other provision of this contract, and

the County shall be entitled to pursue any remedy in law or equity if the Bidder fails to comply with the contractual

provisions of this contract. Indemnity obligations specified elsewhere in this Contract shall not be negated or

reduced by virtue of any insurance carrier's denial of insurance coverage for the occurrence or event which is the

subject matter of the claim, or by any insurance carrier’s refusal to defend any named insured.

IFB# 2017-07013-06 Page 29 of 30

Waiver of Subrogation: The Bidder agrees to release and discharge the County of and from all liability to the

Bidder, and to anyone claiming by, through or under the Bidder, by subrogation or otherwise, on account of any

loss or damage to tools, machinery, equipment or other property, however caused.

Sovereign Immunity: Nothing contained herein shall effect, or shall be deemed to affect, a waiver of the County’s

sovereign immunity under law.

Right to Revise or Reject: The County reserves the right, but not the obligation, to revise any insurance

requirement not limited to limits, coverage and endorsements, or reject any insurance policies which fail to meet

the criteria stated herein. Additionally, the County reserves the right, but not the obligation, to review and reject

any insurer providing coverage due to its poor financial condition or failure to operate legally.

IFB# 2017-07013-06 Page 30 of 30