Loading...
HomeMy WebLinkAboutIFB 2026111-04 Delivery of Election Equipment and Supplies FINALINVITATION FOR BIDS Notice is hereby given that sealed bids will be received by the Franklin County Controller's Office, Franklin County Administration Building, 272 North Second Street, Chambersburg, PA 17201 for the Delivery and Pick- Up of Election Equipment and Supplies until 4:00 PM prevailing time on Tuesday, March 24, 2026. All bids so received will be publicly opened and read on Wednesday, March 25, 2026, at 10:00 AM prevailing time at the Franklin County Commissioners’ Office, 272 North Second Street, Chambersburg, PA 17201. Specifications, instructions and bid form will be furnished by the Franklin County Procurement Office upon request at 272 North Second Street, Chambersburg, PA 17201, or by calling (717) 261-3890. The Franklin County Commissioners reserve the right to reject any or all bids and to waive any or all defects, errors, omissions, irregularities or informalities in any bid. Awards shall be made only to responsible bidders that possess the potential to perform successfully under the terms and conditions of this procurement. Consideration shall be given to such matters as bidder integrity, compliance with public policy, record of past performance as well as financial and technical resources when determining responsibility. FRANKLIN COUNTY COMMISSIONERS Dean A. Horst, Chairman John T. Flannery Robert G. Ziobrowski LEGAL AD Request for Bid for the Delivery and Pick-Up of Election Equipment and Supplies. Proof of Publication Requested Please Publish -March 9, 2026 and March 12, 2026 INVITATION FOR BID DELIVERY AND PICK-UP OF ELECTION EQUIPMENT AND SUPPLIES FOR THE COUNTY OF FRANKLIN, PA COUNTY OF FRANKLIN, PENNSYLVANIA IFB# 2026111-04 County of Franklin, PA 272 North Second Street Chambersburg, PA 17201 TABLE OF CONTENTS INTRODUCTION ....................................................................................................................................................1 1 GENERAL INFORMATION. ................................................................................................................................... 1 2 OBJECTIVE. ........................................................................................................................................................... 1 3 DESCRIPTION OF THE GOVERNMENT. ................................................................................................................ 1 4 TIME REQUIREMENTS. ........................................................................................................................................ 1 INSTRUCTIONS TO BIDDERS ..................................................................................................................................1 1 PREPARATION OF BID. ........................................................................................................................................ 1 2 AWARD AND EXECUTION OF THE CONTRACT. ................................................................................................... 2 3 WITHDRAWAL OF BIDS. ...................................................................................................................................... 2 4 RIGHT TO REJECT BIDS. ....................................................................................................................................... 2 5 TERM. .................................................................................................................................................................. 2 6 EXEMPTION FROM FEDERAL EXCISE AND PENNSYLVANIA SALES TAX. ............................................................ 2 7 PROTECTION BY VENDOR. .................................................................................................................................. 2 8 QUESTION AND ANSWER PERIOD. ..................................................................................................................... 3 9 LETTER OF CREDIT ............................................................................................................................................... 3 10 INSURANCE COVERAGE....................................................................................................................................... 3 11 NON-DISCRIMINATION CLAUSE. ......................................................................................................................... 4 12 CONTRACT PROVISIONS. ..................................................................................................................................... 4 BID SPECIFICATIONS ...............................................................................................................................................6 ATTACHMENT A NON-COLLUSION AFFIDAVIT ATTACHMENT B QUALIFICATION QUESTIONNAIRE ATTACHMENT C W-9 ATTACHMENT D POLL LOCATIONS ATTACHMENT E AGREEMENT BID FORM BID CHECKLIST Page | 1 INTRODUCTION 1 GENERAL INFORMATION. The County of Franklin, PA ("County") is requesting bids from qualified contractors to provide for the pick-up and delivery of election equipment and supplies. 2 OBJECTIVE. This project consists of the pick-up, delivery and setup of booths, tables, chairs and election equipment to 73 voting poll locations, twice a year with delivery on the Monday prior to each election and return on the Wednesday after each election. 3 DESCRIPTION OF THE GOVERNMENT. The County of Franklin, PA was incorporated on September 9, 1784 and is a fourth-class county with a population of 155,932 (2020 Census). It operates under a three-member elected Board of Commissioners. The County provides services to its citizens such as judicial administration, human services, public safety, public works, economic development and general administration. The Franklin County Board of Elections is charged with oversight and regulation of all elections, complying with state and federal laws. 4 TIME REQUIREMENTS. Request for Bid Issued: March 9, 2026 Questions/Answers Ends: March 17, 2026, 4:00 PM Due Date for Bids: March 24, 2026, 4:00 PM Bid Opening: March 25, 2026, 10:00 AM INSTRUCTIONS TO BIDDERS 1 PREPARATION OF BID. 1.1 Bids shall be addressed to and will be received by the Franklin County Controller's Office, Franklin County Administration Building, 272 North Second Street, Chambersburg, PA 17201 until 4:00 PM prevailing time on Tuesday March 24, 2026. All bids so received will be publicly opened and read at the Franklin County Commissioners meeting on Wednesday March 25, 2026 at 10:00 AM at the Franklin County Commissioners’ Office, 272 North Second Street, Chambersburg, PA 17201. 1.2 Bids shall be enclosed in sealed opaque envelopes. Bids shall be identified by disclosing on the face of the envelope the name of the project, IFB # 2026111-04; Delivery and Pick-Up of Election Equipment and Supplies and the name of the bidder. 1.3 Attention is directed to the Bid Form in the Bidding Documents. Failure to fill out, execute and submit the form as specified is sufficient reason for rejection. 1.4 Bids must be signed by an owner, partner, or in the case of a corporation, by the President or Vice President and attested by the Secretary, with Corporate Officer, a Power-of-Attorney must be attached to the bid. 1.5 All applicable blank spaces in the bid shall be filled in clearly where indicated, either typed or written in ink. Altering and/or changing any part of this bid will be sufficient reason for rejection. Page | 2 1.6 Where so indicated by the makeup of the Bid Form, sums shall be expressed in both words and figures, and in the case of discrepancy between the two, the amount written in words shall govern. 1.7 The owner reserves the rights to award the contracts to the other than lowest bidder if, in its opinion, the products included within such bids are not equal to the standard established for such projects in the specifications. 1.8 Each bidder shall be required to execute a Non-collusion Affidavit and affix it to the Bid Form. No bid shall be considered unless accompanied by such executed affidavits. See Attachment A. 1.9 Each bidder shall complete and include the qualification questionnaire in their submission. See Attachment B. 1.10 Each bidder shall include a current and completed W-9 with their submission. See Attachment C. 2 AWARD AND EXECUTION OF THE CONTRACT. 2.1 When the bid has been accepted by the County, notification of such acceptance will be mailed to the successful bidder, at the address designated by the bidder on the BID FORM. 2.2 Award shall be to the lowest responsible and responsive bidder who demonstrates the ability to complete the work. 2.3 The County reserves the right to correct minor math errors. The County shall be the sole judge as to what constitutes a minor math error. 3 WITHDRAWAL OF BIDS. 3.1 Bids may not be modified, withdrawn or cancelled by the bidder for thirty (30) days after the time designated for the receipt of bids. 4 RIGHT TO REJECT BIDS. 4.1 The County reserves the right in its discretion to reject any or all bids and to waive irregularities or information in any bid and to award contracts on an item-by-item basis. Awards shall be made only to responsible bidders that possess the potential ability to perform successfully under the terms and conditions of this procurement. Consideration shall be given to such matters as bidder integrity, compliance with public policy, record of past performance, and financial and technical resources when determining responsibility. 5 TERM. 5.1 The contract shall begin upon execution of the Agreement and end on November 30, 2028. There shall be an option to extend the contract term for up to 2 additional one (1) year periods. 6 EXEMPTION FROM FEDERAL EXCISE AND PENNSYLVANIA SALES TAX. 6.1 The County of Franklin, PA is exempt from Federal Excise Taxes and Pennsylvania Sales Taxes as a political subdivision of the Commonwealth of Pennsylvania. Prices as shown in the bid shall exclude such Federal and State Taxes. 7 PROTECTION BY VENDOR. 7.1 The vendor agrees to indemnify and save harmless the County of Franklin, PA, its representatives, Page | 3 employees and agents, from all claims, demands, actions, suits and liabilities arising from the Vendor’s own fault or negligence or through the negligence or fault of the manufacturer or goods and reasonable attorney fees incurred by the county in response to such claims, demands, actions or liabilities, provided it ultimately determined that such claims result from the vendor’s or manufacturer’s fault or negligence. 7.2 The vendor shall not assign or otherwise transfer any of its responsibilities or obligations under the contract to any other person or entity without prior written consent of the County. 7.3 The vendor agrees that a failure to complete all work specified hereunder by the contractual completion date shall result in damages to the County in an amount that is substantial and difficult to calculate, and that such failure shall subject the vendor to the imposition of reasonable, non-penal liquidated damages as set by the contract between the parties. 8 QUESTION AND ANSWER PERIOD. 8.1 Questions will be accepted until 4:00 PM Tuesday March 17, 2026 via email at procurement@franklincountypa.gov. Answers will be posted at https://www.franklincountypa.gov/current-solicitation-opportunities/. 9 LETTER OF CREDIT 9.1 Upon execution of the agreement, the contractor shall issue an irrevocable Letter of Credit in the amount of twelve thousand dollars and no cents ($12,000.00) in favor of the County of Franklin, PA valid and enforceable for the entire term of the contract. 10 INSURANCE COVERAGE. 10.1 The successful bidder shall be required to provide the following insurance coverage and submit evidence of the coverage required below in the form of an ACORD certificate of insurance. The County of Franklin shall be named as Additional Insured for the project. Liability Insurance shall include all major divisions of coverage and be on a comprehensive basis including: 10.1.1 Premises Operations (including X, C and U as applicable). 10.1.2 Products and Completed Operations. 10.1.3 Personal Injury Liability with Employment Exclusion deleted. 10.1.4 Contractual Liability. 10.1.5 Broad Form Property Damage including Completed Operations. 10.2 The Contract and all subcontractors, at their own expense, shall provide and maintain insurance in companies acceptable to the Owner as follows: 10.2.1 Workers’ Compensation: As required by all applicable Federal, State, Maritime or other laws including Employers’ Liability with a limit of at least $100,000. 10.2.2 Comprehensive General Liability: Including Contractor’s Liability; Contingent Liability; Contractual Liability; Completed Operations and Products Liability all on the occurrence basis with Personal exclusion relating to Explosion, Collapse and Underground Property Damage. Completed Operations Liability shall be kept in force for at least two years after the date of final completion. Minimum limits to be as follows: Bodily Injury Each Occurrence $1,000,000.00 Page | 4 Aggregate $2,000,000.00 Property Damage Each Occurrence $1,000,000.00 Aggregate $2,000,000.00 10.2.3 Combined Single Limit $1,000,000.00 10.2.4 Umbrella/Excess Policy $5,000,000.00 10.3 If this insurance is written on the Comprehensive General Liability policy form, the Certificates shall be AIA Document G705, Certificate of Insurance. If this insurance is written on a Commercial General Liability policy form, ACORD form 25S will be acceptable. 10.4 Furnish one copy of certificates herein required for each copy of Agreement naming the County of Franklin, PA as certificate holder; specifically set forth evidence of all coverage required by subparagraphs 12.1 through 12.3. Furnish to the owner copies of any endorsements that are issued subsequently, amending coverage or limits. 11 NON-DISCRIMINATION CLAUSE. 11.1 Franklin County assures that no person shall be excluded from participating in, be denied the benefits of, or be otherwise subjected to discrimination on the grounds of race, gender, creed, color, sexual orientation, gender identity or expression, or in violation of the Pennsylvania Human Relations Act, which prohibits discrimination on the basis of race, color, religious creed, ancestry, age, sex, national origin, handicap or disability, or in violation of any applicable local, state, or federal laws. With advance notification accommodations may be provided for those with special needs to language, speech, sight or hearing. If you have a request for a special need, wish to file a complaint, or desire additional information please contact the Risk Management Department at (717) 261-3819 or riskmgt@franklincountypa.gov. 12 CONTRACT PROVISIONS. 12.1 After Franklin County makes its selection, it shall proceed to negotiate a contract based on the bid and scope of work for the project. If the County is unable to negotiate a satisfactory contract with the most highly qualified bidder, the County shall formally end negotiations with that bidder and begin to negotiate with the second most highly qualified bidder. Negotiations shall continue in this sequence until a contract is agreed upon. 12.2 The performance of this contract shall be in accordance with all Federal, State and local laws as may be applicable. Any contract between Franklin County and the awarded bidder shall be subject to the rules and regulations of any agencies where funding is being requested. Franklin County reserves the right to reject any and all bids, and to waive irregularities. Additionally, in the event that Franklin County procures grant funding assistance, the contract shall contain all necessary provisions of that grant award contract. 12.3 The contract between the County and the selected bidder will include the following non-negotiable contract provisions: 12.3.1 Indemnification of the County. 12.3.2 Non-Indemnification of the contractor. 12.3.3 Forum Selection (Franklin County, PA Court of Common Pleas). Page | 5 12.3.4 Choice of law (Commonwealth of Pennsylvania). 12.3.5 Termination for convenience/termination for cause by the County/nonappropriation. 12.3.6 Prevailing party attorneys’ fees. 12.3.7 Non-discrimination. 12.3.8 Suspension and debarment. 12.3.9 Release of liability in favor of the County. 12.3.10 Non-release of liability of the contractor. 12.3.11 Insurance Coverage and County status as an additional insured as set forth in Section 10 herein. 12.3.12 Terms of payment and invoicing, including 45-day payment period after acceptance. 12.3.13 Data security, confidentiality, and use of County data and information. 12.3.14 Any and all federal and state provisions required as a result of grant funding. 12.4 The County reserves the right to request additional contract provisions it deems necessary as needed to protect the best interest of the County . 12.5 See Attachment E for the Agreement. (THIS SPACE LEFT BLANK INTENTIONALLY) Page | 6 BID SPECIFICATIONS Bidders shall comply with all relevant federal, state, and local rules and regulations related to the services or equipment provided, including licenses, permits, and insurance. Elections In Pennsylvania, there are 2 elections a year: a Primary Election is held on the third Tuesday of May except in years with a Presidential Election when it is normally held the fourth Tuesday of April; and the November Election which is always held the first Tuesday after the first Monday in November. In 2026, the General Primary is expected to be held on Tuesday, May 19th, and the November Election will be held on Tuesday, November 3rd. Note, in the event that the dates are changed by legislative act during the term of this contract, the contractor shall provide the service for the new dates. Pick-Up and Delivery (Loading and Unloading) The election equipment and supplies shall be picked up and loaded on trucks in the three (3) days prior to the Monday delivery dates from a location in Chambersburg, Pennsylvania. The exact schedule shall be coordinated with Franklin County staff. There are seventy-three (73) polling/delivery locations. All equipment and supplies shall be delivered to the designated delivery locations on or before the Monday prior to the election and set up at that location as directed by Franklin County staff. Franklin County staff will work with the contractor and locations to coordinate exact delivery date and time. See Attachment D for the current list of all seventy-three (73) locations. Note that while the County plans no changes in polling locations, from time to time the exact location of a location may change due to circumstances beyond our control. In that case the contractor shall deliver to any established alternate location. The contractor shall ensure safe and secure storage of all supplies and equipment while in possession of the contractor. The County shall approve of any location where locked trucks are parked. The election equipment and supplies shall be broken down and loaded on trucks on the Wednesday directly after elections and returned to the Chambersburg storage area. Franklin County staff shall coordinate exact pickup times and order. The County requires that the contractor provides a minimum of five (5) 24-foot trucks. Each truck shall be staffed with 2 contractor staff. In the past it has taken approximately 1 hour per truck to load the equipment at our location and 8 hours per truck to deliver/pick up the equipment and supplies. The total estimated work time is eighteen (18.0) hours per truck or ninety (90) hours total for five (5) trucks. In the event that additional trucks and staff are required to deliver and setup all the equipment and supplies, the contract shall provide additional trucks to allow for movement of all equipment and supplies in the required timeframe. Two (2) Franklin County staff members shall accompany the contractor’s personnel to each polling place and supervise the unloading and setting up of the equipment and supplies as well as the return of the equipment and supplies. County staff members will travel in a County vehicle and not ride in the contractor vehicle. Election equipment and supplies Equipment and supplies for each of the 73 delivery locations consists of: • One precinct counter weighing approximately 60 lbs. (on wheels), Page | 7 • One ExpressVote weighing approximately 15 lbs. • Ballot Booths weighing approximately 80 lbs. or less, and • Tables, chairs and yard signs. Overall there are approximately 147 booths, 73 tables and 7 chairs combined across all locations. Also, some locations will have miscellaneous items such as power strips, lights, extension cords and/or rope dividers. Note that some equipment is electronic and will need to be handled with extreme care. Other The Contractor is responsible for all licenses, taxes, permits, fees, insurance and bonding costs for this project. All costs must be included in the bid price. Any damage to buildings or property caused by the contractor shall result in the contractor repairing or replacing the damaged item(s) at no additional cost to the County. Within three (3) weeks of the execution of the Agreement, the awarded contractor shall have a kick-off meeting with County Elections staff to review the project. Three (3) weeks before the election, the awarded contractor shall participate in a training/preparation meeting at the County storage site. No later than two (2) weeks before each election, the awarded contractor shall submit a Pennsylvania State Police Criminal Background Check for each person who will be working on this project for review and approval by the County. In the event of an occurrence that would alter the results of the approved background screen, the Contractor shall notify the County within one (1) business day of said occurrence. (THIS SPACE LEFT BLANK INTENTIONALLY) ATTACHMENT A INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid and in accordance with the Pennsylvania Antibid-Rigging Act, 73 P.S. 1611 et seq. 2. This Non-Collusion Affidavit must be executed by the member, officer or employer of the Bidder who makes the final decision on prices and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit should examine it very carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval, or submission of the bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an Affidavit must be submitted separately on behalf of each party. 5. The term "Complementary Bid" as used in the Affidavit has the meaning commonly associated with the term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid. 7. A person's affidavit stating that the person has been convicted or found liable of any act prohibited by State or Federal law in any jurisdiction involving conspiracy or collusion with respect to bidding in any public contract within the last three (3) years does not prohibit a governmental agency from accepting a bid or awarding a contract to that person, but may be a ground for administration, suspension or debarment in the discretion of a governmental agency under the rules and regulations of that agency, or, in the case of a governmental agency with no administrative suspension or debarment regulations or procedures, may be a ground for consideration on the question whether such agency should decline to award the contract to that person on the basis of a lack of responsibility. NON-COLLUSION AFFIDAVIT Contract/Bid No: 2026111-04 State of: :ss County of: I state that I am of and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: 1. The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening. 3. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit to a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. 5. its affiliates, subsidiaries, officers, directors, and (Firm) employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal Law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: 6. has or has not been convicted or found liable for any act prohibited by State or Federal Law in any jurisdiction involving conspiracy or collusion with respect to bidding on any public contract within the last three (3) years. (Title) (Firm) I state that understands and (Firm) acknowledges that the above responsibilities are material and important and will be relied on by the Owner in awarding the contract(s) for which this Bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from the Owner of the true facts relating to the submission of bids for this contract. Name Company Position SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY OF Notary Public My Commission Expires: ATTACHMENT B QUALIFICATION QUESTIONNAIRE BIDDER (Name and Address): OWNER: COUNTY OF FRANKLIN PROJECT: FRANKLIN COUNTY 272 North Second Street DELIVERY OF ELECTION Chambersburg, PA 17201 SUPPLIES & EQUIPMENT 1. Companies bidding on this Project must submit this Qualification Statement to COUNTY OF FRANKLIN (“Owner”). 2. Only companies that are deemed to be responsible contractors under the laws and regulations of the Contract Documents will be designated as qualified bidders at the time that awards are made on the prime contracts offered on the Project. 3. The Instructions to Bidders and other bidding documents govern Owner’s consideration of this Statement. 4. Bidder shall answer all questions on this form, supplying the requested documents using the spaces indicated (and additional pages if necessary) and attaching documents as required. 5. Bidder may submit additional information as desired. I. Capability 1. Name of Bidder: 2. State the address of Bidder’s principal place of business (main office or headquarters): 3. State Bidder’s form of organization (sole proprietorship, partnership, corporation, limited liability company, etc.): 4. If Bidder is a corporation, state: a. Date of incorporation: b. State of incorporation: c. Names and titles of all officers: d. Provide the names of all of Bidder’s subsidiaries or parent organization and all affiliated organizations, stating the relationship of each to Bidder: 5. If Bidder is a limited liability company, state: a. Date of filing of the certificate of organization: b. State where filed: c. Names and titles of all officers: d. Provide the names of all of Bidder’s subsidiaries or parent organization and all affiliated organizations, stating the relationship of each to Bidder: 6. If Bidder is a partnership (including a joint venture), state: a. Date of formation: _______ b. State under which partnership formed: _______ c. Whether partnership is general or limited: _______ d. Names and home addresses of all partners (indicate any limited partners): _________________________________________________________________________________ _________________________________________________________________________________ e. Provide the names of all of organizations controlled by Bidder or any of its partners: _______ ________________________________________________________________________________ _________________________________________________________________________________ 7. If Bidder is a sole proprietorship or some other form of organization other than a corporation, limited liability company, or partnership, attach the operating agreement or other documentation governing the activities of the organization and state: a. Type of organization: ______ b. Date of formation: ______ c. Names and home addresses of all principals: ______ ________________________________________________________________________________ ________________________________________________________________________________ d. Provide the names of all organizations controlled by Bidder or any of its principals: _____ 8. Regarding ownership and control: a. List all organizations and individuals who have a financial interest greater than five percent (5%) in Bidder: ________ b. Identify any other organization or individual who controls or substantially influences the bidding or operation of Bidder: _______ 9. Provide the numbers, categories, and locations of all employees and officers: __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ 10. Is Bidder currently registered to do business in Pennsylvania: If not, does Bidder have a pending application for registration: ______ 11. Does Bidder hold all necessary licenses to perform the work for which it desires to be considered for the Project? If so, identify those licenses. _____________________________________ If not, identify all pending applications for those licenses: _____________________________ 12. Identify all of Bidder’s offices located in Franklin County: _______ ________________________________________________________________________________________ ________________________________________________________________________________________ 13. Identify all of Bidder’s offices located in Pennsylvania: _______ ________________________________________________________________________________________ ________________________________________________________________________________________ 14. List the number of years Bidder has been engaged in business under its present business name: 15. The equipment Bidder owns or leases that is available for the Project: a. Owned: Leased: b. A list of all collective bargaining agreements to which you are bound: 16. Identify any work Bidder has performed for COUNTY OF FRANKLIN, including the location of the project, the nature of the contract, the contract amount, the kind of work, and the nature of the project: __________________________________________________________________ __________________________________________________________________ 17. List three projects/references that involve the same type of work that Bidder has completed, identifying the name and address of the owner, the location of the project, the nature of the contract. 18. In the last three (3) years, has Bidder been in a reorganization under Chapter 11 of the United States Bankruptcy Code or in any other manner seeking an arrangement or debt adjustment with its creditors? If so, explain: 19. Identify any parent, subsidiary, or other company affiliated with Bidder that has declared bankruptcy or has been placed into bankruptcy in the past ten (10) years: 20. Have any of Bidder’s officers or principal operating personnel been employed or associated with a company that has been in bankruptcy or ceased to operate at any time in the past ten (10) years? If so, state the person’s name, title, and the name of the company involved: II. Conduct 1. List all felony convictions, all bidding-related offenses, and all misdemeanor convictions involving moral turpitude of Bidder, its affiliates, its owners holding more than five percent (5%) interest, its officers, and its administrators, managers, and superintendents that may be assigned to the Project: 2. List all debarments, suspensions, and denials of pre-qualification of Bidder, its affiliates, and its holders owning more than five percent (5%) interest, for any federal, state, local, or other governmental contracting. Bidder hereby authorizes and requests that any person, firm, or corporation may furnish any information requested by the COUNTY OF FRANKLIN to verify the information contained in this Statement. ___________________________________ Signature ___________________________________ Printed Name ___________________________________ Title ___________________________________ Firm ___________________________________ Date ATTACHMENT C ATTACHMENT D VOTING POLL LOCATIONS Antrim 1 Greencastle Baptist Church Greene 1 New LIFE Worship Center COG 2377 Buchanan Trail W. 7798 Lincoln Way E. Greencastle, PA 17225 Fayetteville, PA 17222 Antrim 2 Kauffman Ruritan Club Comm. Bldg. Greene 2 Scotland Community Center 7289 Ruritan Dr. 3832 Scotland Main St. Chambersburg, PA 17201 Scotland, PA 17254 Antrim 3 Shady Grove Community Center Greene 3 Kenny's Auction 11972 Community Center Ln 4401 Philadelphia Ave. Shady Grove, PA 17256 Chambersburg, PA 17201 Antrim 4 State Line Community Center Greene 4 St. Paul Lutheran Church 15841 Park Dr. 44 E. Main St. State Line, PA 17263 Fayetteville, PA 17222 Antrim 5 Grace Bible Church Greene 5 Mt. Pleasant United Brethren Church 2327 Hoffman Rd. 2509 Black Gap Rd. Greencastle, PA 17225 Chambersburg, PA 17201 Chambersburg 1-1 St. Paul United Methodist Church Greene 6 Salem United Brethren Church 750 Norland Ave. 4349 Letterkenny Rd. Chambersburg, PA 17201 Chambersburg, PA 17201 Chambersburg 1-2 Park Avenue United Methodist Church Guilford 1 Grace Brethren Church 125 Park Ave. 315 S. Edwards Ave. Chambersburg, PA 17201 Chambersburg, PA 17202 Chambersburg 2-1 CASD Administration Building Guilford 2 New Guilford BIC Church 435 Stanley Ave. 1575 Mont Alto Rd. Chambersburg, PA 17201 Chambersburg, PA 17201 Chambersburg 2-2 CASD Administration Building Guilford 3 New Franklin Community Bldg. 435 Stanley Ave. 2500 New Franklin Rd. Chambersburg, PA 17201 Chambersburg, PA 17201 Chambersburg 3-1 Chambersburg Rec Center, Bard Hall Guilford 4 Heidelburg Fellowship Hall 235 S. Third St. 144 Colorado St. Chambersburg, PA 17201 Marion, PA 17235 Chambersburg 4-1 First Lutheran Church Guilford 5 South Mtn. Volunteer Fire Co. 43 W. Washington St. 11207 Loop Rd. Chambersburg, PA 17201 Fayetteville, PA 17222 Chambersburg 4-2 Falling Spring Presbyterian Church Guilford 6 Calvary United Methodist Church 221 N. Main St. 150 Norlo Dr. Chambersburg, PA 17201 Fayetteville, PA 17222 Chambersburg 5-1 Chambersburg Bible Church Hamilton 1 West Side Brethren in Christ Church 810 Orchard Dr. 2665 Lincoln Way West Chambersburg, PA 17201 Chambersburg, PA 17202 Chambersburg 5-2 Chambersburg Baptist Church Hamilton 2 Christian Life Church 741 S. Coldbrook Ave 1400 Warm Spring Rd Chambersburg, PA 17201 Chambersburg, PA 17202 Fannett - Concord Doylesburg Area Community Center Hamilton 3 Crider's United Brethren Church 21102 Path Valley Rd. 2380 Loudon Rd. Dry Run, PA 17220 Chambersburg, PA 17201 Fannett - Dry Run Upper Path Valley Presbyterian Church Letterkenny 1 Pleasant Hall Volunteer Fire Dept. 16950 Main Street 9722 Cumberland Highway Spring Run, PA 17262 Pleasant Hall, PA 17246 Fannett - Amberson United Methodist Church Letterkenny 2 Salem United Brethren Church Sulphur Springs 18889 Amberson Rd. 4349 Letterkenny Rd. Amberson, PA 17210 Chambersburg, PA 17201 Greencastle 1 Grace United Church of Christ Lurgan Lurgan Township Supervisors' Office 128 E. Baltimore St. 8650 McClays Mill Rd. Greencastle, PA 17225 Newburg, PA 17240 Greencastle 2 Greencastle Church of the Brethren Mercersburg MMP&W Vol. Fire & Amb. Co. Act. Ctr. 36 S. Carlisle St. 20 Veterans Way Greencastle, PA 17225 Mercersburg, PA 17236 Metal 1 Metal Twp. Fire & Amb. Co. 21 St. Thomas 1 Edenville Community Center 10862 Path Valley Rd. 2047 Community Center Rd Fannettsburg, PA 17221 St. Thomas, PA 17252 Metal 2 Metal Twp. Fire & Amb. Co. 21 St. Thomas 2 St. Thomas Fire Dept. 10862 Path Valley Rd. 34 School House Rd. Fannettsburg, PA 17221 St. Thomas, PA 17252 Metal 3 Upper Path Valley Presbyterian Church St. Thomas 3 Williamson Community Center 16950 Main Street 5583 Kennedy Ave. Spring Run, PA 17262 St. Thomas, PA 17252 Mont Alto Mont Alto United Methodist Church Warren Warren Twp. Municipal Bldg. 10 S Main Street 11367 Little Cove Rd. Mont Alto, PA 17237 Mercersburg, PA 17236 Montgomery 1 Tuscarora Senior Activity Center Washington 1 The Church of Transfiguration 11300 Ft. Loudon Rd. 13646 Summit Ave. Mercersburg, PA 17236 Blue Ridge Summit, PA 17214 Montgomery 2 Montgomery BIC Church Washington 2 Rouzerville Community Center 6727 Montgomery Church Rd. 11962 Old Route 16 Mercersburg, PA 17236 Waynesboro, PA 17268 Montgomery 3 Montgomery Twp. Supervisors Bldg. Washington 3 Church of the Apostles 11364 Ft. Loudon Rd. 336 Barnett Ave. Mercersburg, PA 17236 Waynesboro, PA 17268 Orrstown LSL Sportsmen's Club Washington 4 Zullinger Community Center 3549 Orrstown Rd. 4569 Buchanan Trail E. Orrstown, PA 17244 Zullinger, PA 17272 Peters 1 Charlestown U.M. Church Washington 5 Waynesboro Bible Church 13826 Buchanan Trail W. 8216 Stottlemeyer Rd. Mercersburg, PA 17236 Waynesboro, PA 17268 Peters 2 Ft. Loudon Community Center Bldg. Waynesboro Presbyterian Church of Waynesboro 142 Mullen St. 1-1 105 E. Main St. Ft. Loudon, PA 17224-0063 Waynesboro, PA 17268 Peters 3 Peters Twp. Municipal Bldg. Waynesboro Waynesboro Church of the Brethren 5000 Steele Ave. 1-2 117 S. Church St. Lemasters, PA 17236 Waynesboro, PA 17268 Quincy 1 Quincy Community Center Waynesboro Trinity United Church of Christ 8098 Anthony Highway 2-1 30 W. North St. Quincy, PA 17247 Waynesboro, PA 17268 Quincy 2 Central Baptist Church Waynesboro Waynesboro Ambulance Squad 6025 Anthony Hwy. 2-2 603 W. Main St. Waynesboro, PA 17268 Waynesboro, PA 17268 Quincy 3 Five Forks BIC Church Waynesboro Calvary Assembly of God Church 9244 Five Forks Rd. 3-1 116 Snider Ave. Waynesboro, PA 17268 Waynesboro, PA 17268 Quincy 4 South Mountain Bible Church Waynesboro Fairview Ave. BIC Church 11275 S. Mountain Road 3-2 152 Fairview Ave. Fayetteville, PA 17222 Waynesboro, PA 17268 Southampton - Living Faith Chapel Waynesboro Otterbein Church Youth Center East 8770 Possum Hollow Rd. 3-3 900 South Potomac Street Shippensburg, PA 17257 Waynesboro, PA 17268 Southampton - Southampton Supervisors Bldg. West End - Branch Creek Place Mt. Rock 705 Municipal Dr. Shippensburg 115 N. Fayette St. Shippensburg, PA 17257 Shippensburg, PA 17257 Southampton - Tall Timbers Park West 3159 Orrstown Rd. Orrstown, PA 17244 ATTACHMENT E AGREEMENT THIS AGREEMENT, made this ___ day of _________________ 2026, by and between the COUNTY OF FRANKLIN, PENNSYLVANIA, by and through the FRANKLIN COUNTY COMMISSIONERS, a political subdivision existing under the laws of the Commonwealth of Pennsylvania, (hereinafter called “County”), and ______________________ with a business address of _____________________________________ (hereinafter called “Contractor”). WITNESSETH, that for, and in consideration of, the mutual promises, covenants, and agreements by each of the parties hereto to the other made, the parties hereto, with the intention to be legally bound, do covenant, promise, and agree as follows: 1. The Scope of the Work. The Contractor shall supply all work and comply with all requirements of the Contract Documents, as defined herein and as referenced on the Invitation for Bid No. IFB _________________, Delivery and Pick-Up of Election Equipment and Supplies for the County of Franklin, PA (hereinafter the “Invitation for Bid” or “IFB”). The scope of the work shall be as defined in the Invitation for Bid Specifications attached to the IFB (hereinafter the “Work”). 2. The Contract Documents. The term "Contract Documents" means and includes the following: a) Invitation for Bid No. IFB _______________, including all Attachments and Questions and Answers; b) Completed Bid Form; c) Contractor’s Response to the IFB, including all Attachments and/or Exhibits; d) This Agreement; e) Instructions for Non-Collusion Affidavit; f) Non-Collusion Affidavit; g) Certificate of Insurance; h) Any and all notices, disclosures, affidavits, certifications of compliance as required per statute or regulation and that were part of the IFB; i) Addenda, if any: No. __________ Dated: ________________ No. __________ Dated: ________________ No. __________ Dated: ________________ All of the above-listed documents are hereby incorporated by reference into this Agreement. 3. Payment to Contractor; Schedule of Payments. The County will pay the Contractor all sums as outlined in Contractor’s completed Bid Form. All invoices shall be due upon presentation and shall be considered past-due if not paid within forty- five (45) days of the date of the invoice. The Contractor shall be responsible for the payment of all sales and use taxes required by law on all materials, products and/or equipment which may be purchased for use in and which will become part of the Work. County may be exempt from sales and use taxes for certain Products to be incorporated into the Work. Contractor shall obtain legal advice to determine how and to what extent the County's tax exemption may be utilized by the Contractor. County will provide, at Contractor's request, required documentation to assist Contractor in obtaining any applicable tax exemptions. County shall not be directly or indirectly responsible for costs of sales and use tax when Contractor fails to obtain any applicable tax exemption. 4. Term. The term of this Agreement shall begin upon execution hereof and end on November 30, 2028. The County shall have the option to extend this Agreement for two (2) consecutive one (1) year terms. The County shall exercise this option by notifying the Contractor within thirty (30) days of the expiration of the then-current term. 5. Scheduling; Mobilization; Time Requirements shall be as specified in the Specification section of the IFB. 6. Damages. The Contractor acknowledges and agrees that the Work is time-sensitive and cannot be delayed or rescheduled. In the event that Contractor, for any reason whatsoever, is unable to perform the Work hereunder, Contractor understands that the County shall be entitled to retain a substitute contractor to perform the Work on an emergency basis, and Contractor shall be responsible and liable for all fees, costs, expenses, charges, and/or assessments resulting therefrom. The Contractor acknowledges and agrees that the damages set forth herein are foreseeable and would be incurred as a direct and proximate consequence of a breach of this Agreement. The damages set forth in this paragraph shall in no way prohibit or limit the County’s right to recover all other damages which are or may be recoverable under this Agreement or under applicable law, including, but not limited to ordinary contractual, consequential, and/or incidental damages, and are recoverable in addition to any other damages for harm or loss suffered by the County. 7. Insurance. Contractor specifically acknowledges and reaffirms its responsibility to obtain and maintain all insurance coverages set forth in Section 10 of the IFB, which is incorporated herein by reference. 8. Letter of Credit. Upon execution of the agreement, the contractor shall issue an irrevocable Letter of Credit in the amount of twelve thousand dollars and no cents ($12,000.00) in favor of the County of Franklin, PA valid and enforceable for the entire term of the contract. 9. Indemnification and Release. Contractor agrees to indemnify and hold harmless the County, its successors, administrators, board members, commissioners, assigns, attorneys, insurers, employees, and agents (the “County Releasees”) from and against, and to reimburse the County Releasees with respect to, any and all claims, demands, causes of action, losses, damages, liabilities, penalties, assessments, costs, and expenses (including reasonable attorneys’ fees and other costs and expenses incident to any claim, suit, action or proceeding) arising out of or resulting from the Work pursuant to this Agreement, including all claims of third party personal injury and/or property damage, and the business relationship between the parties, including, without limitation, any and all known or unknown, foreseen or unforeseen, matured or unmatured claims and the consequences thereof. Contractor, for and in consideration of the mutual promises contained in this Agreement, hereby remises, releases and forever discharges the County Releasees, and, by these presents, does, for its successors, administrators, assigns, heirs, executors, and agents, remise, completely release and forever discharge the County Releasees, of and from any and all past, present or future claims, demands, obligations, actions, causes of action, rights, damages, costs, fees, including attorneys’ fees, expenses and compensation of any nature whatsoever, whether based on a tort, contract, or any other theory of recovery, and whether for compensatory, statutory, or punitive damages, which Contractor now has, or which may hereafter accrue or otherwise be acquired, on account of, or in any way growing out of, or in any way related to any personal injury or property damage, of any kind or sort whatsoever, arising out of the Work, the Invitation for Bid and response thereto, and this Agreement, including, without limitation, any and all known or unknown, foreseen or unforeseen, matured or unmatured claims and the consequences thereof. 10. Governing Law and Forum Selection. This Agreement shall be governed and interpreted under the laws of the Commonwealth of Pennsylvania. All claims arising hereunder shall be filed only in the Court of Common Pleas for the Thirty-Ninth Judicial District of Pennsylvania-Franklin County Branch. 11. Termination. If either party fails to fulfill in a timely or proper manner its obligations under this Agreement, or if either party violates any of the covenants or stipulations of this Agreement, the party injured thereby shall have the right to terminate this Agreement by providing written notice of such termination and specifying the effective date thereof. No less than thirty (30) days’ notice shall be provided before the effective date of such termination. Notwithstanding the foregoing, the County shall have the right to terminate this Agreement for convenience and/or for nonappropriation upon fourteen (14) days’ written notice to the Contractor. In the event that the County elects to terminate this Agreement for convenience prior to Contractor’s completion for the work required hereunder, the Contractor shall be compensated for all work satisfactorily completed in an amount proportionate to services actually provided by Contractor. 12. Prevailing Party Attorneys’ Fees. If an action at law or in equity is necessary to enforce or interpret the terms of this Agreement, the prevailing party shall be entitled to recover, in addition to any other relief, reasonable attorneys' fees, costs and disbursements. 13. Nondiscrimination. In carrying out the terms of this Agreement, both parties agree not to discriminate against any employee or other person because of gender, ancestry, age, race, color, sex, religious creed, national origin, marital status, handicap or disability, sexual orientation or in violation of the Pennsylvania Human Relations Act, federal, state or local laws. The Contractor and the County shall comply with the Contract Compliance Regulations of the Pennsylvania Human Relations Commission, any pertinent Executive Order of the Governor, the Federal Civil Rights Act of 1964, the Multi-Ethnic Placement Act of 1994, the Small Business Job Protection Act of 1996 and with all other laws, regulations, or directives prohibiting discrimination in hiring or employment opportunities. 14. Suspension and Debarment. A. The Contractor certifies that it is not currently under suspension or debarment by any federal, state or local government or agency, and if the Contractor cannot so certify, then it agrees to submit a written explanation of why such certification cannot be made. B. If the Contractor enters into subcontracts or employs under this Agreement any subcontractors/individuals who are currently suspended or debarred by the County, Commonwealth or federal government, or who become suspended, or debarred, by the Commonwealth or federal government during the term of this Agreement, or any extension or renewals thereof, the County or Commonwealth shall have the right to require the Contractor to terminate such subcontracts or employment. C. The Contractor agrees to reimburse the County or Commonwealth for the reasonable costs of investigating the Contractor’s compliance with terms of this or any other Agreement between the Contractor and the County or Commonwealth which result in the suspension or debarment of the Contractor or its subcontractor. Such costs shall include, but are not limited to, salaries of the investigators, including overtime, travel and lodging expenses, and expert witness and documentary fees. The Contractor shall not be responsible for investigative costs that do not result in the Contractor’s or subcontractor’s suspension or debarment. D. The Contractor may obtain the current list of suspended and debarred contractors by contacting the: Department of General Services Office of Chief Counsel 603 North Office Building Harrisburg, PA 17125 Phone: (717) 763-6472 FAX: (717) 787-9138 15. Licenses and Compliance with Law. The Contractor shall obtain and pay for all permits, fees, licenses, and inspections required by any government agencies necessary for the proper performance and completion of the Work. The Contractor shall further comply with all applicable laws and regulations, whether federal, state or local, with respect to the Work. The Contractor shall be responsible for the correction of the Work to comply with any said permits, fees, licenses and inspections and to ensure compliance with law, including, but not limited to, payment of all costs to such correction. 16. Security. The Contractor acknowledges the special security and public safety risk inherent with the performance of the Work. The Contractor expressly agrees that all subcontractors shall be subject to preapproval by the County, and that all subcontractors shall strictly comply with the security measures and requirements applicable to the Contractor. The preapproval or withholding of preapproval by County shall be at County’s absolute discretion, and shall not be subject to review or appeal. The Contractor shall submit all of its employees, agents, servants, contractor and/or subcontractors who shall perform any part of the Work for a Pennsylvania State Police background check. 17. Confidentiality. The parties agree that that location(s) of any and all voting equipment and transit route(s) of said equipment are highly confidential, and that the County would suffer from irreparable harm in the event that said locations and/or routes were disclosed. The Contractor, for itself and its employees, contractors, agents, and/or servants, warrants and agrees to maintain all information related to the locations and transit routes of all voting equipment as strictly confidential. Contractor further agrees to reimburse the County for all fees, costs, charges, and/or assessments related to the security and relocation of said voting equipment in the event that the Contractor or any of its employees, contractors, agents and/or servants breach this warranty. 18. Entire Agreement. This Agreement, including all of the Contract Documents set forth in Paragraph 2, contains the entire agreement between the parties, and no other agreements, oral or otherwise, regarding the subject matter of the Agreement shall be deemed to exist or bind any of the parties. 19. Modification and Amendment. This Agreement shall not be modified except by a written document signed by the parties hereto. 20. Time. The parties agree that time is of the essence with respect to this Agreement and the Work. 21. Notices. Notices required hereunder, or any correspondence concerning this Agreement shall be directed to the following addresses and shall be deemed properly given (a) if delivered by hand, (b) if sent by certified mail, return receipt requested, postage prepaid, or by recognized overnight courier service (including, without limitation, Federal Express or United Parcel Service overnight service), charges prepaid; or (c) if sent by facsimile, with a copy sent by first class U.S. Mail, postage prepaid. (A) If to Contractor (B) If to County: County of Franklin, Pennsylvania 272 North Second Street Chambersburg, PA 17201 Notices and communications hereunder shall be deemed sufficiently given when dispatched pursuant to the foregoing provisions. Notices and communications delivered by hand shall be effective upon receipt; notices and communications sent by fax, with a copy by first class U.S. Mail, shall be effective upon dispatch; notices and communications sent be recognized overnight courier service shall be effective on the business day following dispatch; and notices sent by certified mail shall be effective on the third business day following dispatch. (THIS SPACE LEFT BLANK INTENTIONALLY) 22. Successors and Assigns. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns, but it may not be assigned by the Contractor without the express written consent of the County. IN WITNESS WHEREOF, the County of Franklin, Pennsylvania have caused these presents to be executed and its corporate seal affixed thereto and the Contractor has caused these presents to be executed in a like manner the days and year above written. ATTEST: _____________________ ____________________________ By: ATTEST: COUNTY OF FRANKLIN, PA _____________________ ______________________________ Dean A. Horst, Chairperson ______________________________ John T. Flannery, Commissioner ______________________________ Robert G. Ziobrowski, Commissioner BID FORM IFB 2026111-04 – DELIVERY AND PICK-UP OF ELECTION EQUIPMENT AND SUPPLIES To: Franklin County Controller’s Office Franklin County Administration Building 272 North Second Street Chambersburg, PA 17201 The undersigned, having carefully examined the specifications and instructions to bidders, and being familiar with the various requirements concerning the work involved, agree to furnish all materials and perform all work necessary in strict accordance with the contract documents for consideration in the following amount: Year 1 (2026) Year 2 (2027) Year 3 (2028) 1 Travel time per truck in hours 2 Work time per truck 80.00 80.00 80.00 3 Total time per truck (add lines 1 & 2) 4 Hourly Cost per truck with 2 staff 5 Fuel Surcharge per truck travel hour 6 Subtotal – Charge per truck (line 3 x line 4) 7 Subtotal – Fuel Surcharge per truck (line 1 x line 5) 8 Total Annual Cost (add lines 6 & 7) Grand total (add all columns of line 8) ***Remainder of page left blank*** Notice of acceptance, or request for additional information, may be addressed to the undersigned at the address set forth below. The undersigned hereby declares that this bid is made without connection with any other person or persons making a bid for the same work and is without collusion or fraud. Submitted by: (Type Name) Signed by: Title: Business Name: Address: Phone: E-mail: Date: BID CHECKLIST Bid Form Non-Collusion Affidavit ___ Qualification Questionnaire Current W-9