OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

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

OSWEGO COUNTY PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COMMUNICATION TOWER LAND SURVEYING SERVICES

Town of Caroline. Town Hall Exterior Painting Project

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

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

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

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

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

ROAD PAVING/BITUMINOUS CONCRETE

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

Invitation For Bid IFB 2895

New 2017 Fairway Deep Tine Aerifier

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

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.

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

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

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

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

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

BID COVER SHEET Fuel Management Service RFP #16-888

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

REQUEST FOR PROPOSAL. Request Number

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

REAL ESTATE AUCTION PARTICIPATION AGREEMENT

Chapter 5. Competitive Sealed Bidding: Procedure

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

Charter Township of Redford

CHAPTER 304 TOWN OF SCARBOROUGH PURCHASING POLICY

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

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

City of Hays Request for Proposals

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

CITY OF GAINESVILLE INVITATION TO BID

FRESH FRUITS & VEGETABLES

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

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

TRAFFIC MARKING PAINT & BEADS DURING 2019

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

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.

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

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

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

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

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

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

BIDDERS INFORMATION PACKAGE

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

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

INVITATION TO BID CITY OF WINSTON-SALEM

REQUEST FOR PROPOSALS

CITY OF BOISE. Finance and Administration and Public Works Departments

BID PROPOSAL FORMS FOR THE SALE OF REAL PROPERTY LOCATED IN THE CITY OF CORONA IN THE COUNTY OF RIVERSIDE

Attachment 2 Civil Engineering

Chapter 11. Competitive Negotiation: Procedure

JEFFERSON COUNTY PURCHASING DEPARTMENT Deborah L. Clark, Purchasing Agent

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

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

DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA

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

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

Request for Proposals Rules and Regulations

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

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

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

INVITATION TO BID. BOARD OF EDUCATION OF CAMPBELL COUNTY KENTUCKY EQUAL OPPORTUNITY EMPLOYER 101 Orchard Lane Alexandria, KY 41001

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

PROPOSAL CONTENT AND FORMAT

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Request for Proposals For Village Assessment Services

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

PROPERTY FOR SALE BY BID - PROSPECTUS BID OPENING MARCH 20, 2019 AT 2:00 PM

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

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

ONE (1) New 2018 Model Year or New 2017 Model Year 1 ton 4wd Regular Cab Pickup Truck with Utility Body

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

Do not place more than one bid in an envelope. Envelopes containing more than one bid may not be opened in time for a bid to be considered.

The University of Michigan is seeking proposals for the SALE AND REMOVAL of the house located at 1322 Wilmot, Ann Arbor, Michigan,

PURCHASE ORDER TERMS AND CONDITIONS

CORPORATE SUPPLY ARRANGEMENT

REQUEST FOR PROPOSAL Paving of Parking Lots within the County Complex April 11, 2017

Request for Proposals WASTE AND ORGANICS COLLECTION SERVICES RFP# ANM

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

Minnesota Department of Health Grant Agreement

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

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

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

LISTING AND SALE OF NEIGHBORHOOD STABILIZATION PROGRAM HOMES TOTAL OF 10 + HOMES TO BE LISTED ONCE REHABILITATED

Independent Contractor Appraiser Engagement Agreement AMC LINKS LLC

Town of Weymouth Massachusetts

Abatement and Management Office Demolition at Parks Place IFB Number

[Letterhead of Landlord] OFFICE EXCLUSIVE RIGHT TO LEASE Version. [Date of agreement]

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

Purchase Order General Terms and Conditions Revised 1/1/2018

Transcription:

OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing Director Purchasing Clerk Purchasing Clerk September 29, 2017 LEGAL NOTICE Sealed bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, NY until 2:00 p.m., Wednesday, October 18, 2017 for: Bid #44-17- Airport Fuel Specifications are available at the Purchasing Department at the above address Monday through Friday, 8:30 a.m. to 5:00 p.m., or online at www.oswegocounty.com/purchasing. Bids will be publicly opened and read aloud at the Purchasing Department at the above date, time and place THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. Daniel Stevens Purchasing Director 1

PART 1 INFORMATION FOR VENDORS The County of Oswego is soliciting bids from qualified firms for delivery of aviation fuel products with branded programs for Oswego County Airport. All fuel products proposed in this bid must conform to all federal, state, and local pollution control regulations with ASTM specifications designated. DEADLINE, RECEIPT AND OPENING OF BIDS Each Vendor shall submit a signed original bid in a sealed opaque envelope indicating the company s name and bid title: Bid #44-17 - Airport Fuel Bids are due on or before 2:00 p.m., Wednesday, October 18, 2017. Either mail or deliver bids in person to: Daniel Stevens, Director Oswego County Purchasing Office 46 East Bridge Street (3 rd 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. 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. 2

COMMUNICATIONS All communications regarding the Bid/RFP with the County shall be solely through the official indicated below. Bidders/Proposers are specifically directed not to contact any other County officials or employees in any fashion regarding this Bid/RFP, without prior approval from the County Purchasing Director. Unauthorized communications may result in the rejection of the bid/proposal. The County will not be responsible for any oral representations or instructions. All contact with any County official must take place during normal work hours, at the County office, or at a site related to the service being proposed. Daniel H. Stevens, Purchasing Director County of Oswego 46 East Bridge Street Oswego, NY 13126 315-349-8307 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 specifications. 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 or goods contemplated herein. AWARD The contract, if awarded, will be awarded to the lowest responsive and responsible bidder or bidders whom, in part or in total, meet all of the terms and conditions of the specifications. The county reserves the right to reject any and all bids. Oswego County reserves the right to permit political subdivisions and eligible fire companies/districts under County Law 408-a and General Municipal Law 103(3), as amended, to participate in the county s bid award. Unless otherwise stated the bid specifications, the 3

participation of third-party political subdivisions and/or fire companies/districts shall also be upon the consent of the vendor. Additional selection factors may be included under the SPECIFICATIONS section of this BID. 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, martial 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. CONTRACT PERIOD The term of the contract shall be for two (2) years effective January 1, 2018 through December 31, 2019, and may be renewed for three (3) additional one-year periods at the same terms and conditions specified. 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. The Vendor understands that the contract may be terminated due to non-appropriation of funds. 4

MATERIALS QUALITY All materials delivered by the Contractor are to be new, unused, and first quality. No rejects, seconds or otherwise imperfect or low quality material will be acceptable. Any material delivered by the Contractor which is not in accordance with the specifications or is otherwise unsatisfactory, in the opinion of the Department, may be retained and, if necessary, used until it is replaced with satisfactory material. PRICING All prices are to be lump sum and quoted firm against increase for the duration of the contract. Travel and incidental expenses cannot be separately invoiced. The County shall not be responsible for any additional costs. METHOD OF PAYMENT Payment shall be made at the Contract price for the actual material furnished and verified by the receiving agency. An invoice shall be sent promptly by the Contractor to the Oswego County Airport, 40 Airport Drive, Fulton, NY 13069. 5

PART 2 SPECIFICATIONS SCOPE OF OPERATION Oswego County is soliciting bids for delivery of aviation fuel products with branded programs for the Oswego County Airport. All fuel products proposed in this bid must conform to all federal, state, and local pollution control regulations with ASTM specifications designated. FUEL TRUCK (Optional) The County currently owns an AV-Gas fuel truck and a Jet-A fuel truck. The County may require the successful bidder to lease to the County an AV-Gas fuel truck on an annual basis for the term of this contract. The County may require the successful bidder to lease to the county a Jet refueling truck on an annual basis for the term of this contract. The jet fuel truck shall be a 2000 or newer jet re-fueler with a 2,200 gallon capacity or larger and shall have both over the wing and single point capability. FUEL PRODUCTS AND TESTING Jet-A Fuel must be pre-blended with additive with confirmation of current biocidal registration meeting ASTM D-1655 and ASTM D-4171. 100 Low Lead (LL) fuel bid must meet ASTM D-910 specifications. Type 1 UCAR PG Aircraft Deicing Fluid Dilute 55/45 or approved equivalent. The County reserves the right to inspect and sample each delivery when it arrives using commonly accepted testing methods. The County requires written bi-annual testing reports from the vendor as part of the vendor s routine quality control program. The vendor must provide an approved quality control program that allows for on-site testing, as well as periodic seminar participation by the County. DELIVERIES A) All deliveries will be filled directly into Oswego County Airport tanks. Deliveries shall be maintained on call-in as needed basis. Fuel delivery must be accompanied by a delivery ticket showing brand or grade and number of gallons delivered. B) Delivery Standards a. Price of bid shall include delivery to the supply tanks located at Oswego County Airport, 40 Airport Drive, Fulton, NY 13069. b. Delivery must be guaranteed within twenty-four (24) hours of request. c. All pricing shall be based on a metered ticket and/or temperature correction. d. Delivery shall be in tank truck lots of approximately 8,000 gallons. CREDIT CARD PROGRAM Vendor must have the ability to provide a touch screen point of sale credit card processing system with automated backup system. This system must allow for a major oil company card acceptance without a processing fee or a cost to the County, and must also be compatible with the County s self-service system, manufactured by Applied Technologies. All fees and cards accepted must be provided on the program, sheet. 6

SIGNAGE AND ADVERTISING Vendor must provide and install brand recognition signs at the Oswego County Airport. Signs must be illuminated, double-faced for pole top installation or single side illuminated for wall mount installation. The County reserves the right to approve or disapprove specific signs. Vendor must provide co-op advertising and include such offering on the program sheet. REFUELERS Upon the County s request, vendor must have the ability to relocate temporary re-fuelers to the County s facility as needed within twenty-four (24) hours and without a charge to the County. CONTRACT PERFORMANCE AND REFERENCES The successful bidder must furnish, if requested, proof of financial responsibility and ability to perform the required services if awarded this bid. In all cases, the decision of the County will be considered final. Vendor must provide a list of four (4) references, including at least two airports where they supplied major brand fuel for both Jet-A and 100LL, and two locations utilizing selfservice systems. GUARANTEE The vendor guarantees to furnish adequate protection from damage to the County s buildings, grounds or equipment occurring from any event related to the furnishing and delivery of fuel under this contract, and shall be liable for any damages for which the vendor or his employees are responsible. SERVICE Contractor must be prepared at all times to furnish engineering service when so required, and to investigate and report to the County Airport any complaint that might arise in connection with the use of the contractor s aviation fuel. PRECEDENTIAL ORDER If the bidder for service and/or supply contracts requires additional documents to be signed, or in the case of equipment a maintenance agreement is purchased, the terms and conditions contained in this bid document shall take precedence and be controlling the obligations between the parties. THE COUNTY RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. PART 3 BID FORMAT All bids must be in accordance with the format specified below. Please submit one signed original of your bid and two (2) copies in a sealed envelope marked Bid #44-17- Airport Fuel. Please include the following: Vendor Reply Cover Sheet (attached) Vendor Information Sheet (attached) Non-Collusion Certification (attached) Resolution for Corporations (attached) Bid Body 7

VENDOR REPLY COVER SHEET Sealed bids are due no later than 2:00 p.m. on Wednesday, October 18, 2017 at the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York 13126. The undersigned hereby certifies that he has examined and fully comprehends the requirements and intent of the specifications for Bid #44-17 - Airport Fuel as recited in the specifications and offers to furnish goods or services for the cost listed below: USAGE JET-A FUEL 32,000 GAL x $ per gallon = $ 100LL FUEL 50,000 GAL x $ per gallon = $ DEICING FLUID 3,600 GAL x $ per gallon = $ TOTAL $ JET FUEL TRUCK LEASE $ PER YEAR Year Make Model Gallons AV GAS TRUCK LEASE $ PER YEAR Year Make Model Gallons WARRANTY INFORMATION: DEVIATIONS FROM BID SPECIFICATIONS: Federal ID Number: Type or Print Name Company Title Address Authorized Signature ( ) / ( ) Date Telephone Number / Fax 8

VENDOR INFORMATION SHEET Proposing Organization: Address: Phone: ( ) Fax: ( ) Federal ID Number: Invoices Will Be From: Address: Person To Contact In Reference To Contract: Name: Title: Address: Phone: ( ) Fax: ( ) E-mail: Signatory Authority: In consideration of the limitations of this BID, I hereby certify that the information in this quote is correct to the best of my knowledge, and that I am an official of the above organization authorized to sign and submit this quote. Name/Title Signature Date 9

RESOLUTION FOR CORPORATIONS ONLY Resolved that (individual) is authorized to sign and submit the bid or bid of this corporation for the following project: Bid #44-17- Airport Fuel and to include in such bid or bid 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,, and is still in force on this day of, 2017. Secretary (Seal of Corporation) 10

NON-COLLUSION 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 11

NON-VENDOR RESPONSE The Oswego County Purchasing Department is interested in the reasons why prospective Vendors fail to submit bids. Failure to submit a bid without explanation may result in removal of your firm from our Vendors list. If you are NOT submitting a bid, please indicate the reason(s) by checking off one or more of the items below and return this form to the Oswego County Purchasing Office; 46 East Bridge Street; Oswego, NY 13126. 1. Unable to make a bid at this time, but would like to receive future BIDs. 2. Items or material not manufactured, distributed, stocked, furnished. 3. Services, 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 Authorized Signature Date Company Address ( ) Telephone Number 12