OSWEGO COUNTY PURCHASING DEPARTMENT

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

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

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

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

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

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

TRAFFIC MARKING PAINT & BEADS DURING 2019

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

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

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: HYDRATED LIME

INVITATION TO BID CITY OF WINSTON-SALEM

Charter Township of Redford

ROAD PAVING/BITUMINOUS CONCRETE

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

REQUEST FOR PROPOSAL. Request Number

CITY OF GAINESVILLE INVITATION TO BID

Chapter 5. Competitive Sealed Bidding: Procedure

New 2017 Fairway Deep Tine Aerifier

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

CHAPTER 304 TOWN OF SCARBOROUGH PURCHASING POLICY

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

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

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

JEFFERSON COUNTY PURCHASING DEPARTMENT Deborah L. Clark, Purchasing Agent

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

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

Attachment 2 Civil Engineering

City of Hays Request for Proposals

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

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

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

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

Guidelines and Procedures for the Disposal of Personal Property

FRESH FRUITS & VEGETABLES

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

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

Request for Proposals Rules and Regulations

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

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

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

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

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

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.

REQUEST FOR PROPOSALS

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.

REAL ESTATE AUCTION PARTICIPATION AGREEMENT

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

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

Chapter 11. Competitive Negotiation: Procedure

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

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

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests

PROPERTY MANAGEMENT AGREEMENT

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

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

Radnor Township Township Solicitor

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

Attachment 10 Structural Engineering

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT

ITB NO INVITATION TO BID SALE OF 36 PASSENGER BUS BIDS DUE SEPTEMBER 6, 2017 AT 2:00 PM

REQUEST FOR PROPOSAL FOR STATION EQUIPMENT AND UPGRADES

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

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

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

Attachment 8 Mechanical Engineering

Charleston County School District. Procurement Services

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

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

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

PROPOSAL CONTENT AND FORMAT

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

CORPORATE SUPPLY ARRANGEMENT

CITY OF BOISE. Finance and Administration and Public Works Departments

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS

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

*** PUBLIC NOTICE ***

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

Rooftop Antenna Leases

DISPOSAL OF PROPERTY GUIDELINES Dutchess County Water and Wastewater Authority

CARRDAN TERMS AND CONDITIONS

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

Request for Proposals WASTE AND ORGANICS COLLECTION SERVICES RFP# ANM

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

RFB #RV SALE OF SURPLUS PROPERTIES CHARTER SCHOOL BID PACKAGE

REQUEST FOR PROPOSALS APPRAISAL SERVICES

Independent Contractor Appraiser Engagement Agreement AMC LINKS LLC

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

M.G.L. c. 30B Bidding Basics

Transcription:

Bid #22-16 Steel OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: dstevens@oswegocounty.com Daniel H. Stevens Mallory Baldwin Amber Sweeting Purchasing Director Purchasing Clerk Purchasing Clerk May 11, 2016 LEGAL NOTICE Sealed bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 p.m., Thursday, June 23, 2016 for: STRUCTURAL STEEL, ALUMINUM, AND REINFORCING ROD 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/purchasing. Bids will be publicly opened and read aloud in the Purchasing Department at the above date, time and place. THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. Daniel H. Stevens Purchasing Director 1

PART 1 INFORMATION FOR VENDORS The County of Oswego is soliciting bids from qualified firms for Structural Steel, Aluminum, and Reinforcing Rod. 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 #22-16 Structural Steel. Bids are due on or before 2:00 p.m., Thursday, June 23, 2016. Either mail or deliver bids in person to: Daniel Stevens, Director 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 sixty (60) 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 Communications with the County shall be solely through the official indicated below. Proposers 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. 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 BID. 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 Bidder s material must meet all requirements, for quality, application and size, as stated herein or the bid will be rejected. An award shall be made based on the quantities listed and on the lowest responsible and responsive unit costs bid. The County reserves the right to award in any configuration deemed to be in the best interest of the County and the right to reject any and all bids. Oswego County reserves the right to permit other counties, political subdivisions and eligible fire companies/districts under County Law 408-a and General Municipal Law 103, as amended, to participate in the county s bid award. 3

Unless otherwise stated the bid specifications, the participation of third-party political subdivisions and/or fire companies/districts shall also be upon the consent of the vendor. 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 the SPECIFICATIONS section of this BID. 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, 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 sixty (60) 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. 4

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. PRICING All prices and discounts are to be quoted on an F.O.B. delivered basis, unless otherwise indicated in the bid sheet. The County reserves the right to negotiate lower pricing, or to advertise for bids, any unanticipated excessive purchase. Excessive is defined as exceeding the original estimate by more than twenty-five (25) percent. METHOD OF PAYMENT Payment shall be made at the contract price for the actual quantities or material furnished and verified by the receiving agency. A delivery slip stating quantities shall accompany each shipment. An invoice shall be sent promptly by the Contractor to the agency placing the order. PURCHASE ORDERS Purchase orders will be placed on an as needed basis during the one (1) year contract period. CONTRACT PERIOD The term of this contract shall be effective November 1, 2016 through October 31, 2017 and may be renewed for one (1) additional year, at the same terms and conditions and bid price, by mutual agreement between both parties. 5

PART 2 - SPECIFICATIONS AND BID SHEET Bid #22-16 Structural Steel Structural Steel shapes shall be new materials meeting current ASTM Specifications A36 & A588. Steel Sheet Piling must meet current ASTM Specifications A328. Reinforcing Rods shall be hot rolled, reformed from new billet steel to conform to current ASTM Specifications A615, grade 60. Quantities shown are not commitments to purchase. Contract shall be for quantities actually ordered. Item # Qty (Lbs) Description Size Unit Price/Lbs Extended Price 1 1,600 Std. Beam 10 to 24 A36 A588 2 1,600 Std. Channel 3 to 15 A36 A588 3 1,000 Misc Channel 10 to 18 A36 A588 4 12,500 Bars and Flats All Sizes A36 A588 5 14,500 Steel Plates 3/16 to 1 A36 A588 6 1,000 Wide Flange Beams 4 to 12 A36 A588 7 1,000 Wide Flange Beams 14 to 36 A36 A588 8 2,000 H-Piles 8 to 14 A36 A588 9 5,000 Aluminum Sheets 4 x8, 1/8-1/2 6061 10 4,000 Std. Black Pipe ½ to 1½ A36 11 8,000 Std. Black Pipe over 1½ A36 12 1,000 Square Tubing under 1 A36 13 1,000 Square Tubing over 1 A36 14 1,500 Sheets 1/16 to 3/16 A36 15 1,000 Diamond Plate Sheets 1/8 x 48 wide 8 10 lengths A36 16 400,000 Steel Sheet Piling PZ27 H/R Interlocking All Sizes A36 6

Permanent Steel Sheeting. Steel sheeting shall be new and unused conforming to the requirements of ASTM A328. Item # Qty (Lbs) Description Size Unit Price/Lbs Extended Price 17 1,500 Bar Size Angles 1 2½ A36 18 1,500 Steel Round CR ¼ to 2⅜ 1018 over 2⅜ 1018 19 1,000 Aluminum Diamond Plate 4 x8 1/8 thick 3003 20 1,000 Std. Beam 3 to 8 A36 A588 21 8,000 Standard Angles 3 to 8 A36 A588 22 1 Hollow Section 1 x 1 square A36 23 1 Reinforcing Rods 3/8 to 5/8 A36 1 ¾ to 1 A36 24 Expanded Metal (Safe-T-Mesh) 115 ¾ No. 9 4 x8 A36 200 ½ No. 13 4 x8 A36 100 ¼ No. 20 4 x8 A36 25 Expanded Metal (Flat Mesh) 100 ¾ No. 9 4 x8 A36 100 ½ No. 13 4 x8 A36 100 ¼ No. 20 4 x8 A36 26 1 Steel Grating Bearing bar, 3/16 x 1 19W4 Panel size 3 x 20 27 1 Steel Grating Bearing bar, 3/16 x 2 19W4 Panel size 3 x 20 TOTAL PRICE.$ 7

DEVIATIONS: Any deviations from bid specifications must be noted with bid. The undersigned declares that he has examined the Notice, Information, and Proposal and will furnish equipment, materials or services in compliance with same for price set forth. Type or Print Name Title Authorized Signature Company Address / Date Telephone # Fax # QUANTITY 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 all materials must be made within thirty (30) days after receipt of orders o the location specified by the ordering agency. GUARANTEE All bidders shall submit with their bid, their complete warranty, including the limits of liability. Bidders must include the manufacturers brochures and detailed specification sheets. Material must be suitable for use as described above. MATERIALS QUALITY All materials delivered by the successful bidder are to be new unused and first quality. No rejects, seconds or low quality material is acceptable. Any material delivered which is not in accordance with specifications or is otherwise unsatisfactory, in the opinion of the County, may be retained and, if necessary, used until it is replaced, at no charge, with satisfactory material. 8

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 #22-16 Structural Steel. Vendor Information Sheet (attached) Non-Collusion Certification (attached) Resolution for Corporations (attached) Bid Body. Please include the following: Itemized cost bid as outlined on Reply sheet. 9

VENDOR INFORMATION SHEET Proposing Organization: Address: Phone: ( ) Fax: ( ) 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 bid is correct to the best of my knowledge, and that I am an official of the above organization authorized to sign and submit this bid. Name/Title Signature Date 10

General Municipal Law 103-d Bid #22-16 Structural Steel NON-COLLUSION CERTIFICATION (a) By submission of this bid, each Vendor and each person signing on behalf of any Vendor 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 Vendor 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 Vendor and will not knowingly be disclosed by the Vendor prior to opening, directly or indirectly, to any other Vendor or to any competitor; (3) No attempt has been made or will be made by the Vendor 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 Vendor cannot make the foregoing certification, the Vendor 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 Vendor (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 proposed, 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

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 #22-16 - STRUCTURAL STEEL 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, 2016. Secretary (Seal of Corporation) 12

NON-BIDDER 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 13