Security X-Ray Machine Design Proposal Crisp County Courthouse

Similar documents
Automatic License Plate Recognition System for the Police Department

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR QUOTATION For CISCO Catalyst Network Equipment

REQUEST FOR QUOTATION For Quantum Tape Backup And Disk Backup System

REQUEST FOR QUOTATION For Renovation of Juvenile Court Administrative Office

DALTON PUBLIC SCHOOLS

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

DALTON PUBLIC SCHOOLS

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR PROPOSALS SECURITY CAMERA AND MONITORED PANIC BUTTON SYSTEM INSTALLATION RFP #17-015

REQUEST FOR PROPOSAL (RFP) SOLICITATION NO COMPUTER HARDWARE AND SOFTWARE. Nevada Rural Housing Authority Carson City, Nevada

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

Request for Proposal for an IP Security Camera Solution RFP-IP SECURITY CAMERA2

ADVERTISEMENT FOR THE USE AND BENEFIT OF NESHOBA COUNTY, MISSISSIPPI

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR PROPOSAL (RFP) NO

OWENS VALLEY CAREER DEVELOPMENT CENTER

Deadline for bid submissions: 9:00 a.m. CST, Monday, September 10, INTRODUCTION

Copiers. Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701

City of Gainesville State of Georgia

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS. NOTICE IS HEREBY GIVEN that the City of Forest Park, Georgia, is accepting sealed proposals for:

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

Digital Copier Equipment and Service Program

Agency of Record for Marketing and Advertising

VENDOR INFORMATION FORM

Request for Proposal. Boone Community School District. Copier Equipment Service

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

Request for Proposals School Year Project Lafayette County School District 100 Commodore Drive Oxford, MS 38655

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

RFP for 2015 E-Rate Funded Wireless Upgrade Project at Four Locations In Thomasville City Schools RFP Reference# 2015Wireless Cabling Contact Mike

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

Request for Proposals

REQUEST FOR PROPOSALS RFP NO.:

CITY OF ROSWELL REQUEST FOR PROPOSALS RFP NUMBER C MOBILE DATA TERMINALS/RUGGEDIZED LAPTOPS

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR PROPOSAL MONOCHROME COPIER / PRINTER

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Request for Quotation

RFP & SPECIFICATIONS School Buses (3)

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT No North Orlando Smith Road Oglesby, Illinois Sound System - Proposal # PR11-P04

REQUEST FOR PROPOSALS

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

GRADY COUNTY SCHOOLS 122 North Broad St. Cairo, GA REQUEST FOR PROPOSAL FOR WEB HOSTING RFP NO.: WEBH DATE DUE: September 20, 2013

INVITATION FOR BID (IFB) COLOR/BLACK & WHITE COPIER/PRINTER

Request for Proposal (RFP) # For Information Services Mobile Data Communications System. Posting Date: May 29, 2015

REQUEST FOR PROPOSAL (RFP) COVER PAGE

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

BELGRADE SCHOOL DISTRICT NO. 44

Request for Proposal. for. LED Lighting Upgrade. November 17, 2015

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

REQUEST FOR PROPOSAL FOR. Security Cameras

ITB # Law Enforcement Vehicle Equipment Installation

REQUEST FOR PROPOSALS

Colquitt Regional Medical Center

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

CITY OF KYLE, TEXAS REQUESTS FOR PROPOSAL (RFP) RESURFACING OF CITY OF KYLE POOL AND SPA: RFP PARD

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Proposal RFP # , Managed Network Services

NURSING HOME ADMINISTRATOR REQUIREMENTS AND INSTRUCTIONS

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

LEGAL NOTICE Request for Proposal for Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposal: Alton Middle School NETWORK CABLING

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

City of Hays Request for Proposal. Wastewater Treatment Plant Fiber Connectivity

Request for Proposals (RFP) for Professional Design and Engineering Services

Request for Proposal. for. Student Loan Default Prevention Services RFP. Proposal Due Date-November 29, 2017

RFP # Digital Marquee PROPOSAL OPENING DATE: January 10, 2018

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

CITY OF KIRKLAND. REQUEST FOR PROPOSALS Digital Message Display Signs JOB NO FB

REQUEST FOR PROPOSALS

GLI Standards Composite Submission Requirements Initial Release, Version: 1.0 Release Date: August 25, 2011

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

REQUEST FOR PROPOSAL NUMBER: TE1075

REQUEST FOR PROPOSALS FOR COMMERICAL GENERATOR MAINTENANCE & REPAIR. Released February 3, 2017 Submissions Due February 28, 2017

REQUEST FOR PROPOSALDevelopment of a Local

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

STATE OF KANSAS OFFICE OF THE ATTORNEY GENERAL Through the KANSAS BUREAU OF INVESTIGATION INSTRUCTIONS

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

REQUEST FOR BID SCHICK 33 SIZE 1 AND SIZE 2 DIGITAL SENSORS FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B01

Housing Authority of Fulton County, Georgia Auditing Services Date of Proposal Announcement / Request Web Post Date

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) BASEBALL FIELD LIGHTING NOTICE TO BIDDERS

REQUEST FOR PROPOSAL

MISSISSIPPI STATE UNIVERSITY. Request for Proposals (RFP) IT Works Maintenance or Replacement for Mississippi State University

INTRODUCTION Illinois Valley Community College (IVCC) is requesting proposals for information technology security assessment services.

The Brunswick Housing Authority Request for Proposal Independent Audit Services (FY FY 2020) December 30, 2015

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

REQUEST FOR PROPOSALS

PLANNING AND DEVELOPMENT SERVICES DEPARTMENT HOUSING AND COMMUNITY DEVELOPMENT DIVISION

Gladstone Area School District Request for Proposals. Classroom Wifi Project 2016

Sincerely, Dwayne Scicchitano, Coordinator Northumberland County Weatherization

Transcription:

Security X-Ray Machine Design Proposal Crisp County Courthouse Page 1 of 11

PROJECT DESCRIPTION The Crisp County Board of Commissioners, (herein referred to as CCBOC), invites you, a Security X-Ray Design/Installer, (herein referred to as Contractor), to submit a Design Proposal for the Crisp County Courthouse Security X-Ray System(herein referred to as System). This Design Proposal must completely deliver, install, test, commission, warrant and document the System. All Times in this document are Eastern Daylight Time (EDT). This System will be installed in the Security Checkpoint area at the main entrance of the Crisp County Courthouse. This System shall be designed to fit within the Security Checkpoint area, just inside the main entrance of the Crisp County Courthouse. The System specified herein will be designed to prohibit the introduction of contraband. The System covered by this specification will allow security personnel to examine baggage, packages and freight to ensure that no contraband is being transported into a secure facility. This System shall be accessible via a standard Star Topology, Wired or Wireless Ethernet Network. All specifications within this RFP are MINIMUM Specifications. SCOPE OF WORK Design a System for the Crisp County Courthouse. Completely Install, test, commission, warrant and document the designed System.. Train 3 Administrators and 12 Users on this System. PURPOSE The system specified herein is designed to prohibit the introduction of contraband. DESCRIPTION System covered by this specification will allow security personnel to examine baggage, packages and freight to ensure that no contraband is being transported into a secure facility. SPECIFICATION GENERAL The supplied system will be new, not a used or a demonstration unit, and is from the manufacturer's standard product line. PHYSICAL SPECIFICATIONS System width shall be 750 mm (29.17 inches). System length shall be 1250 mm (49.7 inches). System height shall be between 1335-1450 mm (52.9 inches) System tunnel aperture shall not be less than 530 mm (20.9 inches) wide by 320 mm (12.6 inches) high. The conveyor height shall not be less than 835 mm (32.9 inches). System shall be mounted on heavy-duty castors for ease of movement. It shall be fixed in place by means of adjustable jacking feet. System chassis shall be all steel welded. System shall fit and function as required within the Security Checkpoint area of the Courthouse directly inside the main entrance doorway. Page 2 of 11

X-RAY GENERATOR Cooling: Sealed oil bath with forced air. Protection: Over Voltage: Over Current: Over Temperature. Anode Voltage: Operating at 140kV. Tube Current: Operating at 0.7 ma. DETECTION SYSTEM Multi Energy (2 detector arrays; high and low energy) Detector array: L - shaped IMAGE PERFORMANCE Zoom: System shall be capable of operating zoom on scrolling image up to 2X and 64X in static mode via step zoom only. Adaptive Contrast Adjustment: System shall be capable of performing adaptive contrast adjustment on scrolling image. Organic/Inorganic Discrimination: System shall be capable of discriminating between Organic and Inorganic materials. WIRE RESOLUTION: System shall be capable of imaging 38 American Wire Gauge (AWG) un-insulated solid copper wire. STEEL PENETRATION System shall be capable of imaging 30 mm steel penetration. IMAGE PROCESSING System shall combine all image processing (i.e. Black and White, Variable Gamma, Inorganic, Organic) with the image optimization feature. This functionality will allow the operator to display the optimum contrast and highest detail resolution for all materials and densities. This functionality shall be available without having to re-program keys. System shall be capable of one button access to image processing. System shall support programmable hot keys for image processing. System shall be capable of 12 bit data acquisition. System shall be capable of 24 bit color. System shall be capable of imaging a compact disk (CD) through 0.3 mm steel via inorganic stripping. System shall be capable of imaging a compact disk (CD) through 50 mm of organic material via adaptive contrast adjustment. IMAGE ARCHIVING System shall include Manual Image Archiving in proprietary, non-commercial format for increased security. System shall include Automatic Image Archiving in proprietary, non-commercial format for increased security. System shall be capable of viewing images archived in proprietary format. System shall be capable of saving archived images in commercial format (BMP, j, etc) System shall be capable of Manual Image Archiving in commercial (BMP) format. Page 3 of 11

THREAT DETECTION System shall include operator assist high density threshold alert. System shall include operator assist explosive threat alert. CONVEYOR SYSTEM Speed: 0.22 m/s (40 ft/min) in either direction plus or minus 10% Conveyor load: 160 kg (352 lbs) minimum. Motor: Sealed drum, maintenance free for life. Belt: Either welded or zipped. COMPUTER SPECIFICATIONS Monitor: Single 19 Widescreen LED Flat Panel. Windows 7-64 Bit operating system. Processor: Intel Core I5 4670R Processor RAM: 4 GB minimum Hard Disk: Dual 500 GB in RAID 1 minimum DVD-ROM drive: 64X minimum Video memory: 1 GB minimum Uninterruptable Power Supply (UPS) DIAGNOSTICS System shall have a comprehensive built in test facility that includes the following: Photodiode signal outputs with and without X-ray. User setup parameters such as date time adjust and scroll direction change. X-ray generator kv and ma monitor. Ramp up and ramp down time for X-ray generator. PEC status indication. Keyboard test. Photodiode manual and automatic map out. POWER REQUIREMENTS System includes a switchable dual voltage power supply 115 VAC ± 10%; 50 or 60 Hz OR 230 VAC ± 10%; 50 or 60 Hz. ENVIRONMENTAL REQUIREMENTS Storage temperature: 20 Celsius to 50 Celsius. Operating temperature: 0 Celsius to 40 Celsius. Relative humidity: 5 to 95% non condensing HEALTH AND SAFETY System shall comply with all applicable international health and safety regulations including USA FDA X-ray systems (Federal Standard 2.1-CFR 1020.40) and Health and Safety at Work Act 1974-Section 6, amended by the Consumer Protection Act 1987. Maximum leakage radiation less than 0.1mR/hr Page 4 of 11

(1µSv/hr) in contact with outer panels. Radiation leakage shall be measured with a scatter block device in the path of the x-ray beam. Systems shall be provided with emergency stop buttons. Systems shall be provided with System Energized and X-Ray on indicators at both ends of the X-Ray tunnel and on the operator workstation. System shall include a safety interlock system to prevent X-Ray generation in the event of a critical panel being removed. System shall be CE compliant. System shall be FCC and IEC compliant. System shall be UL compliant. System shall be manufactured in an ISO 9001:2000 Certified facility. WARRANTY / SERVICE A two-year parts and labor warranty shall be included with the unit. System shall include the following for ease of service: Fold out diode array board Fold out electronic chassis 24/7 direct technical support shall be provided. A Factory direct technician shall be assigned to and dispatched from a facility within the state of Georgia. REQUIRED SOFTWARE OPTIONS (UPGRADES) Threat Image Projection (TIP) System. System shall support density analysis prior to TIP projection. System shall place aborted TIP images back into TIP queue. Aborted TIP images should not be placed into next scanned object. System shall include the capability for the TIP system to be networked with either conventional or wireless LAN technology. The network server shall be capable of setting and changing TIP parameters on x-ray systems attached to the network. System shall include an operator training program. System shall support the following languages: English REQUIRED HARDWARE OPTIONS (UPGRADES) System shall support conveyor accessories. System shall support a foldable remote console with a 4m umbilical cable. System shall support lockable monitor box. System shall support an operator foot-mat kit. System shall support a login Smartcard. System shall support a power conditioner. System shall support a secondary viewing station as a network display station. OTHER REQUIRED HARDWARE AND SOFTWARE System shall include built-in operator and maintenance manuals. Entry Table:.5 Meter fold-down roller table Exit Table:.5 Meter fold-down roller table ENTRY AND TABLE REQUIREMENT Page 5 of 11

ON-SITE TRAINING REQUIREMENT Operation Training during installation (8hrs minimum) Image interpretation training (8rs minimum) Training shall take place over two consecutive days. RFP SCHEDULE Release of RFP Pre-Bid Conference - Required Bids Due Award of Contract Project Start Date Monday, July 15, 2013 Thursday, July 25, 2013, 2:00 PM EDT. Location for Pre-Bid Conference is Crisp County Courthouse, 512 N 7 th St, Cordele GA 31015. Wednesday, August 7, 2013, 2:00 PM EDT Tuesday, August 13, 2013 Wednesday, August 28, 2013, 9:00 AM EDT or as coordinated with CCBOC. DELIVERABLES Prior to Contract Award: Contractor's Pricing for the complete Scope of Work. Contractor's drawing of System within the Security Checkpoint area. Contractor's Pricing for Maintenance Contract after included two year warranty. All pricing submitted must be broken out into Materials and Labor. Contractor's Plan to respond to Emergencies within 2 hours. Statement of response times provided within the two year warranty period. Completed Bid Form. Submit in Printed format, three copies. After Contract Award: As Built Drawings of Complete System within the Security Checkpoint Area. 2 Year Warranty Statement to include response times provided within the two year warranty period. Submit in Printed format, three copies. Submit in Electronic Format, Microsoft Word for documents, AudoCAD,.PDF, for drawings, etc., as agreed after award of contract. Train 2 Administrators and 12 Users on this System. Any manuals, CD's, tools, or any other materials that come as a part of the purchased System. ACCEPTANCE OF SYSTEM The CCBOC will sign off as completed on this system, once a walk through has been done, any punch list items completed, any configuration files, software, manuals, have been turned over, training has been completed, and System has operated, error free, for 30 calendar days. Award of this contract is to be a Best Value Award. Price. Ability to provide Maintenance. SELECTION CRITERIA Page 6 of 11

Cost of Maintenance after 2 year warranty. Use of Existing Network Infrastructure. PREPARATION OF BID Contractors are expected to thoroughly and completely examine and familiarize themselves with this RFP. Failure in any area of this RFP, to understand the content, will be at the Contractor's risk. Each Contractor shall furnish the information required by this RFP. The Contractor shall sign the bid in the appropriate spaces. Each Contractor, by making a proposal, represents that they have visited the site and familiarized themselves with the local conditions under which the work is to be performed. Each Contractor by making a proposal represents that they have read and fully understand the RFP documents. Completeness of Bid All Contractors are cautioned to make the Bid complete and to furnish all required information and details. Your Bid Package must break cost into materials and labor. Any changes to the RFP will be made in the form of an Addendum. The CCBOC reserves the right to reject any or all bids and to waive technicalities and formalities. Crisp County is an Equal Opportunity Employer and a Drug Free Work Place. Contractor Questions Any explanation desired by a Contractor regarding vague or not understood wording, meaning, or Interpretation of any portion of this RFP may be made in writing to John L. Crow, III at the contact information at the end of this section. Questions are due no later than 2:00 PM EDT, Tuesday July 23, 2013. Answers given to a Contractor concerning this RFP will be furnished to all Contractors as an addendum to this RFP. Receipt of all addendum by a Contractor must be acknowledged on the bid. Written instructions or explanations not bearing the signature of John L. Crow, III, or oral instructions or explanations given before the award of the bid contract, will not be binding on CCBOC. John L. Crow, III 210 S. 7 th St, Rm 303 Cordele GA, 31015 john.crow@crispcounty.com Fax 229-276-2653 Submission of Bid Package Contractors are to submit their Design Proposal and Fully Completed Bid Documents to the following address prior to 2:00 PM EDT, Wednesday, August 7, 2013: Crisp County Board of Commissioners Security X-Ray Machine Design Attn: John L. Crow, III 210 S 7 th St, Rm 303 Cordele GA, 31015 Page 7 of 11

Attachment A Security X-Ray Machine Design and Installatioin Place: Crisp County Board of Commissioners 210 S 7 th St Cordele, GA 31015 Date: August 7, 2013 Time: 2:00 PM EDT Proposal of DBA (Hereinafter called Contractor) organized and existing under the laws of the State of Georgia, as a (corporation, partnership, individual) To: The Crisp County Board of Commissioners (hereinafter called CCBOC). Gentlemen: The Contractor, in compliance with your invitation for proposals from qualified Security X-Ray Machine Design Contractor, knowing the site of the proposed work, and being familiar with all the conditions surrounding this project, hereby submits the following proposal: Contractor acknowledges the receipt of the following addendum (if any): Contractor agrees to be prepared to commence work on requested tasks Wednesday, August 28, 2013, 9:00 AM EDT or as coordinated with CCBOC. Contractor agrees to perform all of the work described in the PROJECT DESCRIPTION, and the SCOPE OF WORK provided herewith, as presented in the Request for Proposals as requested at the rates set forth below: Total Project Cost: $ The Contractor provides the following estimates: 1. Itemized cost of materials. 2. Itemized cost of labor. The Contractor understands that compliance with all applicable Federal, State and Local Law, Rules and Regulations is required. The Contractor understands that he must comply with the Copeland Anti-Kick Back Act. This act provides that each contractor shall be prohibited from inducing, by any means, any person employed in the conduct of public work to give up any part of the compensation to which he is otherwise entitled. Page 8 of 11

The Contractor understands that he must provide Certification of Equal Opportunity Employer, Drug Free Workplace, and D.B.E. Candidate or Minority Contractor status where applicable. D.B.E Contractors are encouraged to participate. The Contractor understands that he must comply with the Georgia Security and Immigration Compliance Act: 1. Contractor and any and all sub-contractors utilized in conjunction with services provided to local government will comply with the requirements of O.C.G.A. 13-10-91 and the Georgia Department of Labor's Rule 300-101-.02. 2. Contractor must indicate the appropriate blank: Contractor employs: 500 or more employees; 100 to 499 employees; 99 or fewer employees. 3. Contractor will provide a lawfully executed affidavit or substantially similar affidavit to the Georgia Department of Labor's' Contractor Affidavit, as set forth in Rule 300-10-1-.07, to the local government which will be a material term of the contract and incorporated into the contract. 4. In the event that Contractor employs or contracts with any subcontractor(s) in conjunction with this contract, Contractor will secure from each and every subcontractor a written representation of the number of employees each subcontractor employs as being 500 or more employees, 100 to 499 employees or 99 or fewer employees. 5. Contractor will provide lawfully executed affidavits or substantially similar affidavits from each and every subcontractor utilized in conjunction with this agreement and will provide copies of those affidavits to the local government. These subcontractor affidavits will be attached and incorporated into this agreement. The subcontractor affidavit should be identical or substantially similar to the subcontractor affidavit prepared by the Georgia Department of Labor at Rule 300-10-1-.08. This subcontractor affidavit also must be or become a part of any agreement between' the Contractor and Subcontractor. 6. Contractor and any subcontractor that provides services related to the contract understands and acknowledges that it may be subject to audit by the Georgia Department of Labor for its compliance with O.C.G.A. 13-10-90 et seq. and all implementing rules. The Contractor agrees that this bid shall be valid and may not be withdrawn or revoked for a period of sixty (60) calendar days after the scheduled bid opening time. Respectfully submitted by: (Seal-if Contractor is a corporation) (Title) (Business address) Page 9 of 11

ATTACHMENT B GSICA CONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation that is contracting with Crisp County Georgia has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A.13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Crisp County Georgia, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A. 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the County Administrator of Crisp County Georgia at the time the subcontractor( s) is retained to perform such service. Contractor must indicate the appropriate blank: Contractor employs _ 500 or more employees; 100 to 499 employees; 99 or fewer employees; EEV / Basic Pilot Program* User Identification Number: BY: Authorized Officer or Agent: Contractor Name: Title of Authorized Officer or Agent of Contractor: Printed Name of Authorized Officer or Agent: Date: Subscribed and sworn before me on this the day of,201. Notary Public My Commission Expires: * As of the effective date ofo.c.ga 13-10-91, the applicable federal work authorization program is the "EEV {Basic Pilot Program" operated by the U. S. Citizenship and Immigration Services Bureau of the U.8. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). (End of Form) Page 10 of 11

SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm or corporation that is engaged in the physical performance of services under a contract with (Name of Contractor) on behalf of Crisp County Georgia has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A. 13-10-91. Contractor must indicate the appropriate blank: Contractor employs: 500 or more employees: 100 to 499 employees; 99 or fewer employees; EEV / Basic Pilot Program* User Identification Number: BY: Authorized Officer or Agent: Contractor Name: Title of Authorized Officer or Agent of Contractor: Printed Name of Authorized Officer or Agent: Date: Subscribed and sworn before me on this the day of,201. Notary Public: My Commission Expires: * As of the effective date ofo.c.g.a 13-10-91, the applicable federal work authorization program is the "EEV I Basic Pilot Program" operated by the U. S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). Page 11 of 11