For Review Only Official Bid Packet available at Athens County Engineer's Office

Similar documents
SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

AMENDMENT TO PEST CONTROL SERVICES, RFP # 17-SFY-10

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

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

FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, :00 A.M.

BERRIEN COUNTY ROAD DEPARTMENT

Suite 300 Tenant Improvement

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

BID # EFI H1625 LED Wide Format Printer Fullerton College

LUCAS COUNTY OHIO INVITATION TO BID 2014 ROADSIDE MOWING. MARCH 31, 2014 AT 2:00 PM (local time) DATE AND TIME OF BID OPENING

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

2. Develop recommendations and best practices for the District to following in serving these students.

REQUEST FOR PROPOSALS PHYSICAL NEEDS ASSESSMENT. December 11, 2017

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

The Housing Authority of the Township of Middletown

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

Sayreville Housing for Seniors Corporation Gillette Manor

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

St. George CCSD #258

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

REQUEST FOR PROPOSAL (RFP)

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

5. BID FORMS TABLE OF CONTENTS

Housing Authority of the City of Perth Amboy

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

City of Albany, New York Traffic Engineering

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

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

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

HYDROLOGIC AND HYDRAULIC ANALYSIS STUDY-DUGAN RUN (DITCH)

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

M E M O R A N D U M. March 13, 2019

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

BID PROPOSAL FOR OLD TROY PIKE BRIDGE REHABILIATION CHP-CR (PID 98684)

TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

RETIREE HEALTH BENEFITS TRUST

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

PUBLIC NOTICE LORI FULKS GARVIN COUNTY CLERK

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATION FOR

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

PROPOSAL LIQUID CALCIUM CHLORIDE

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

Housing Authority of the Borough of Keansburg

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

City of Bowie Private Property Exterior Home Repair Services

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

REQUEST FOR PROPOSAL SPORTS FIELD LIGHTING (1) 300ft Baseball/Softball Field

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

PROPOSAL FOR STREET SWEEPING SERVICES

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

Attachment A Required Submission Documents BIDDER INFORMATION

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

City of Newnan, Georgia

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

Tax Credit Consultant

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

University of California, Riverside Barn Expansion

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

Transcription:

ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM NOTICE TO BIDDERS The Athens County Commissioners will open sealed bids at their office in the Athens County Courthouse, 15 South Court Street, Athens, Ohio, on for the following: TUESDAY, MAY 23 rd, 2017 AT 10:00 A.M. Roadside Mowing Program for 363.45 miles of county roads during the year of 2017, for the maintenance of Athens County's Highways according to specifications on file in the. Bids will be for furnishing labor, equipment, and necessary materials to perform the work. Sections may be bid individually or in combination. Specifications, bid forms, and map are available at the Athens County Engineers Office, 16000 Canaanville Road, Athens Ohio 45701, between the hours of 7:00 am and 3:30 pm, Monday through Friday. Legal notice and bid documents are also posted on the internet at www.athenscountyengineer.org under the Bids/RFPs heading. Bids will be accompanied by a bid bond, certified check, cashier's check, or money order in the amount of 5% of the total amount bid. Sealed bids will be addressed to the Athens County Commissioners and shall arrive or be delivered in their office on or before the above stated time and date. Bids shall be marked "BID - ROADSIDE MOWING". The Athens County Commissioners reserve the right to accept or reject any or all bids, to waive any irregularities in the bidding and to award the contract to the bidder who in their consideration offered the lowest and/or best proposal. Advertising dates: 5/7/17, 5/14/17

ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM SPECIFICATIONS GENERAL Following are the specifications to be used in bidding a roadside mowing program for the year 2017. The contractor is to furnish all labor, equipment, and necessary items to perform the work. LENGTH OF CONTRACT The contract shall be for one (1) mowing season with an option of two (2) mowing season renewals at year 1 bid prices, provided the County Engineer and contractor are both in agreement each year. ROADS TO BE MOWED All Athens County roads are to be included in the contract. The total mileage to be mowed is 363.45 miles. METHOD OF MOWING All mowing along the pavement edge, including guardrail, shall be performed with the equipment moving in the direction of traffic flow. All four rounds of mowing shall be mowed up to 12 feet from the edge of the road and shall be mowed at least 8 feet from the edge of the ditch to the opposite side of the ditch, or fence line, or crop line. Field adjustments may be made by the County Engineer s representative for extenuating conditions. Contractor is permitted to use any mowing equipment that complies with this contract. The approximate time frame for each round of mowing is as follows: Round No. 1: Begin mowing approximately June 26, 2017 and completed not later than August 4, 2017. Round No. 2: Begin mowing approximately August 21, 2017 and completed not later than September 29, 2017. Bidders should be aware that rainfall and growing conditions may necessitate revisions of the above dates as well as additional mowing cycles. Bidders shall be capable of adjusting to these demands and supply the services required. The height of the grass after cutting shall be no more than five (5) inches.

The contractor shall control his rate of travel to insure that his equipment provides this result; as well as adjust his mowing times to avoid moisture conditions which inhibit these results. Areas being mowed shall be sufficiently dry so as not to cause rutting or other damage. Intersections shall receive concentrated effort and extended treatment to insure that clear sight distances are obtained. Obstacles in the cut area; signposts, mailboxes, poles, etc., shall be mowed as close to as possible with the equipment. The intent is to not arbitrarily circle or swerve around these items but rather to mow up to them. The County Engineer shall establish the priority of roads to be mowed for each round and will advise the contractor of this before each round begins. Inspection will be provided by Athens County and the designated representative shall have the right to alter or suspend operations based on conditions and performance. When mowing along surface treated roads in extremely warm weather, care should be taken so as not to pull up the pavement with tractor tires. It is suggested that the roads with excessive bleeding problems be mowed during cooler weather. MOWING HOURS The contractor shall operate his equipment only during the hours of daylight. No mowing shall be permitted on Sundays or holidays unless otherwise authorized. POSTED NO MOWING AREAS The contractor shall review the mowing routes with the County Engineer or his representative to familiarize the mowing operators with the areas not to be mowed. Violation of posted no mowing zones may subject the contractor to a $100.00 penalty per violation. REPORTS AND NOTIFICATION The contractor shall notify the County Engineer 24 hours prior to starting the mowing operation for each round of mowing. In addition, the contractor will be required to provide the County Engineer daily, or as required by the Engineer, a highlighted county map indicating which roads have been mowed and to notify the County Engineer when each round of mowing has been completed. METHOD OF PAYMENT Contractor will be paid at the completion of each round of mowing, with approval by the County Engineer. WAGE RATES As determined by the Ohio Department of Industrial Relations prevailing wage section, this work is classified as maintenance and does not require payment of prevailing wage rates.

EQUIPMENT Contractor shall furnish, operate, and maintain suitable and adequate equipment necessary to perform the above operations in an approved and workmanlike manner without hindrance or delay. A minimum of two mowing units shall be utilized. Contractor shall have enough satisfactory equipment and trained personnel that he can complete the work within the time limits stated. Prior to awarding a bid, the County Engineer or his assistant may inspect the equipment of the contractor to determine its suitability for highway work. The County Engineer may augment the mowing with other contract mowers if the contractor fails to progress in a timely manner. These costs would be deducted from the contractors pay. Tractor/mower combinations shall be of suitable size to accomplish the mowing operations and still mow in close proximity (24") to posts, poles and other objects; as well as have the maneuverability required to mow between objects in close arrangements, such as poles and guy wires. Equipment combinations shall not be configured such that a left side mower would extend horizontally into or over traffic lanes. All equipment shall be equipped with the required safety devices and proper lights and signs in accordance with effective Federal and State of Ohio laws. All units shall be equipped with amber flashing lights visible to oncoming and trailing highway traffic, as well as slow moving vehicle signs. LIABILITY Contractor, while mowing, shall be cognizant of his liability and responsibility for public convenience and safety, protection and restoration of property, and responsibility for damages resulting from his acts of omission or commission. The contractor shall procure for the protection of himself and his sub-contractor a policy of Public Liability Insurance which shall also hold harmless Athens County from liability, with limits of not less than: Bodily injury in an amount not less than Five Hundred Thousand Dollars (500,000.00) for each person and One Million Dollars (1,000,000.00) for each occurrence. Two Hundred Thousand Dollars (200,000.00) because of injury to property of others in any one accident. The contractor shall also maintain Workmen's Compensation and Employer's Liability insurance for protection under the applicable State Workmen's Compensation Laws. The contractor shall provide the county with certificates of such insurance contracts prior to any performance of work under the contract of construction.

BID BOND OR DEPOSIT The bid if accompanied by a bid bond, shall be in the format as provided with these specifications. The bid bond may also be in the form of a certified check, cashier's check, or money order on a solvent bank. The bond must be for five percent (5%) of the total bid. Upon awarding of contract, all bonds or checks will be returned. COST The bid shall show each round bid as a unit price per road mile. In the event any portion of the miles are not mowed, the County reserves the right to reduce the contract price by the unit price pertaining to the round not completed in the amount of the number of miles not mowed and multiplied by the applicable unit price. SUSPENSION OF WORK The County Engineer reserves the right to halt the mowing operations for a period of seven days before and seven days after the roadsides are chemically sprayed by the County if he deems it necessary. This may occur one (1) time during the year. BIDS Bids shall be submitted on the proposal form provided by Athens County and included with these specifications. Any alteration or modification of the proposal forms may result in rejection of the proposal as non-responsive. AWARD The total bid for contract which produces the lowest proposal shall be the basis for consideration. In addition to cost benefit consideration, adequacy of equipment, personnel, previous experience, and other factors may be used in evaluating the bids. The Athens County Commissioners reserve the right to perform or non-perform any contract being bid and reserve the right to accept or reject any or all bids. The Athens County Commissioners may also waive any irregularities in the bidding and award the contracts to the bidder(s) who in their consideration offered the lowest and proposal.

ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM Submitted bid proposal must include all pages herein, filled out completely. Also, Certificate of Liability Insurance and bid bond, certified check, cashier's check, or money order in the amount of 5% of the total amount bid must be included with your bid. The Athens County Engineer reserves the right to reject any and all bids. The Athens County Engineer reserves the right to terminate the contract with the contractor at any time, and for any reason.

ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM PROPOSAL The undersigned, having full knowledge of the site, plans and specifications for the following improvement, and the conditions of this bid, hereby agrees to furnish to the Commissioners of Athens County all services, labor, materials, and equipment necessary to complete the entire project, according to the plans, specifications and completion dates, and to accept the unit prices specified below for each item as full compensation for work in this proposal. DESCRIPTION ROUND MILES UNIT PRICE TOTAL Contract Mowing 1 363.45 Respectfully Submitted, COMPANY: SIGNED: 2 363.45 TOTAL BID FOR CONTRACT $ ADDRESS: PRINTED NAME: PHONE #: TITLE: FAX #: DATE: E-MAIL:

HOLD HARMLESS AGREEMENT CLAUSE The contractor agrees to indemnify and hold harmless and defend Athens County Commissioners, its officials, agents, servants, and employees from payment of any sum or sums of money to any persons whomsoever, on account of all claims, actions, or suits growing out of injuries to persons, including death, or property damage caused by the contractor, his employees, agents or subcontractors for any negligent act, error or omission in the performance and prosecution of the work herein contracted for including (but without limiting the generality of the foregoing) all claims for service, labor performed, materials furnished, provisions and supplies, injuries to persons, including death, or damaged property, claims, suits, costs, attorney s fees, cost of investigation and of defense. It is further the intent of this agreement to hold the contractor responsible for the payment of any and all claims, suits, or liens due to any negligent act, error or omission in any way attributable to or asserted against Athens County Commissioners and/or its officials, agents, servants or employees as a result of the performance of this contract or asserted against both the Athens County Commissioners and the contractors. In addition to holding Athens County Commissioners harmless, the contractor will provide defense for Athens County Commissioners, its officials, agents, servants and/or employees and will pay the costs of that defense. BY: TITLE: DATE:

AFFIDAVIT OF CONTRACTOR OR SUPPLIER OF NON-DELINQUENCY OF PERSONAL PROPERTY TAXES STATE OF OHIO COUNTY OF ATHENS TO: ATHENS COUNTY COMMISSIONERS The undersigned, being first duly sworn, having been awarded a contract by Athens County for hereby affirms under oath, pursuant to Ohio Revised Code 5719.042, at the time the bid was submitted, my company was not charged with any delinquent personal property taxes on the general tax list of personal property of any county in which you as a taxing district have territory and that we were not charged with delinquent personal property taxes on any such list. In consideration of the award of the above contract, the above statement is incorporated in said contract as a covenant of the undersigned. Sworn to before me and subscribed in my presence this day of, 2017. Notary Public, In and for County, Ohio. (SEAL) My Commission Expires:

AFFIDAVIT IN COMPLIANCE WITH SECTION 3517.13 OF THE OHIO REVISED CODE STATE OF OHIO COUNTY OF ATHENS: Personally appeared before me the undersigned, as an individual or as a representative of (Name of Entity) for a contract for (Type of Product or Service) to be let by the County of Athens who, being duly cautioned and sworn, makes the following statement with respect to prohibited activities constituting a conflict of interest or other violations under Ohio Revised Code Section 3517.13, (campaign contributions and reporting) and further states that the undersigned has the authority to make the following representation on behalf of himself or herself or of the business entity: 1. That none of the following has individually made within twenty four (24) months and that, if awarded a contract for the purchase of goods or services in excess of $10,000, none of the following individually will make, beginning on the date the contract is awarded and extending until one year following the conclusion of the contract, as an individual, one or more campaign contributions totaling in excess of $1,000, to any member of the Athens County Board of Commissioners or their individual campaign committees: a myself b any partner or owner or shareholder of the partnership (if applicable); c any owner of more than 20% of the corporation or business trust (if applicable); d each spouse of any person identified in (a) through (c) of this section; e each child seven years of age to seventeen years of age of any person identified in divisions (a) through (c) of this section (only applicable to contributions made on or after January 1, 2007). 2. That none of the following have collectively made since January 1, 2007, and that, if awarded a contract for the purchase of goods or services in excess of $10,000, none of the following collectively will make, beginning on the date the contract is awarded and extending until one year following the conclusion of the contract, one or more campaign contributions totaling in excess of $2,000, to any member of the Athens County Board of Commissioners or their individual campaign committees: a myself b any partner or owner or shareholder of the partnership (if applicable); c any owner of more than 20% of the corporation or business trust (if applicable); d e each spouse of any person identified in (a) through (c) of this section; each child seven years of age to seventeen years of age of any person identified in division (a) through (c) of this section. Signature Title: Sworn to before me and subscribed in my presence this day of, 2017. (SEAL) Notary Public, In and for My Commission Expires: County, Ohio.

CORPORATE RESOLUTION I,, Secretary of (Individual Name) (Corporation Name) a/an (State) Corporation hereby certify that the Board of Directors of said Corporation on the day of, 2017, adopted a resolution authorizing the (Corporation Title, i.e., President, Vice President, etc.) namely,, of this Company, to sign bid proposals, sign and enter into any and all contracts and other instruments, sign and/or authorize bid guaranty and performance bonds for the furnishing of labor and materials at such price and upon such terms and conditions, including any amendments or modifications thereto, as said (Corporation Title, i.e., President, Vice President, etc.) and that said actions shall be binding upon the Corporation. in his sole discretion shall deem best, IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at, this day of full force and effect., 2017, and I further certify that said resolution is still in Corporate Secretary

FORM OF NON-COLLUSION AFFIDAVIT State of Ohio County of Athens Bid Identification: Contractor: being first duly sworn, deposes and says that he is (sole owner, a partner, president, secretary, etc.) of the party making the foregoing bid; that such is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization, or corporation; that such bid is genuine and not collusive or sham; that said bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or any one else to put in a sham bid, or to refrain from bidding; that said bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with any one to fix the bid price of said bidder or of any other bidder, or to fix any overhead, profit, or cost element of such bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or any one interested in the proposed contract; that all statements contained in such bid are true; and, further, that said bidder has not, directly or indirectly, submitted his bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid and will not pay any fee in connection therewith, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual except to such person or persons as have a partnership or other financial interest with said bidder in his general business. SIGNED: TITLE: Sworn to before me and subscribed in my presence this day of, 2017. (SEAL) Notary Public, In and for County, Ohio.

CONTRACT This agreement made this day of by and between, herein after called the "Contractor," and Athens County, herein after called the "Local Public Agency." WITNESSETH, that the Contractor and the Local Public Agency, for the considerations stated herein, mutually agrees as follows: Article I: Statement of Work. The Contractor shall furnish all supervision, labor, tools, equipment, materials, hauling, and other items necessary to complete the Athens County Roadside Mowing in accordance with the Notice to Bidders, Bid Proposal and Specifications. Article II: The Contract Price. Athens County and will pay the Contractor $ for the performance of the Contract based upon the unit prices stipulated in the "Bid Blank." In WITNESS WHEREOF, the parties have caused this Agreement to be executed this day of, 2017. By: Athens County Commissioners:

CERTIFICATE OF PROSECUTING ATTORNEY 2017. The above contract has been approved by me as to form this day of, Prosecuting Attorney, Athens County, Ohio CERTIFICATE OF COUNTY AUDITOR I,, County Auditor of Athens County, Ohio do hereby certify that there is in the Treasury or in the process of collection, the sum of: /100-----------------Dollars ($ ), to pay for the contract between and the Athens County Commissioners, Athens County, Ohio and that said funds are un-appropriated for any other purpose. Athens County Auditor