OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Similar documents
COUNTY OF OSWEGO PURCHASING DEPARTMENT

Bid #15-15 Goodyear Tires

OSWEGO COUNTY PURCHASING DEPARTMENT

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

BID ON ALUMINUM SULFATE

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

Carpet Replacement Project Des Peres Department of Public Safety

TERMS AND CONDITIONS OF THE INVITATION TO BID

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

City of Beacon Beacon, New York 12508

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

REQUEST FOR PROPOSAL Enterprise Asset Management System

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

REQUEST FOR QUOTATION

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

City Of Oneida. Invitation for Bids

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

REQUEST FOR PROPOSAL Police Department Roof System Renovation

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

INVITATION FOR BID Annual Water Meter Purchase

Saddles for Sale RFSB # N

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

City of Mexico Beach Replacement of Fire Department Roofing Shingles

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

Diesel Engine Replacement for. Gillig Low Floor Buses

REINFORCED CONCRETE PIPE ROUND (CLASS III & IV) ELLIPTICAL (CLASS III & IV)

SECTION INSTRUCTIONS TO BIDDERS

Mesquite Independent School District

RETRO REFLECTIVE GLASS BEADS

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ATTENTION ALL BIDDERS

COVER PAGE. Bid Proposal # Ready Mix Concrete

Tulsa Community College

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

CITY OF HOPKINSVILLE

County of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

ATTENTION ALL BIDDERS

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

5 REQUEST FOR QUOTATION. Company Name: Address: Contact Name: Contact Title: Phone Number: REQUEST FOR QUOTATION THIS IS NOT AN ORDER

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING


INVITATION TO BID. Bids shall be submitted on the forms provided, properly signed and returned in a sealed Opaque envelope clearly marked with the:

REQUEST FOR BID # TIRE DISPOSAL SERVICES

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

AGREEMENT FOR PROFESSIONAL SERVICES

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

CONTRACT DOCUMENTS FOR. Dinosaur Crossing 24 Material Supply Inquiry No St. George, Utah 08/16/16. Prepared By: John Cazier

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

County of Curry. Invitation to Bid No. 2017/ Hot Mix Cold Lay & Hot Mix Material for the Curry County Road Department. Issue Date: June 6, 2018

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

INFORMATION FOR BIDDERS

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

DISTRIBUTOR AGREEMENT

PROPOSAL SUBMISSION AGREEMENT

OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH Will County Office Building 302 N Chicago Street Joliet, Illinois, 60432

Mesquite Independent School District

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

Sunnyside Valley Irrigation District

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

Instructions to Bidders Page 1 of 8

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

LEGAL NOTICE - ADVERTISEMENT FOR BID

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

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 7, 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., Friday, September 22, 2017 for: Bid #41-17 - Two (2) Cargo Vans 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

SECTION 1 - INFORMATION FOR BIDDERS The County of Oswego is soliciting bids from qualified firms for (2) Cargo Vans. Bid #41-17 Two (2) Cargo Vans DEADLINE, RECEIPT AND OPENING OF BIDS Each Bidder shall submit a signed original bid in a sealed opaque envelope indicating the company s name and bid title: Bid #41-17- (2) Cargo Vans Bids are due on or before 2:00 p.m., Friday, September 22, 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 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, 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 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 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 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 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 or goods contemplated herein. Only bids from manufacturers and/or authorized dealers will be given consideration. Bidder or manufacturer must have an authorized service shop and parts department located within a fifty (50) mile radius of Oswego, NY adequate to service unit being bid. 3

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 participation of third-party political subdivisions and/or fire companies/districts shall also be upon the consent of the vendor. 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 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, 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. 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 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. The Bidder understands that the contract may be terminated due to non-appropriation of funds. 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. 4

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 Buildings & Grounds Department, 111 E. Eleventh Street, Oswego, NY 13126. GENERAL CONDITIONS All prices and discounts are to be quoted firm against increase on an F.O.B. destination, freight prepaid, unless otherwise indicated. The County is exempt from payment of manufacturers excise and all other taxes imposed by the Federal Government and/or the State of New York. Such taxes must not be included in the bid price. Exempt certificates will be executed upon request. Vehicles delivered shall comply to all applicable rules and regulations of the N.Y.S. Department of Motor Vehicles and shall be equipped with the safety standards currently required by Federal Motor Vehicle standards established by the National Traffic Safety Agency. Each bidder must submit an affidavit of non-collusion signed by an officer of the company. Bidders shall submit their standard guarantee, including the limit of their liability. All standard items normally furnished by the vehicle manufacturer shall be furnished. Vehicle must be delivered strictly in accordance with specifications. If vehicle is delivered with deviations or improper servicing, the bidder must arrange to have the necessary work done within five (5) days (exclusive of Saturdays, Sundays and Holidays) after receipt of written notification from the County. Otherwise, the County may have the corrections made at the bidder s expense. Each bidder must enclose detailed specification sheets listing all options and specifications being bid. The bidder hereby understands and agrees that no plea of ignorance relating to any data, conditions, policies or requirements of the County or its Division of Purchase that may exist or that may reasonably be encountered pursuant to this contract will be accepted as a result of failure or omission on the part of the bidder to fulfill in every respect all the circumstances as a basis for any type of claim whatsoever for extra charges, for start up costs, or for the rendering of proper service hereunder. Further said claims for charges shall be without prejudice to the County or its Division of Purchase not honored by said County or Division of Purchase. The parties hereto understand and agree that each and every provision of Law or clause required by Law to be inserted in this contract shall be deemed to have been inserted herein, and if through mistake or inadvertence, such provision is not inserted said clause shall be deemed to have been inserted and shall have full force and effect of Law. The parties hereto expressly agree that if any provision, sentence, clause or part thereof in this agreement or within any specifications or plans made a part hereof is held by proper authority to be unconstitutional, illegal, or invalid, such findings shall neither affect nor impair such provision(s), sentence(s), or clause(s) which remain. Except for so much that is held to be unconstitutional, illegal or invalid this agreement shall remain in full force and effect. - End of Section 1-5

SECTION 2 SPECIFICATIONS (2) New Cargo Vans, either Chevrolet Express 2500 or Ford Transit 250. Both vans must be model year 2017. Both vans must have minimum V6 engine, rear wheel drive. Van (1) is to have windows all around. Van (2) shall have windows in back doors only. Both vans shall have minimum 9,000 pounds GVWR package. Delivery must be to Oswego County Buildings & Grounds Department, 111 E. Eleventh Street, Oswego, NY 13126 no later than Thursday, September 28, 2017. - End of Section 2 - SECTION 3 BID FORMAT All bids must be in accordance with the format specified below. Please submit one signed original of your bid in a sealed envelope marked Bid #41-17- (2) Cargo Vans. Please include the following: Vendor Reply Cover Sheet (attached) Vendor Information Sheet (attached) Non-Collusion Certification (attached) Resolution for Corporations (attached) 6

VENDOR REPLY COVER SHEET Sealed bids are due no later than 2:00 p.m. on Friday, September 22, 2017 at the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York 13126. THE COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. The undersigned hereby certifies that he has examined and fully comprehends the requirements and intent of the specifications for Bid #41-17- (2) Cargo Vans as recited in the specifications and offers to furnish the following equipment for the NET COST OF: Van #1 (with windows all around) $ Year Make Model Van #2 (windows in back doors only) $ Year Make Model WARRANTY INFORMATION: DEVIATIONS FROM BID SPECIFICATIONS: Delivery Date: Federal ID Number: M/WBE Status Type or Print Name Company Title Address Authorized Signature ( ) / ( ) Date Telephone Number / Fax ADDITIONAL INFORMATION MAY BE ATTACHED TO THIS SHEET. 7

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 8

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 #41-17- Two (2) Cargo Vans 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) 9

Bid #39-15 - Two (2) Plow Trucks 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 10

Bid #39-15 - Two (2) Plow Trucks 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 11