COUNTY OF OSWEGO PURCHASING DEPARTMENT

Similar documents
Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

COUNTY OF OSWEGO PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Town of Caroline. Town Hall Exterior Painting Project

COMMUNICATION TOWER LAND SURVEYING SERVICES

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM

ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

CITY OF GAINESVILLE INVITATION TO BID

TRAFFIC MARKING PAINT & BEADS DURING 2019

Chapter 5. Competitive Sealed Bidding: Procedure

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

Charter Township of Redford

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

REQUEST FOR PROPOSAL. Request Number

REAL ESTATE AUCTION PARTICIPATION AGREEMENT

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

VILLAGE OF SCARSDALE 1001 POST ROAD SCARSDALE, NEW YORK SOLICITATION OF SEALED BIDS FOR 32 FERNCLIFF ROAD SCARSDALE, NEW YORK 10583

Invitation For Bid IFB 2895

JEFFERSON COUNTY PURCHASING DEPARTMENT Deborah L. Clark, Purchasing Agent

New 2017 Fairway Deep Tine Aerifier

Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

ROAD PAVING/BITUMINOUS CONCRETE

City of Hays Request for Proposals

REQUEST FOR PROPOSAL FOR STATION EQUIPMENT AND UPGRADES

VILLAGE OF MUNDELEIN NORTH LAKE STREET FAÇADE IMPROVEMENT PROGRAM ARCHITECTURAL DESIGN SERVICES

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

MASSACHUSETTS CONVENTION CENTER AUTHORITY OWNER S PROJECT MANAGER SERVICES ADDENDUM NO. 1

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS EMERGENCY SERVICES COMPREHENSIVE REVIEW

Chapter 11. Competitive Negotiation: Procedure

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SMALL PAVING AND CONCRETE JOBS NIGP Code: 90966, 91347

Chapter 8. Competitive Sealed Bidding: Addenda, Modifications, and Withdrawals

FOR INFORMATION PURPOSES ONLY. Request for Proposals for the Purchase of a Site for the New Acute Care Hospital with Schedules

CAYUGA COUNTY TAX FORECLOSED REAL ESTATE LIVE PUBLIC AUCTION AUCTION PROCEDURE, TERMS & BIDDER CERTIFICATION

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works

INVITATION TO BID CITY OF WINSTON-SALEM

CHAPTER 304 TOWN OF SCARBOROUGH PURCHASING POLICY

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

REQUEST FOR PROPOSALS RFP # Lease of Golf Carts. At the. Sierra Del Rio Golf Course

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

ADMINISTRATIVE SERVICES DEPARTMENT REAL ESTATE DIVISION REQUEST FOR BID (RFB) NUMBER TDR1212 SALE OF TRANSFERABLE DEVELOPMENT RIGHTS

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley

BID COVER SHEET Fuel Management Service RFP #16-888

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

Lease and Development of Vacant Land at the Haliburton-Stanhope Airport

FRESH FRUITS & VEGETABLES

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

CITY OF ALAMO. Request for Sealed Bids. The City of Alamo hereby requests sealed bids for the following: Janitorial Services

Unit 53 Arden S.R. 80 & Onsite Earthwork, Roadway, Drainage & Utility Improvement Project for Northern Palm Beach County Improvement District

SALE OF OBSOLETE/SCRAP VEHICLES TO BE SOLD AS ONE (1) LOT

BIDDERS INFORMATION PACKAGE

GENERAL INFORMATION AND SPECIFICATIONS FOR PROSPECTIVE CONTRACTORS SUBMITTING QUALIFICATIONS FOR 2019 CONTRACT FOR POSITION OF TOWNSHIP ENGINEER

Housing Authority of the County of Salt Lake Request for Qualifications. Professional Consulting Services for the Disposition of Public Housing

ADDENDUM NO. 1 TO BID PACKAGE MAY 27, 2011

PROPERTY MANAGEMENT AGREEMENT

THE TOWNSHIP OF SOUTH WEST OXFORD

REQUEST FOR PROPOSALS (RFP) FOR THE SALE OF REAL PROPERTY BY THE VILLAGE OF STICKNEY, ILLINOIS. Village Of Stickney. Attn: Office Of The Village Mayor

NEW BEDFORD HARBOR DEVELOPMENT COMMISSION. REQUEST FOR PROPOSALS For OFFICE SPACE Contract No. HDC-FY15-014

Terms & Conditions. Cleveland, OH Toledo, OH Pharr, TX. Universal Metal Products, Inc Lakeland Boulevard Cleveland, OH

RFB #RV SALE OF SURPLUS PROPERTIES CHARTER SCHOOL BID PACKAGE

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QTY UNIT PRICE EXTENDED PRICE

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

CARRDAN TERMS AND CONDITIONS

Attachment 2 Civil Engineering

PROPOSAL CONTENT AND FORMAT

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

SPECIFICATIONS FOR. Birthing Simulator Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date: June 15, 2017

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposals Equipment and Supplies Parks Grass Seed

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

Request for Proposals Rules and Regulations

Surplus Sale of Property Located at 4402 Highway 24 Bourg, Louisiana

BID SPECIFICATIONS OF THE CITY OF LAREDO FOR THE PUBLIC SALE OF

REQUEST FOR PROPOSAL COLLECTION OF DELINQUENT REAL ESTATE TAXES DUE TO ERIE COUNTY

TAX SAVINGS AGREEMENT PROCEDURES

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

CITY OF BOISE. Finance and Administration and Public Works Departments

N O T I C E T O B I D D E R S

Request for Proposals For Village Assessment Services

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT

Transcription:

COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 1, 2017 LEGALNOTICE Sealed Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 p.m., Wednesday, May 24, 2017 for the purchase of: REFRACTORY MATERIALS Specifications are available at the Purchasing Department at the above address Monday through Friday, 9:00 a.m. to 5:00 p.m. and online at. www.oswegocounty.com. THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. Daniel Stevens Purchasing Director 1

Table of Contents Part 1 Information for Bidders Deadline, Receipt and Opening of BIDS Vendor s Responsibilities Communications Specifications Discrepancy Scope Parameters Vendor s Qualifications & Eligibility Award Commencement of Work Cancellation Pricing Part 2 Specifications Materials Quantities Delivery Payment Part 3 BID Format Vendor Reply Cover Sheet (attached)] Non-Collusion Certification (attached) Vendor Information Sheet (attached) Resolution for Corporations (attached) Required Forms Vendor Reply Cover Sheet Non-Collusion Certification Vendor Information Sheet Resolution for Corporations Non- Bidder Response PART 1: INFORMATION FOR BIDDERS The County of Oswego is soliciting bids from qualified firms for refractory materials for the Oswego County Energy Recovery Facility, located at 2801 State Route 481, Fulton, NY 13069. DEADLINE, RECEIPT AND OPENING OF BIDS Each Vendor shall submit a signed original bid and one (1) copy in a sealed opaque envelope indicating the company s name and bid title: BID #18-17, Refractory Materials. Bids are due on or before 2:00 p.m., Wednesday, May 24, 2017. Either mail or deliver bids in person to: Daniel Stevens Oswego County Purchasing Office 46 East Bridge Street (3rd Floor) Oswego, NY 13126 The County may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any or all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified will not be considered and will be returned unopened. Bids may not be withdrawn within forty-five (45) days after the actual date of opening. Facsimile transmitted bids are not acceptable and will be rejected. Bids delivered prior to the scheduled opening date will be deemed received upon the day of the actual opening, and will be retained in the interim only as a courtesy to the Vendor. 2

VENDOR S RESPONSIBILITIES It is the Vendor s responsibility to meet the entire intent of these specifications. Vendors shall carefully examine the terms of this document and shall judge for themselves all the circumstances and conditions affecting their bid. Failure on the part of any Vendor to make such examination and to investigate thoroughly shall not be grounds for any declaration that the Vendor did not understand the terms and conditions herein. The County of Oswego shall not be liable for any costs associated with the preparation, transmittal, or presentation of any response or materials submitted in response to the BID. It is the responsibility of each Vendor to: Examine the BID documents thoroughly; Consider federal, state and local laws and regulations that may affect the bid; Study and carefully correlate Vendor s observations with the BID document; Visit the site and examine schematics to become familiar with local conditions that may affect the bid. COMMUNICATIONS Communications with the County shall be solely through the officials indicated below. Vendors are specifically directed not to contact any other County officials or employees in any fashion regarding this BID, without prior approval from the County Purchasing Director. Unauthorized communications may result in the rejection of the bid. The County will not be responsible for any oral representations or instructions. Daniel H. Stevens Purchasing Director 46 East Bridge Street Oswego, New York 13126 fax: (315) 349-8308 dstevens@oswegocounty.com SPECIFICATIONS DISCREPANCY Should a Vendor find a discrepancy in, or omissions from the specifications, requirements for contract, or BID form, or be in doubt as to their meaning, the Vendor shall at once notify in writing the County Purchasing Director. Written instructions will be sent to all Vendors. All such addenda shall become a part of the contract and all Vendors shall be bound by such addenda, whether or not received by the Vendors. The County will not be responsible for any oral representations or instructions. SCOPE PARAMETERS If a Vendor identifies an additional element not included in this BID, which in its judgment would be essential to accomplish the intended objectives as articulated in this BID, the Vendor should identify this element in its bid and explain in detail why the County should consider including this element within the scope of services. Conversely, if a Vendor identifies a task within the BID that it believes could be modified or deleted without impacting the objectives of the BID, the Vendor should provide an explanation as to why the task should be deleted or modified. The County reserves the right to accept or reject all additions, deletions or modifications recommended. VENDOR S QUALIFICATIONS & ELIGIBILITY The County may make such investigation as it deems necessary to determine the qualifications and ability of a Vendor, and the Vendor shall promptly furnish the County all such information and data as the County may request for this purpose. The County reserves the right to reject any bid where an investigation of the available evidence or information does not satisfy the County that the Vendor is properly qualified or able to carry out the obligations of the contract and to provide the services contemplated herein. AWARD GENERAL The award will be based in part on an analysis of the following criteria: technical and esthetic qualities of the bid, reliability, vendor s ability and facilities to provide the service called for, evaluation of the vendor s proper understanding of the County s needs, and price. The contract shall be awarded to the responsible firm who best meets the BID s criteria in the opinion of the County. Additional selection factors may be included under Part 2: SPECIFICATIONS section of this BID. 3

The Vendor must provide unquestionable evidence of sustained capability of providing the services requested and proposed, such as can be demonstrated in existing or previous operations. The County may award a contract based upon the bids received, without discussion of such bids with Vendors. Each bid should, therefore, be submitted in the most favorable terms the Vendor can make to the County. The County of Oswego does, however, reserve the right to request additional data or an oral presentation in support of the written bid. Submission of a bid does not automatically qualify a Vendor for a presentation. The County reserves the right to negotiate with all qualified Vendors. The County of Oswego, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 and New York State Executive Law affirmatively ensures that the contract will be awarded without discrimination on the grounds of race, creed, color, disability, marital status, age, sexual orientation or natural origin. All bids over $5,000 are subject to final review and acceptance by the Oswego County Legislature before any award of contract may be made. Receipt of bids by the County shall not be construed as authority to bind the County. All bids shall be firm for a period of forty-five (45) days after the opening date in order for the County to determine which bid best meets the public interest. The County reserves the right to extend said period. At the discretion of the County, the successful Vendor must provide Letter of Commitment within thirty (30) days of acceptance. COMMENCEMENT OF WORK Upon execution and delivery of the contract and delivery of any required performance bonds, including the required Certificates of Insurance and the approval thereof by the County Attorney, the successful Vendor will be notified to proceed with the work of the contract. Such notification will be in the form of a letter to proceed from the County s Purchasing Office. CANCELLATION The County reserves the right to cancel the contract at will. If the Vendor fails to perform under the contract, fails to meet specifications, or fails to make satisfactory progress so as to endanger the overall contract performance, they may be determined to be in breach and the contract may be terminated by giving written notice to the Vendor of such termination and specify the effective date thereof, at least five days before the effective date of such termination. In such event, all finished or unfinished documents, data, and reports prepared by the Vendor under this contract shall, at the option of the County, become County property and the Vendor shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. The Vendor shall not be relieved of liability to the County for damages sustained by the County by virtue of any breach of the contract by the Vendor, and the County may withhold any payments to the Vendor for the purpose of determining the exact amount of damages due the County. BID AWARD Award is made to the lowest responsive and responsible bidder. The County reserves the right to award the contract(s) in any configuration deemed to be in the best interest of the County. PRICING All prices and discounts are to be quoted firm against increase and shall include freight and delivery to the Oswego County Energy Recovery Facility, 2801 State Route 481, Fulton, N.Y. The County shall not be responsible for any additional costs. END OF PART 1 4

Part 2: SPECIFICATIONS Bid #18-17 Refractory Materials GENERAL County of Oswego will receive sealed bids for refractory materials for the Oswego County Energy Recovery Facility, located at 2801 State Route 481, Fulton, NY 13069. MATERIALS All products shall be quoted as listed, or an approved equivalent. Product specification sheets must be provided with the bid. In all cases, the County shall determine acceptable equivalents at its sole discretion. Bid prices for the following refractory products must include delivery to the Energy Recovery Facility: A. Castable: Pacocast 28LI as manufactured by RESCO Products Inc.; KS-4 as manufactured by Harbison Walker. (55 lb bags; 3,960 lbs/skid) B. Ultra Low Cement Castable: Vibrocast 2800 as manufactured by RESCO Products Inc.; Ultragreen 45 as manufactured by Harbison Walker. (55 lb bags; 3,960 lbs/skid) C. Plastic Refractory: (a) Savageram 55 as manufactured by Mount Savage Co.; Greenpak-50P as manufactured by Harbison Walker. (50 lb boxes; 3,000 lbs/skid) (b) "RescoRam 10CR" as manufactured by Resco Products Inc. (50 lb boxes) D Patching Cement: Greenpatch 421, as manufactured by Harbison Walker. (50 lb pails; 1,500 lbs/skid) E. Insulating Block: TR-19 as manufactured by Thermal Ceramics: Insblok-19 as manufactured by Harbison Walker. (1 thickness, 48 sq ft/box) (2 thickness, 24 sq ft/box) (2.5" thickness, 18 sq ft/box) F. Ceramic Fiber Blanket: One-inch thickness, 8-pound density, 2300 F rating. Kaowool Blanket as manufactured by Thermal Ceramics; Inswool HP Blankets as manufactured by Harbison Walker. (50 sq ft/box) G. Mortar: Super Adamant Mortar as manufactured by Resco Products inc. (55 lb pails 48 pails/ pallet) H. Split Insulation Brick: K-23/TFB 9"x 4.5"x 2" as manufactured by Fedmet I. Insulation Board: Kaowool Millboard 55"x 55" x 1/2" 3 pcs/ctn 63 sq ft/ carton 5

QUANTITIES Quantities shown below and on the Bid Sheet are approximate only. The quantities shown are not commitments to purchase. The contract shall be for the quantities actually ordered during the contract period. Product Quantity A. Castable 7,920 lbs B. Ultra Low Cement Castable 11,880 lbs C. (a) Plastic 10,000 lbs (b) Plastic 5,000 lbs D. Patching Cement 12,000 lbs E. (a) Insulating Block 480 sq ft 1 (b) Insulating Block 480 sq ft 2 (c) Insulating Block 480 sq ft 2.5 F. Ceramic Fiber Blanket 500 sq ft G. Mortar 5,000 lbs H. Insulation Brick 1,000 ea I. Kaowool 250 sq ft Bid price must be provided as a lump sum. The County reserves the right to reject any or all bids, which in its opinion, best serves the interests of the County. QUANTITIES Quantities shown on the Bid Sheet are approximate only. The quantities shown are not commitments to purchase. The contract shall be for the quantities actually ordered during the contract period. DELIVERY Delivery of any of the listed products shall be made on an as needed basis to the Energy Recovery Facility. Cost of delivery must be included in the product unit pricing. Products shall be ordered by telephone on normal workdays between 8:00 a.m. and 4:00 p.m. Product orders shall be in whole skid quantities where applicable. Delivery must be made within 5 working days of receiving the order. PAYMENT Payment for delivered products will be made after an invoice is submitted to the Energy Recovery Facility and will be processed under the standard Oswego County payment procedures. - END OF PART 2 6

PART 3: BID FORMAT All bids must be in accordance with the format specified below. Please submit one signed original and one (1) copy of your bid in a sealed envelope marked BID #18-17 Refractory Materials. Vendor Reply Cover Sheet (attached)] Non-Collusion Certification (attached) Vendor Information Sheet (attached) Resolution for Corporations (attached) - END OF PART 3 7

VENDOR BID REPLY SHEET Bid #18-17 Refractory Materials Bids are due at 2:00 p.m. Wednesday, May 24, 2017 at the County of Oswego Department of Purchasing in the Oswego County Office Building, 46 East Bridge Street, Oswego, New York 13126. THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. The undersigned hereby certifies that he has examined and fully comprehends the requirements and intent of the specifications for the purchase of Refractory Materials as cited in the specifications and offers to furnish the following materials for the TOTAL NET COST as follows: Product Manufacturer Product Name Quantity Unit Price Total Price A. Castable 7,920 lbs $ /lb $ B. Ultra Low Cement Castable 11,880 lbs $ /lb $ C. (a) Plastic 10,000 lbs $ /lb $ (b) Plastic 5,000 lbs $ /lb $ D. Patching Cement 12,000 lbs $ /lb $ E. (a) Insulating Block 480 sq ft 1 $ /sq ft $ (b) Insulating Block 480 sq ft 2 $ /sq ft $ (c) Insulating Block 480 sq ft 2.5 $ /sq ft $ F. Ceramic Fiber Blanket 500 sq.ft. $ /sq ft $ G. Mortar 500 sq.ft. $ /sq ft $ H. Insulation Brick 1,000 $ /ea $ I. Kaowool 250 sq.ft. $ /sq ft $ Include detailed brochures with bid. TOTAL $ 8

State deviations from bid specifications The undersigned declares that he/she has examined the Notice, Information, Specifications and Proposal and will furnish equipment, materials or services in compliance with same for price set forth. Print or Type Name Title Company Address Authorized Signature Date Telephone# Fax# 9

Bid #18-17 Refractory Materials NON-COLLUSIVE BIDDING CERTIFICATION General Municipal Law 103-d (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; (2) Unless otherwise required by Law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall any award be made where (a)-(1), (2) and (3) have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where(a)-(1), (2) and (3) have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency or official thereof to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. The fact that a bidder (a)has published price lists, rates or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same time prices being bid, does not constitute, without more, a disclosure within the meaning of paragraph (a) of this certification. By submission of this bid, the undersigned hereby affirms the truth of the foregoing certification under the penalties of perjury. Company Date Type or Print Name Title Authorized Signature 10

Bid #18-17 Refractory Materials VENDOR INFORMATION REQUIREMENTS IN ADDITION TO THE INFORMATION SUPPLIED ON THE BID SHEET, PLEASE COMPLETE THE FOLLOWING, WHICH WILL BE USED IF YOU ARE AWARDED A CONTRACT. PAYMENT TERMS: DELIVERY WILL BE MADE FEDERAL ID NUMBER: DAYS A.R.O. SEND ORDERS TO: Address: Phone: ( ) INVOICESWILL BE FROM: Address: PERSON TO CONTACT IN REFERENCE TO CONTRACT: Name: Address: Phone: ( ) Fax ( ) WARRANTYSERVICE WILL BE PROVIDED BY: Name: Address: Phone: ( ) Fax ( ) ANY SPECIAL ORDERING INFORMATION: SALES REPRESENTATIVES WHO WILL SERVE OSWEGO COUNTY AREA: Name: Phone: Website: E-Mail: COMPANY NAME SIGNATURE 11

Bid #18-17 Refractory RESOLUTION FOR CORPORATIONS ONLY Resolved that (individual) is authorized to sign and submit the bid or proposal of this corporation for the following project: Bid #18-17 Refractory Materials and to include in such bid or proposal the certificate as to non-collusion required by Section 103-D of the General Municipal Law as the act and deed of such corporation and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury, and to enter into the contract if awarded to this corporation: The foregoing is a true and correct copy of the resolution adopted by Corporation at a meeting of its Board of Directors held on the day of day of,, 2017., and is still in force on this Secretary (Seal of Corporation) 12

Bid# 18-17 Refractory NON-BIDDERS RESPONSE The Oswego County Purchasing Department is interested in the reasons why prospective bidders fail to submit bids. Failure to submit a bid without explanation may result in removal of your firm from our bidders list. If you are NOT submitting a bid in this proposal, please indicate the reason(s) by checking off one or more of the items below and return this form to the above address. 1. Unable to bid at this time, but would like to receive future bid requests. 2. Items or material not manufactured, distributed, stocked, furnished. 3. Materials or items we have to offer do not fully meet all the requirements of standards specified. 4. Specifications not clearly understood or applicable as follows: (ex.: too vague, too rigid, etc.) 5. We cannot meet the time of delivery of items or materials specified. 6. Insufficient time allowed for preparation and submission of bid. 7. Other reasons: You may remove our name from the bid list for: This Commodity Group This Item or Material All Bids Type or Print Name Title Company Address Authorized Signature Date ( ) Telephone Number 13