OSWEGO COUNTY PURCHASING DEPARTMENT

Similar documents
COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OFOSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

City of New Rochelle New York

PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK:

City of Albany, New York

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

COUNTY OF OSWEGO PURCHASING DEPARTMENT

City of New Rochelle New York

Fax Daniel Stevens, Purchasing Director

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

INDEPENDENT AUDIT SERVICES THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL PROPOSALS.

INSTRUCTIONS TO BIDDERS

OSWEGO COUNTY PURCHASING DEPARTMENT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Appomattox River Water Authority

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Daniel H. Stevens Amber Sweeting Tamara Allen Purchasing Director Purchasing Clerk Purchasing Clerk

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

COUNTY OF COLE JEFFERSON CITY, MISSOURI

PLEASANTVILLE HOUSING AUTHORITY

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

City of Albany, New York Traffic Engineering

COUNTY OFOSWEGO PURCHASING DEPARTMENT

INFORMATION FOR BID. Tee Shirts (School Nutrition)

City of New Rochelle New York

PROPOSAL GUIDE RAIL VEGETATION CONTROL

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

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

(District - Wide) Bid Period: July 1, 2018 through June 30, 2019

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS SARATOGA COUNTY WATER AUTHORITY

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

JACQUELINE M. IZZO MAYOR

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

PROPOSAL LIQUID CALCIUM CHLORIDE

PURCHASING DEPARTMENT

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

French Hall Rehab Main Entrance

HOUSEHOLD HAZARDOUS WASTE PROGRAM

REQUEST FOR PROPOSAL FOR THE 5-YEAR UPDATE OF THE OTSEGO COUNTY MULTI-JURISDICTIONAL MULTI- HAZARD MITIGATION PLAN

BID # Queens Flushing Library Date: February 16, Contractor Services Contract for: Emergency Generator Fuel Tank Replacement Project

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

Request for Proposal Transition/Vocational Services RFP No

INSTRUCTIONS TO BIDDERS

Request for Proposal Automobile Driver Education Services RFP #

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

REQUEST FOR PROPOSAL. Information Technology Support Services

MELBA SCHOOL DISTRICT

B. The Bid is made in compliance with the Bidding Documents.

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Albany Parking Authority 25 Orange Street Albany, NY

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID (ITB)

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

REQUEST FOR PROPOSALS RFP # ELECTRIC SUPPLY & SERVICES FROM RETAIL ELECTRIC PROVIDERS

**BID NO: 3819 Service Contract - Electrical. UN-Priced Solicitation Due: On or before, Wednesday, May 23, 2018 at 4:30 p.m.

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

REQUEST FOR PROPOSAL SUPPLY OF

NOTICE IS HEREBY GIVEN

City of New Rochelle New York

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

KENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI SURPLUS VEHICLES 2019

Transcription:

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 Amber Sweeting Tamara Allen Purchasing Director Purchasing Clerk Purchasing Clerk June 30, 2017 LEGAL NOTICE Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, NY until 2:00 p.m., Tuesday, August 1, 2017. for: DEADLINE FOR QUESTIONS: Tuesday, July 27, 2017 at 5:00 p.m. (There will not be an Offerers Conference) AERIAL SPRAYING Specifications are available in 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. THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. Daniel H. Stevens Purchasing Director 1

Part 1 Information for Bidders Deadline, Receipt and Opening of Bids Bidder s Responsibilities Communications Specifications Discrepancy Scope Parameters Bidder s Qualifications & Eligibility Award Commencement of Work Cancellation Pricing Method of Payment Part 2 Specifications Scope of Work Term of Contract Commencement of Work Part 3 BID/BID Format Table of Contents Required Forms Bidder Reply Cover Sheet Bidder Information Sheet Non-Collusion Certification Resolution for Corporations Only Non-Bidder Response 2

Part 1 Information for Bidders The Oswego County Department of Health is seeking bids from qualified firms or individuals to provide AERIAL SPRAYING. Contract would be from May 1, 2018 through October 31, 2018 (or a date mutually agreed upon by both parties). Services to be provided include at a minimum, the following: 1) Vendor shall provide and apply chemical spray solutions for aerial applications of chemical insecticides for purposes of mosquito control. 2) Vendor shall supply all equipment and manpower necessary and incident to the provision of services. DEADLINE, RECEIPT AND OPENING OF BIDS Applicants shall submit a signed original bid, one (1) copy, in a sealed envelope indicating the company s name and bid title: Bid #35-17 AERIAL SPRAYING Bids are due on or before 2:00 p.m., Tuesday, August 1, 2017. Either mail or deliver Bids in person to: Oswego County Purchasing Office 46 East Bridge Street (3rd Floor) Oswego, NY 13126 The County reserves the right to change this date and will notify potential bidders accordingly. 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 or e-mail 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 Bidder. BIDDER S RESPONSIBILITIES It is the Bidder s responsibility to meet the entire intent of these specifications. Bidders 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 Bidder to make such examination and to investigate thoroughly shall not be grounds for any declaration that the Bidder did not understand the terms and conditions herein. The County of Oswego shall not be 3

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 Bidder to: Examine the BID documents thoroughly; Consider federal, state and local laws and regulations that may affect your bid. Study and carefully correlate Bidder s observations with the BID document. COMMUNICATIONS All communications regarding this BID with the County shall be solely through the official indicated below. Submit questions in writing by mail, e-mail, or fax to the address listed below. No telephone questions will be accepted or considered. Bidders 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 proposed. SPECIFICATIONS DISCREPANCY Daniel H. Stevens Purchasing Director 46 East Bridge Street Oswego, New York 13126 fax: (315) 349-8308 dstevens@oswegocounty.com Should a Bidder find a discrepancy in, or omissions from the specifications, requirements for contract, or BID form, or be in doubt as to their meaning, the Bidder shall at once notify in writing the County Purchasing Director. Written instructions will be sent to all potential Bidders. All such addenda shall become a part of the contract and all Bidders shall be bound by such addenda, whether or not received by the Bidders. The County will not be responsible for any oral representations or instructions. SCOPE PARAMETERS If a Bidder 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 Bidder 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 Bidder identifies a task within the BID that it believes could be modified or deleted without impacting the objectives of the BID, the Bidder 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. 4

BIDDER S QUALIFICATIONS &ELIGIBILITY The County may make such investigation as it deems necessary to determine the qualifications and ability of a Bidder, and the Bidder 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 Bidder is properly qualified or able to carry out the obligations of the contract and to provide the services contemplated herein. AWARD The awarding of a contract for the work outlined in this BID is subject to the approval of the Oswego County Legislature. Contract award decisions will be made public as soon as possible. The contract, if awarded, will be awarded to the bidder or bidders whom, in part or in total, meet all of the terms and conditions of the specifications, and provide the County with the best value service. The County reserves the right to reject any and all bids. The award will be based in part on an analysis of the following criteria: technical and esthetic qualities of the bid, reliability, bidder s ability and facilities to provide the service called for, evaluation of the bidder s proper understanding of the County s needs, and price. The contract shall be awarded to the responsible agency who best meets the BID s criteria in the opinion of the County. Additional selection factors are included under PART 2 SPECIFICATIONS section of this BID. The bidder 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 bidders. Each bid should, therefore, be submitted in the most favorable terms the bidder 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 bidder for a presentation. The County reserves the right to negotiate with all qualified bidders. 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 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 bidder must provide Letter of Commitment within ten (10) business days of acceptance. 5

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 Bidder 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 Bidder 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 Bidder of such termination and specify the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, data, and reports prepared by the Bidder under this contract shall, at the option of the County, become County property and the Bidder shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. The Bidder 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 Bidder, and the County may withhold any payments to the Bidder for the purpose of determining the exact amount of damages due the County. Bidder understands that the contract may be terminated due to non-appropriation of funds. PRICING All prices are to be quoted firm against increase for the duration of the contract, unless otherwise noted in the bid. Any deviation from this must be approved in writing by the County Administrator. 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 services provided and verified by Oswego County. Payment schedule is negotiable for completed work. The intent of Oswego County is to pay all invoiced expenses within 60 days. Oswego County does not pay in advance. Invoices shall be sent to Oswego County Health Services, 70 Bunner St., Oswego, NY 13126. 6

PART 2 SPECIFICATIONS A. CHEMICALS AND APPLICATION A list of chemical insecticides with potential for use must be provided to the County. Chemical insecticide to be utilized shall be chosen from this list by vendor, taking into account the needs of the county, while at all times and in all respects complying with federal, state and local laws, rules and regulations. Ultra Low Volume (ULV) application of chemical insecticide is required. Should the chemical insecticide of choice become unavailable, vendor shall use a substantially similar chemical insecticide that is approved by the NYS DEC and US EPA for purposes of mosquito control. This chemical insecticide must also be on the list provided. B. AREA The areas scheduled to receive application shall be the areas designated by the County. The entire area designated by the county to be sprayed shall be sprayed except those areas which are prohibited by federal, state or local law, rule or regulation or specifically exempted by the county. C. SCHEDULE Application will occur only following the NYSDOH declaration of a situation deemed an Imminent Threat to Public Health (ITPH). Once the ITPH has been declared the exact timing of the aerial applications shall be at the discretion of the vendor in consultation with the County. All factors necessary to determine when such application will be considered in order to achieve maximum effectiveness and desired results in the most timely manner possible. Upon favorable weather and other conditions, vendor shall provide services within twenty four (24) hours of notification. D. VENDOR SPRAY SYSTEM REQUIREMENTS 1. Ultra Low Volume Application is required. 2. Equipped with corrosion resistant insecticide tanks. 3. Equipped with leak proof, boom type distribution system, capable of applying indicated in this agreement at the approved and prescribed rate and droplet size, with spray pressure gauge located in close proximity to the pilot within the cockpit. Certification of calibration shall be provided to County prior to commencement of services. 4. Equipped with a securely attached pumping system that will ensure that insecticide will be dispersed at a uniform rate. 5. Equipped with by-pass lines which agitate insecticide during flight. 7

6. Equipped with a mechanical stop feature which allows spray pumps to be stopped during flight by the pilot from the cockpit. 7. Equipped with a positive shut off system that ensures the elimination of all dribble from spray nozzles. 8. Equipped with emergency non-leaking dump valves adequately vented to dump insecticide and installed so as to prevent blow back into the fuselage, with a ratio between the tank and its capacity in gallons to the cross-sectional area of the dump valves in square inches of not greater than 10:1. E. VENDOR EQUIPMENT REQUIREMENTS 1. A minimum of one (1) non-corrosive mixing tank of not less than five hundred (500) gallons with the availability to obtain a like kind tank within one (1) day. 2. A minimum of one (1) fully functioning two inch pump system for aircraft loading, with a minimum of one hundred (100) gallons per loading capacity, with the availability to obtain a back-up system of like kind and load capacity within one (1) day. 3. A fully functioning mechanical or other system for agitating/re-circulating insecticide in tank or tanks. 4. A minimum of one (1) fully functioning chemical resistance meter, calibrated within sixty (60) days prior to commencement of aerial spraying, with a one hundred and fifty gallon per minute load capacity/transfer rate, which must be connected between the loading pump and loading hose to the aircraft. 5. A minimum of one (1) fully functioning fire extinguisher rated and approved for oil and gasoline fires on the aircraft and at the loading site. 6. Fully functioning global positioning satellite (GPS) system that is adapted to the maps of the areas to be sprayed. 7. Fully functioning two-way radio, which has capability to communicate between loading site and/or ground units and the aircraft. 8. All equipment described above must be portable (either self-contained or truck/trailer mounted) in order to move from airport or other locations in required timeframes. TERM OF CONTRACT The contract resulting from this BID shall be from the date of award through October 31, 2018. The contract may be extended at the same terms and conditions for two additional years by mutual agreement of the parties. 8

The successful Bidder will be offered a contract for all or part of the services specified in this BID. All contracts must be reviewed by the Oswego County Attorney prior to approval and signing by Oswego County. Additionally, the County reserves the right to terminate the contract for cause and/or unsatisfactory performance or compliance with County requirements. COMMENCEMENT OF WORK Upon execution and delivery of the contract, 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 Director. PART 3 BID FORMAT Each bid shall be delivered in a sealed envelope bearing the title of the bid. The bid will become the property of the County, and shall be open to the public, within the limits of State of New York law, for inspection subsequent to the award process. The County will not be responsible for any proprietary information that finds its way to the general public. All Bids must be in accordance with the format specified below. Please submit one signed original and three (3) copies of your bid in a sealed envelope marked BID #7-15 -AERIAL SPRAYING. BID CHECKLIST Bidder Reply Cover Sheet (attached) Bidder Information Sheet (attached) Non-Collusion Certification (attached) Resolution for Corporations (attached) Non-Bidder Response (attached) 9

Bidder Reply Cover Sheet Sealed Bids are due by 2:00 p.m., Tuesday, August 1, 2017 at the Oswego County Purchasing Office; 46 East Bridge Street (3rd Floor); Oswego, NY 13126. THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS The undersigned hereby certifies that he/she has examined and fully comprehends the requirements and intent of the Notice, Information, Specifications and BID for BID #35-17 AERIAL SPRAYING, and offers to fulfill the activities as shown in the attached bid for the cost listed below. Cost per acre sprayed $ Federal ID Number: Type or Print Name Firm Title Address Authorized Signature Date ( )/( ) Telephone Number /Fax Please attach any additional information to this sheet. 10

Bidder 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 11

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, 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 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 Type or Print Name Date Title Authorized Signature 12

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 #35-17 AERIAL SPRAYING 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 Responder 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) 13

Non-Bidder 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, 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 Bidder list for: This Commodity Group This Item or Material All Bids Type or Print Name Title Authorized Signature Date Company Address ( ) Telephone Number 14