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

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

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

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING EVALUATION SERVICES FOR THE PUBLIC SAFETY BUILDING CITY OF OWOSSO, MICHIGAN

Automatic License Plate Recognition System for the Police Department

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

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

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

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

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

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

City of Gainesville State of Georgia

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

CITY OF GOLDEN, COLORADO Parks and Recreation Department

REQUEST FOR PROPOSAL CITY OF PORT ARANSAS GAS DEPARTMENT FOR NATURAL GAS SUPPLY. RFP # Gas

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

DALTON PUBLIC SCHOOLS

Poughkeepsie City School District Jane Bolin Administration Building 11 College Avenue Poughkeepsie, NY STAC Services School Year

Londonderry Finance Department

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

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

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

Request for Proposal (RFP) Leasing of Copiers and Copiers Support Services Throughout Garfield School District Re2

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

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

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

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

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

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

TOWN OF TAOS, NM REQUEST FOR PROPOSALS FOR LOBBYIST CONSULTANT SERVICES. CONTROL NO. : RFP No. SB07-PO1516

Agency of Record for Marketing and Advertising

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

RFP #WS NEWSMI IMPROVEMENTS

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

REQUEST FOR PROPOSAL FOR BUILDING LEASE

INVITATION TO BID (Request for Proposal)

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

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

COMPRESSED NATURAL GAS UTILITY TRUCK BODIES

RFP & SPECIFICATIONS School Buses (3)

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

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

Town of Schroon. Labor for Ice Hockey Rink Roof Construction. Michael Marnell, Town Supervisor. Town of Schroon, Essex County New York

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

Request for Proposals and Specifications for a Community Solar Project

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Summer School Nurse (LPN or RN)

REQUEST FOR QUOTATION For Renovation of Juvenile Court Administrative Office

Allegany County, MD Request for Proposal: Printing Services for Destination Guide

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR PROPOSALS FOR YOUTH SERVICES COORDINATOR TOWN OF AVON, CONNECTICUT RFP 09/10-26

Bids received after the appointed date set for receipt will be returned unopened.

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

Request for Qualifications Construction Manager

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

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

CITY OF TYLER Tyler Pounds Regional Airport 700 Skyway Blvd., Suite 201 Tyler, Texas

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

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

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL FITNESS EQUIPMENT SERVICE

Request for Proposal

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

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

REQUEST FOR PROPOSAL PORTABLE ADVANCED TRAINING SYSTEMS FOR THE MECHATRONICS CURRICULUM FOR ILLINOIS VALLEY COMMUNITY COLLEGE RFP # RFP2014-P03

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

Request for Proposal

REQUEST FOR PROPOSAL (RFP)

FORT WORTH HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LEGAL SERVICES

REQUEST FOR PROPOSALS

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

Automated Airport Parking Project

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS TELECOMMUNICATION SERVICES RFP CITY OF DES PERES

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

Clovis Unified School District. REQUEST FOR PROPOSALS ( RFP ) RFP 2720 Billing Services, Medi-Cal LEA Billing Option Program

Navasota Economic Development Corporation

Montgomery County Intermediate Unit 2 West Lafayette Street Norristown, Pa 19401

Consulting Services for Update of Countywide Impact Fee Study

Marlboro County School District

Navajo Division of Transportation

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

Digital Copier Equipment and Service Program

Transcription:

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS NOTICE is hereby given that the City of Port Aransas, Texas, is soliciting responses for providing a temporary facility fire station for offices and training rooms. All proposals must be clearly marked SEALED BID FIRE STATION TEMPORARY FACILITY to the City of Port Aransas City Secretary s office, 710 W. Avenue A, Port Aransas, Texas prior to Thursday, June 14, 2018 at 4:00 pm, at which time they will be publicly opened and acknowledged in the City Hall Council Chamber. Any RFP delivered or received after 4:00 pm will not be considered and shall be returned unopened to the addressee. The City reserves the right to reject any or all proposals. Request for Proposal (RFP) is available on-line at www.cityofportaransas.org or at City Hall, 710 W. Avenue A, Port Aransas, Texas 78373. Any and all questions or requests for information relating to this Request for Proposal shall be submitted in writing via email by 1:00 pm Wednesday, June 6, 2018 to Leo Wood (Broaddus & Assoc.) at lwood@broaddusassociates.com, or via telephone at (228) 224-2156. POSTED this 31 st day of MAY, 2018 on the bulletin board at Port Aransas City Hall, 710 W Avenue A, Port Aransas, Texas and on the webpage www.cityofportaransas.org. TIME: 5:00 p.m. PUBLISHED in The South Jetty in the Thursday, May 31 st & June 7 th, 2018 editions. CITY OF PORT ARANSAS, TEXAS Irma G. Parker, City Secretary

CITY OF PORT ARANSAS 710 W. AVENUE A PORT ARANSAS, TX 78373 TELEPHONE: (361)749-4111 NOTICE TO BIDDERS Proposal Title: Proposal Closing Time: Request for Purchase of Temporary Buildings/Offices for Operation of the City Fire Department 4:00 p.m. Central Standard Time Bidder s Conference: June 6, 2018, 1:00 p.m. CST, In person or Dial in (Recommended) 1-877-273-4202 Conf # 7285756 Proposal Closing Date: Council Action: Submission of Proposal: June 14, 2018, 4:00 p.m. CST TBD Francisca Nixon City Secretary City of Port Aransas 710 W. Avenue A Port Aransas, TX 78373 Note: Specification questions: Proposals will not be accepted via facsimile or e-mail Leo Wood Broaddus and Associates City of Port Aransas 710 W. Avenue A Port Aransas, TX 78373 228-224-2156 (cell) CITY OF PORT ARANSAS NOTICE TO BIDDERS 1

INTRODUCTION A. Request for Proposal The City of Port Aransas (City) requests proposals for Purchase of Temporary Buildings. This request stems from the destruction of City facilities related to Hurricane Harvey. While the request indicates portable buildings, the City seeks the most cost-effective solution to its short- and long-term needs for facilities to serve the training and office functions of the Fire Department. Specifications for these facilities are provided as Exhibit B: 1. Fire Department Training Facility and Offices The objective of this Notice to Bidders is to identify a provider of temporary / portable buildings to be purchased that can offer the highest quality service at the lowest cost to the City. This objective is similar for all goods and services placed on a competitive bidding approach by the City. Services provided will be in accordance with the Purchasing Contract and attachments executed between the City and the Contractor. B. General Specifications: 1. Provide temporary facilities designed to meet the short- and long-term needs described in the additional specifications (Exhibit B) and clarified through the Bidders Conference. Location of the facility will be setup is "To Be Determined" (TBD). 2. Deliver, anchor, set-up, and establish functionality necessary for operation of the building(s). 3. Tie into provided electrical meter pole, connect to provided water tap, and connect to provided sewer tap. C. Approved vendors of the following purchasing cooperatives are preferred: 1. State of Texas Cooperative Purchasing Program 2. Buyboard 3. TCPN 4. TxMAS 5. HGAC D. Proposal Procedures 1. A proposer shall use the attached Proposal Form, Exhibit A, in submitting a proposal. It is required that the Proposal Form be completed in its entirety. Proposer shall state if the proposers firm is a corporation. 2

Certified with the Texas Secretary of State and have a corporate status in good standing. Out of State Corporations must include with the proposal evidence of authority to do business in Texas. 2. If a service requirement cannot be met by a proposer, then the term No Proposal should be entered on the Proposal Form for that specific requirement. In the case of a No Proposal remark, the proposer may offer an alternative equivalent service for the City s consideration. 3. Services for which a proposer intends to charge a fee must have the applicable fee indicated on the Proposal Form. Any service which does not have a fee indicated on the Proposal Form will be considered free of charge in the Purchasing Contract. 4. Proposer is requested to offer the basic proposed facility and is invited to add options so long as the cost of the options can be separated from the basic facility. 5. The proposal must be submitted in a sealed envelope bearing the title City of Port Aransas Portable Building (Fire) Proposal along with the name and address of the proposer. The proposer shall submit two (2) copies of the completed Proposal Form and the other required information identified below and shall be directed to Francisca Nixon, City Secretary, City of Port Aransas, 710 W. Avenue A, Port Aransas, Texas 78373 no later than 4:00 p.m. on June 14, 2018. 6. A proposer may submit written questions to clarify any matters relating to this request for proposals. The proposer s question(s) and the City s response will be shared with all applicants that obtained a Notice. 7. Leo Wood, Broaddus and Associates 228-224-2156 may be contacted for any questions concerning this Notice. 8. The City reserves the right to reject any or all proposals, to waive any nonmaterial irregularities or informalities in any Notice, and to accept or reject any item or combination of items. 9. All costs incurred by the proposer in responding to the Notice shall be borne by the proposer. 10. Unauthorized modifications of specifications, forms or terms may render the proposal invalid. E. Selection process The City will evaluate the merit of the proposals received. The sole objective of this evaluation will be to recommend the Contractor whose proposal is most responsive to the City s facility needs. While the specifications of this Notice 3

represent the minimum performance necessary for response, the City will consider additional services in the final selection process. The following criteria will be used to evaluate the proposals submitted in response to this Notice (criteria are not listed in order of importance). 1. Meeting the legal qualifications and the terms and conditions specified in the Notice; 2. Completeness of Exhibit A, the Proposal Form; 3. Submission of the required information; 4. Ability to deliver the facilities in a timely and responsive manner; 5. Concept and proposed solutions, including responsiveness to terms and conditions, completeness and thoroughness of plan to provide the temporary building and services described in the Notice; 6. Cost of the proposed portable building purchasing services and the cost of the operation of those buildings (i.e., efficiency);ts); 7. Financial condition of the proposer; 8. Experience and success in providing portable / temporary facilities to municipal governments in Texas. F. Contract Terms 1. The selected Contractor will provide the required temporary building beginning as soon as possible after June 15, 2018. 2. The Purchasing Contract will be awarded to the vendor whose proposal conforms to the Notice and is most advantageous and cost effective to the City. 3. The following additional agreements will be executed between the designated Contractor and the City to be effective on June 15, 2018 or later; a. Facility Purchasing and Services Agreement b. Maintenance Agreement/Warranty Terms c. Agreement pertaining Insurance and other Liabilities Additional contracts and agreements relating to the normal operations of a portable facility may be required during the term of the Purchasing Contract. All supplemental contracts and agreements to the Purchasing 4

Contract must be approved as to both form and content by the Director of Finance and the City Attorney. All supplemental contracts and agreements will be attachments to the Purchasing Agreement. 4. If a Contractor does not deliver the Temporary Building(s) within twentyone (21) calendar days after being notified of selection, the City may give notice to the Contractor of the City s intent to select the next most qualified proposing Contractor or call for new proposals, whichever the City deems most appropriate. SECTION II PURCHASING SERVICES TO BE PROVIDED A. Purchasing services to be provided are listed on Exhibit A, the Proposal Form. The following identifies and discusses the services to be provided: B. Temporary / Portable facility to house the City of Port Aransas Fire Department. The purpose of the purchasing agreement is to provide emergency / temporary facilities for the City s fire operations as part of the emergency response following Hurricane Harvey. 1. Additional Charges: All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing. SECTION III REQUIRED INFORMATION The following document must be submitted with the completed Proposal Form by the proposer: Illustrations of proposed facilities, such as floor plans and general design features. SECTION IV SUBMISSION OF PROPOSALS All proposals submitted pursuant to this request for Purchase of Portable Buildings/Offices for Operation of the City Fire Department must be delivered to: Francisca Nixon City Secretary City of Port Aransas 710 W. Avenue A Port Aransas, TX 78373 Deadline for submission is 4:00 p.m. (CST), June 14, 2018. Proposals received after that time will not be considered and will be returned to the proposer unopened. 5

Other requirements are listed below: A. Two (2) copies of the proposal shall be submitted. B. All information requested of the proposer by the Notice shall be provided. Failure to do so may disqualify the proposal. C. All information shall be entered in ink or typewritten. D. Proposal shall be signed by an authorized representative of the company. E. Proposals may be submitted in a sealed envelope or box to the address shown above. F. Proposals may be submitted in person, by U.S. Mail, Special Delivery or courier service. No facsimile or e-mail proposals will be accepted G. All exceptions to any point of the Notice must be clearly shown. It is suggested that exceptions be made as a separate section within the proposal for clarity. SECTION VI PROPOSER S RESPONSIBILITY Proposers should carefully examine the entire Notice and any addenda thereto, and any related materials and dates referenced in the Notice. Proposers shall become fully aware of the nature and location of the work. All proposers are responsible for the cost to produce their proposal. All proposers are responsible for their proposal s content, timeliness of submission and withdrawal. EXHIBIT A CITY OF PORT ARANSAS PROPOSAL FORM PURCHASE OF PORTABLE BUILDINGS/OFFICES FOR OPERATION OF THE FIRE DEPARTMENT Company Name: Company Address: 6

Company Phone: Official Submitting: Title of Official: A. Products/Pricing Instructions Please respond in the following sections. 1. Describe and provide drawings of temporary facilities and services proposed, separated by requested function: a. Fire Department offices and Training facility b. Maintenance of the facility (functional / operational maintenance such as electrical, plumbing, HVAC, and structural elements); c. Other proposed services. 2. Describe pricing for temporary facilities and services proposed, separated by requested function: a. Fire Department offices and Training facility; b. Other proposed services. 3. Describe pricing, if any, for warranties on temporary facilities and services proposed, separated by requested function: 4. Describe payment methods 5. Other factors relevant to this section as submitted by the proposer B. Performance Capability 1. Describe capability to deliver products and services in a responsive and timely manner. 2. Describe proposer s capacity to meet on-site service and warranty needs in a timely manner. 3. Describe customer service/problem resolution 4. Describe proposer s financial condition 5. Provide a list of municipal references 7

6. Provide instructional materials for temporary facilities if available (a website link is sufficient) 7. Other factors relevant to this section as submitted by the proposer 8

CITY OF PORT ARANSAS SPECIFICATIONS FOR FACILITIES EXHIBIT B ADDITIONAL SPECIFICATIONS FOR THE TEMPORARY FACILITIES Please note that standards for permanent facilities may be found here http://www.tcjs.state.tx.us/. To the extent possible, these standards are preferred for the temporary facilities. Please add any specifications such as: - Structural system type. - Multi-unit complex construction plan - Joined units must maintain a positive alignment of floors, walls, roofs and allow for future relocation - Manufactures specifications for frame - Floor framing specifications - Floor finish specifications - Wall framing specifications - Interior Wall finish specifications - Doors specifications and hardware - Window specifications - Electrical specifications - Number of Duplex receptacles per room - Interior lighting specifications - Emergency lighting and other safety specifications - HVAC specifications Section A. ALL FACILITIES 1. All facilities must meet ADA accessibility requirements, including but not limited to accessible stairs and walkways leading into and out from facilities, accessible internal passage doors, and accessible restrooms. 2. All facilities must be climate controlled. 3. All facilities must be secure & hardened. Section B. FIRE DEPARTMENT OFFICES AND TRAINING FACILITY a. One (1) private office for Fire Chief with network cabling capabilities. (single office size) b. Secure connections to the network for computers in each office. 9

c. A Meeting Room/Training Facility area estimated 23 x 30. The space needs to be versatile enough to function as a meeting room, training room and work space. Ample electrical outlets are required to charge multiple devices. The space needs to have at least three networked computer stations and at least one networked printer/scanner. d. Two (2) storage rooms, one estimated at 8 x 10 and the other estimated at 10 x 26. e. One (1) Foyer area for constituents to enter in to. f. One (1) Unisex Restroom (ADA compatible). Section C. OPTIONAL SERVICES AND FUNCTIONALITY 1. This section enables bidders to propose additional services, such as service agreements, and additional functionality of the temporary facilities not requested in the specifications. These should be separated from the primary bid and priced separately as optional costs. 10

SIGNATURE OF ENTIRE PROPOSAL AND SUBMITTALS FIRM: BY: Signature Title Print or Type Name ADDRESS: Street Address and/or P.O. Box Number City State Zip Code PHONE: FAX: RETURN ENTIRE NOTICE PACKAGE AND ALL DOCUMENTATION REQUIRED BY THIS NOTICE TO BIDDERS 11

PROPOSAL AFFADAVIT AUTHORIZED OFFICER: All pages in proposal containing statements, letters, etc., shall be signed by a duly authorized officer of the company, whose signature is binding on this proposal. The undersigned offers and agrees to furnish all of the services stated in the accompanying proposal. The period of acceptance of this proposal will be ninety (90) calendar days from the date of the proposal closing, unless otherwise indicated by proposer. STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of, on this day personally appeared, who after being by me duly sworn, did depose and say: I, am a duly authorized officer or/agent for (name) and have been duly authorized to execute the (name of firm) foregoing proposal on behalf of the said: I hereby certify that the foregoing proposal has not been prepared in collusion with any other proposer or other person or persons engaged in the same line of business prior to the official receipt of this proposal. Further, I certify that the proposer is not now, nor has been for the past six (6) months, directly or indirectly concerning in any pool or agreement or combination, to control the price of services/items offered, or to influence any person or persons to offer or not to offer thereon. Name and address of Proposer:,, BY: (print name) (Signature) (Title) SUBSCRIBED AND SWORN to before me by the above named on Date Notary Public in and for the State of RETURN THIS AFFIDAVIT AS PART OF PROPOSAL 12

13