SLED Opportunity · NEW YORK · COUNTY OF WAYNE, NY

    Purchase of Sig Sauer Firearms

    Issued by County of Wayne, NY
    countyRFQCounty of Wayne, NYSol. 249415
    Closed
    STATUS
    Closed
    due Apr 9, 2026
    PUBLISHED
    Apr 1, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    332994
    AI-classified industry

    AI Summary

    County of Wayne, NY seeks bids for purchase of 30 Sig Sauer firearms for Sheriff's Department. Bids due April 9, 2026, 2:00 pm EST via physical or electronic submission. Detailed insurance, warranty, and delivery requirements apply. Award to lowest responsible bidder.

    Opportunity details

    Solicitation No.
    249415
    Type / RFx
    RFQ
    Status
    open
    Level
    county
    Published Date
    April 1, 2026
    Due Date
    April 9, 2026
    NAICS Code
    332994AI guide
    Agency
    County of Wayne, NY

    Description

    The County of Wayne, NY is requesting bids for Purchase of Sig Sauer Firearms. Project specifications may be viewed electronically and downloaded using the County’s eProcurement Portal at https://procurement.opengov.com/portal/co-wayne-ny-us. Responses may be submitted by Electronic Response via the OpenGov platform. Physical responses may be by mail in a sealed envelope clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, on or before 2:00 pm prevailing time on Thursday, April 9, 2026. Late responses will not be accepted.

    Project Details

    • Reference ID: 012-26
    • Department: Sheriff
    • Department Head: Robert Milby (Sheriff)

    Important Dates

    • Questions Due: 2026-04-03T16:00:00.000Z

    Evaluation Criteria

    • Notice to Contractors (Physical Responses Only)

      Notice is hereby given that the County of Wayne is conducting a Request for Bids for Purchase of Sig Sauer Firearms

      Sealed responses may be submitted physically or by mail in a sealed envelope clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, on or before 2:00 pm prevailing time on Thursday, April 9, 2026

      An electronic copy of proposal forms, specifications, and plans can be obtained from the County’s eProcurement Portal: https://procurement.opengov.com/portal/co-wayne-ny-us or by requesting them directly from the Purchasing Department Office located at 16 William Street, Lyons, NY by email request to purchasing@waynecountyny.gov (Telephone: 315-946-7675)

      The County of Wayne (hereinafter “County”) shall not be held responsible for the completeness or accuracy of any proposal documents received by a contractor that was not directly issued to that contractor by the Purchasing Department. Any contractor submitting a proposal based on incomplete or inaccurate information resulting from documentation received from any third party shall not have cause for relief from award or completion of a contract in accordance with the official documents on file with the Clerk of the Board of Supervisors.

      It is HIGHLY suggested that all contractors interested in participating in this proposal contact the Purchasing Department directly at the above address or telephone number to ensure they have received the most accurate and up-to-date material concerning this contract.

      The County does not offer or supply anyone the list of people who have obtained a copy of these proposal specifications or cost estimates for the project prior to the opening of the proposals.

      NO EXCEPTIONS ARE MADE TO THIS POLICY.

      **the County Reserves the right to reject any or all responses**

    • Summary

      The County of Wayne, NY is seeking to purchase a total of thirty (30) Sig Sauer firearms or approved equals. The specific models and quantities required are as follows:

      • Nineteen (19) units of W320CA-9-BXR3-PRO RXX
      • Six (6) units of W320CA-9-BXR3-PRO RXE
      • Five (5) units of W365XCA-9-BXR3-PRXX

      Vendors are invited to submit proposals for the supply of these firearms, including any approved equals that meet or exceed the specifications outlined below.

    • Insurance Requirements Construction, Maintenance, Environmental Contractors

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      9. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
      10. Contractors’ Pollution Liability (if applicable)
        1. All contractors, including prime & subcontractors performing any work that could create a pollution condition, poor air quality, hazardous materials exposure, lead, mold, pesticides, tank removal/installation, etc.,
        2. Type of Policy: The Policy shall be written on a per-project basis, and shall be maintained for no less than three (3) years after final completion
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      11. Environmental Contractors Liability (if applicable)
        1. Is required if work includes asbestos, lead abatement, mold remediation &/or hazardous materials.  All contractors, including prime & subcontractors, handling environmental exposures are required to provide this coverage
        2. Type of Policy: With coverage for the services rendered for the Municipality, including, but not limited to, removal, replacement, enclosure, encapsulation, and/or disposal of hazardous materials, along with any related pollution events, including coverage for third-party liability claims for bodily injury, property damage, and clean-up costs.  $1,000,000 per occurrence/ $1,000,000 general aggregate, including products and completed operations.   If a retroactive date is used, it must predate the inception of the contract and shall be maintained for no less than three (3) years after final completion
        3. If the contractor is using motor vehicles to be used for transporting hazardous materials, the Contractor shall provide pollution liability broadened coverage (ISO endorsement CA 9948 or equivalent) as well as proof of MCS 90.
        4. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        5. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        6. Waiver of Subrogation: Required
        7. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      12. Owners’ Contractor Protective (if applicable)
        1. Wayne County as the Named Insured
      13. Installation Floater (if applicable)
        1. Type of Policy: Limits shall be equal to the full value of the material &/or equipment being installed, with coverage to be provided on a direct risk of loss basis, special form, including equipment breakdown. Deductible shall not exceed $1,000. Coverage shall include property in transit and property stored on & off premises.
        2. Additional Insured Status: Wayne County shall be additionally insured as Loss Payee, as their interest may appear
        3. Subcontractors are required to carry an Installation Floater & provide course of construction coverage for property of the insured and property of others that is being installed or awaiting installation.  
      14. Railroad Protective Liability (if applicable)
        1. Required if any construction or demolition operations are being performed on or within 50 feet of any railroad property, railroad bridge, trestle, track, roadbed, tunnel, underpass, or crossing.
        2. Wayne County as the Named Insured 

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 Per Project
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles $1,000,000
      Excess/Umbrella Liability 
      Each Occurrence/ AggregateTBD
      Contractors' Pollution Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Environmental Contractors Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Owners Contractors Protective Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Installation Floater (if applicable)
      TBD
      Railroad Protective Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Contractors Pollution Liability
    • Definitions
      1. A “Bid” as a complete and properly signed proposal to sell and deliver to the County the services as described in the specifications, submitted in accordance with the Instruction to Bidders.
      2. A “Bidder” or “Offeror” is a person or entity who submits a bid.
      3. “Contract Documents” shall consist of Notice to Bidders, Instruction to Bidders, Scope of Work and Specifications, Wayne County Bid Proposal, Non-Collusion Bidding Certification, Certification regarding Debarment/Suspension/responsibility, Certification of Compliance with the Iran Divestment Act, Certificate Regarding Lobbying, Any Documents regarding Insurance as outlined the Insurance section.
    • Notice to Contractors (Physical or Electronic Responses)

      Notice is hereby given that the County of Wayne is conducting a Request for Bids for Purchase of Sig Sauer Firearms

      Sealed responses may be submitted physically or by mail in a sealed envelope clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, OR may be submitted electronically using the County eProcurement Portal: https://procurement.opengov.com/portal/co-wayne-ny-us on or before 2:00 pm prevailing time on Thursday, April 9, 2026

      An electronic copy of proposal forms, specifications, and plans can be obtained from the County’s eProcurement Portal: https://procurement.opengov.com/portal/co-wayne-ny-us or by requesting them directly from the Purchasing Department Office located at 16 William Street, Lyons, NY by email request to purchasing@waynecountyny.gov (Telephone: 315-946-7675)

      The County of Wayne (hereinafter “County”) shall not be held responsible for the completeness or accuracy of any proposal documents received by a contractor that was not directly issued to that contractor by the Purchasing Department. Any contractor submitting a proposal based on incomplete or inaccurate information resulting from documentation received from any third party shall not have cause for relief from award or completion of a contract in accordance with the official documents on file with the Clerk of the Board of Supervisors.

      It is HIGHLY suggested that all contractors interested in participating in this proposal contact the Purchasing Department directly at the above address or telephone number to ensure they have received the most accurate and up-to-date material concerning this contract.

      The County does not offer or supply anyone the list of people who have obtained a copy of these proposal specifications or cost estimates for the project prior to the opening of the proposals.

      NO EXCEPTIONS ARE MADE TO THIS POLICY.

      **the County Reserves the right to reject any or all responses**

    • Submission/Receipt of Bids (Physical Responses Only)

      Response to this solicitation may only be filed by physical (hard copy) submission, please see instructions below. Submission electronically may cause your response to be deemed non-responsive

      Hardcopy Submissions:

      Sealed bids will be received by the Clerk of the Board of Supervisors, at 26 Church Street, Lyons, New York 14489 until the date and time listed in the advertisement and at that time all bids will be publicly opened and read aloud.  Any bid received after the specified time will be returned to the Bidder unopened. 

      Bidders shall indicate on the outside of their sealed bid the following information:

      1. Purchase of Sig Sauer Firearms
      2. RFB# 012-26
      3. Date and Time of Bid Opening
      4. Company Name
    • Insurance Requirements: Professional Services/ Consultants or Contractors other than Construction

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Professional Liability Insurance 
        1. Use of ACORD form: An ACORD form is strongly preferred for proof of Professional Liability Insurance. Alternative forms may be accepted, in the discretion of the County Attorney’s Office, so long as such certificates are executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. Type of policy: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement, or the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”). If written on a “claims-made” basis, the retroactive date must predate the inception of the contract or agreement
        3. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      9. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      10. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 Per Project
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles $1,000,000
      Excess/Umbrella Liability 
      Each Occurrence/ Aggregate$1,000,000 / $1,000,000
      Professional Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Cyber Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Cyber Liability
    • Submission/Receipt of Bids (Physical or Electronic Responses)

      Proposals may be submitted via hardcopy, and electronically utilizing the OpenGov Platform

      Hardcopy Submissions:

      Sealed bids will be received by the Clerk of the Board of Supervisors, at 26 Church Street, Lyons, New York 14489 until the date and time listed in the advertisement and at that time all bids will be publicly opened and read aloud.  Any bid received after the specified time will be returned to the Bidder unopened. 

      Bidders shall indicate on the outside of their sealed bid the following information:

      1. Purchase of Sig Sauer Firearms
      2. RFB# 012-26
      3. Date and Time of Bid Opening
      4. Company Name

      Electronic Submission:

      Bids shall be submitted via electronic submission on OpenGov (https://procurement.opengov.com/portal/co-wayne-ny-us) no later than the time and date specified in the Timeline. Please note that Offerors must register on OpenGov (https://procurement.opengov.com/portal/co-wayne-ny-us) in order to submit their Bids electronically. Late proposals will not be accepted. For assistance with the OpenGov platform please contact OpenGov’s Support Department at (650) 336-7167.

    • Insurance Requirements: Lease or Use of Facilities or Grounds/ Purchase or Lease of Merchandise/ Equipment/Maintenance or Repair of Equipment/ Janitorial Services

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Professional Liability Insurance 
        1. Use of ACORD form: An ACORD form is strongly preferred for proof of Professional Liability Insurance. Alternative forms may be accepted, in the discretion of the County Attorney’s Office, so long as such certificates are executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. Type of policy: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement, or the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”). If written on a “claims-made” basis, the retroactive date must predate the inception of the contract or agreement
        3. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      9. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      10. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 (Per Project for MRO)
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles $1,000,000
      Excess/Umbrella Liability 
      Each Occurrence/ Aggregate$1,000,000 / $1,000,000
      Professional Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Cyber Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Cyber Liability
    • Specifications

      W320CA-9-BXR3-PRO RXX

      1. Caliber: 9mm
      2. Barrel Length: 3.9 inches
      3. Overall Length: 7.2-7.4 inches
      4. Height: 5.2 - 5.5 inches
      5. Width: 1.0 - 1.3 inches
      6. Magazine Capacity: 17 rounds (Qty 3)
      7. Sight: X-RAY3 Day/Night Sights
      8. Optic: Romeo X
      9. Trigger: Striker-fired with a flat trigger
      10. Grip: Module Polymer XCARRY Grip

       

      W320CA-9-BXR3-PRO RXE

      1. Caliber: 9mm
      2. Barrel Length: 3.9 inches
      3. Overall Length: 7.2-7.4 inches
      4. Height: 5.2 - 5.5 inches
      5. Width: 1.0 - 1.3 inches
      6. Magazine Capacity: 17 rounds (Qty 3)
      7. Sight: X-RAY3 Day/Night Sights
      8. Optic: Romeo X Enclosed 
      9. Trigger: Striker-fired with a flat trigger
      10. Grip: Module Polymer XCARRY Grip

       

      W365XCA-9-BXR3-PRXX

      1. Caliber: 9mm
      2. Barrel Length: 3.7 inches
      3. Overall Length: 6.0 - 6.6 inches
      4. Magazine Capacity: 17 rounds (Qty 3)
      5. Sight: X-RAY3 Day/Night Sights
      6. Optic: Romeo X
      7. Trigger: Striker-fired with a flat trigger
      8. Slide: X Series
      9. Grip: Module Polymer XCARRY Grip
    • Insurance Requirements: Transportation Services

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Professional Liability Insurance 
        1. Use of ACORD form: An ACORD form is strongly preferred for proof of Professional Liability Insurance. Alternative forms may be accepted, in the discretion of the County Attorney’s Office, so long as such certificates are executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. Type of policy: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement, or the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”). If written on a “claims-made” basis, the retroactive date must predate the inception of the contract or agreement
        3. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      9. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      10. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles 

      $5,000,000

      If transporting children, sexual abuse & molestation coverage shall be affirmatively included.

      Excess/Umbrella Liability 
      Each Occurrence/ Aggregate$1,000,000 / $1,000,000
      Professional Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Cyber Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Cyber Liability
    • Bidder's Representations

      By making a Bid, the Bidder represents and warrants to the County that:

      1. The Bidder is able to enter into an Agreement to performed the services listed; 
      2. The Bidder has carefully examined the Contract Documents; 
      3. The Bidder fully understands the intent and purpose of the Contract Documents; and 
      4. The bid is based upon the terms and conditions set forth in the Contract Documents without exception. 
    • Service Requirements

      The vendor must provide the following services as part of the contract:

      1. Warranty: All firearms must come with a minimum one-year manufacturer’s warranty. The vendor must facilitate any warranty claims on behalf of the County.
      2. Support: The vendor must offer technical support for any issues related to the firearms for a period of one year from the date of delivery.
    • Delivery Requirements

      The vendor must adhere to the following delivery requirements:

      1. Delivery Timeframe: All firearms must be delivered within 60 days of the contract award.
      2. Delivery Location: Firearms must be delivered to the Wayne County Sheriff's Office, located at 7376 NY 31 Suite 1000 Lyons, NY 14489, Wayne County, NY.
      3. Packaging: Firearms must be securely packaged to prevent damage during transit. Each firearm must be accompanied by its respective user manual and any other relevant documentation.
      4. Inspection: Upon delivery, the County will inspect the firearms to ensure they meet the specified requirements. Any firearms that do not meet the specifications will be returned at the vendor’s expense.
    • Interpretation or Correction of Contract Documents

      No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents or any part thereof. Any request for such an interpretation shall be made in writing and submitted to the Purchasing Department at least four (4) days prior to the date set for the receipt of Bids.  Any interpretation made to a Bidder will be in the form of a written Addendum and when issued will be on file at the Clerk of the Board of Supervisors.  In addition, all Addenda will be sent to each person recorded as having received a copy of the Bid Documents, but it shall be the Bidder's responsibility to make inquiry prior to submitting a Bid as to the Addenda issued.  All such Addenda shall become part of the Contract Documents and each Bidder shall be bound by such Addenda, whether or not received by the Bidder.

    • Sales Tax Exemption

      The County is exempt from payment of sales and compensating use taxes under the Tax Law of the State of New York.  Bidders shall not include sales or use taxes in their Bid price.

    • Preparation and Execution of Bids; Non-Collusion Bidding Certification

      Bids must be submitted on the Bid Form included in the Contract Documents and prepared in the following manner:

      1. Bidder assumes all costs of preparation of the proposal and any presentations necessary to the proposal process. The County is not liable for costs incurred in the preparation of this proposal and in any other subsequent proposals or presentations.
      2. All blank spaces on the Bid Form shall be filled in legibly, in ink or typewritten.  If both words and figures are requested, the written words shall be binding on the Bidder.  In the event of an error in the sum total of the Bid, the Bid shall be the sum total of all items in written words.
      3. Erasures and alterations must be initialed by the signer of the Bid.
      4. The Bidder shall not make any changes in the wording of the Bid Form or make any stipulations or qualify the Bid in any manner.
      5. The Bidder shall note the receipt of Addenda in the spaces provided on the bid Form by entering the number and the date of each Addendum.  If no Addenda have been received, insert the word “NONE”.  Failure to acknowledge Addenda shall be sufficient cause for rejection of the Bid.
      6. The Bid must be signed by the person legally authorized to bind the Bidder to a contract.  The name of the person signing the Bid must be typed or printed below the signature.
      7. The Non-Collusion Bidding Certification required by Section 103-d of the General Municipal Law must be submitted with each Bid.
      8. The Proof of Insurance, consisting of an insurance certificate or letter of intent showing insurability in accordance with the requirements indicated in the Standard Insurance Provisions must be submitted with each Bid.
      9. An executed Debarment Certification must be submitted with each Bid.
      10. An executed Certification Regarding Lobbying must be submitted with each Bid. 
      11. An executed Certification of Compliance with the Iran Divestment Act must be submitted with each Bid.
    • Modification or Withdrawal of Bids

      A Bid may be modified or withdrawn either electronically through the OpenGov Platform or by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the scheduled time for opening of Bids.

      A Bid may not be modified, withdrawn, or canceled for a period of forty-five (45) days after the date of the Bid opening; thereafter, a Bidder may withdraw his Bid only by a written notice of withdrawal submitted in advance of the bid award.

    • Bidder's Qualifications
      1. The County may make such investigations as deemed necessary to determine the responsibility of any Bidder to perform the work, and any Bidder shall furnish to the County the information, samples, and data required by the County.  The County reserves the right to reject any Bid if the evidence submitted by or Investigation of any such Bidder fails to satisfy the County that any such Bidder is responsible, or qualified to carry out the obligations of the Contractor to complete the work as contemplated therein.
      2. The following shall be considered the minimum requirements to qualify for Bidding:
        1. Be an established business, registered to do business in the State of New York 
        2. Maintain in direct employ experienced, and trained personnel.
      3. Maintain and be familiar with the requirement of all applicable codes and regulating bodies.
      4. Must submit Certificates of Insurance and copies of endorsement forms, meeting requirements of the County of Wayne’s minimum insurance standards, a copy of which is included in the Bidding Documents.
    • Consideration of Bids; Acceptance of Bid
      1. Contract may be awarded to the Bidder submitting the lowest responsible Bid that meets the requirements of the Specifications.
      2. The County shall have the right to reject any and all Bids; to reject a Bid not accompanied by the required Bid security (If applicable) or by other data required by the Contract Documents; to reject a bid which is in any way incomplete or irregular; and to waive any informality in a Bid.
      3. The County shall have the right to award any combination of Bid and Alternative to determine total bid amount
      4. The County shall award the bid to one bidder for the total amount indicated on the bid form.
      5. Bids prices shall remain firm for a period of 45 days after the bid opening date.
      6. The acceptance of a Bid by resolution of the Board of Supervisors shall bind the successful Bidder to comply with the terms and conditions of the Contract Documents.
      7. Non-Collusion Bidding Affidavit must be complete, signed and submitted with Bid.
      8. The selected Contractor must agree to conditions incorporated into the standard contract used by Wayne County, subject to approval of the County Attorney.
      9. The selected Contractor will enter into a contract with the County for performance of the work specified in the BID.  
      10. All work obviously necessary for the completion of the contract shall be included in the Contractor’s Bid.
      11. The Agreement will be governed by the laws of New York State.  The Contractor shall comply with all applicable laws including those regarding labor, discrimination and equal employment opportunity.
    • Method of Award

      Except where the County exercises the right to reject any or all Proposals, the County will award the Contract to the lowest responsive and responsible Bidder meeting all specifications of the bid, provided further that such Bidder complies with all requirements of the Advertisement and these Instructions to Bidders, after investigations are made to determine the Bidder's responsibility and capability.  Official Notice of Award will be provided the successful Bidder upon approval by resolution by The Wayne County Board of Supervisors.

      The County guarantees no minimum or maximum purchases or contracts as a result of award of this bid. Additionally, the County reserves the right to purchase any goods or services included as a part of this bid through any means legally available to it at any time.

    • Guarantee

      The vendor guarantees that all work will be conducted in accordance with the Bid Specifications and that all goods, materials and/or equipment supplied to the County meet or exceeds the Bid Specifications. Should the goods, materials and/or equipment be found not to meet the Bid Specifications, the vendor must remove and/or at the County’s sole discretion, replace all faulty goods, materials and/or equipment within a time frame dictated by the County at no cost to the County.

    • Backorders/Order Status

      The vendor agrees to provide the using department and/or Purchasing with a monthly open order report. Any order more than ten (10) days old must include an explanation of the delay as well as an estimated arrival date.

    • Substitution of “or Equal” Items

      A Contract, if awarded, may be on the basis of materials and equipment as described in the Bid Specifications, and “or equal” items submitted by the bidder and accepted by the County.

      The bidder may offer “or equal” items that meet the same performance and reliability standards as specified herein.  If the bidder offers an “or equal” item, the bidder must include with the bid package, documentation establishing equality of construction, operation and utility.  Said “or equal” items must be accepted or rejected based upon the County’s evaluation of the submitted documentation.  All costs associated with the review of any “or equal” items prior to recommendation of award, must be at the bidders expense.  

      If a submitted “or equal” item is rejected, the bidders must be afforded an opportunity to meet with the County to offer additional qualifying opinions and information prior to the County rejecting the bid. However, if the County determines that the materials or equipment do not meet the minimum acceptable specification, the vendor will not have the opportunity to offer the County other alternatives or to offer the original equipment specified by the County. Additionally, the bidder must not have the opportunity to submit any alternative materials or equipment after the bids have been opened or awarded.  Neither the County nor its representatives must make any determinations as to equality of materials or equipment prior to the opening of bids. 

      The decision to accept or reject an “or equal” item rests solely with the County.  If a substitute “or equal” item is not accepted by the County, the bid will be deemed non-responsive and the County must reject this bid.  The next lowest responsive bid must then be reviewed for recommendation of award.

    • Execution of Contract

      The Bidder, whose proposal has been accepted, shall have a legally authorized representative execute the contract and submit it to the County within ten (10) calendar days of the date of Notice of Award.

      In addition, if applicable the successful Bidder, shall procure, execute and deliver to the County and maintain, at his own cost and expense, until the Final Payment for the work covered by this contract, proof of insurance as required by these specifications and the following bonds of a surety company approved by the County and authorized to do business in the State of New York as a Surety:

      • Performance Bond – In an amount not less than One Hundred Percent (100%) of the Contract Sum

      • Labor and Material Bond – In an amount not less than One Hundred Percent (100%) of the Contract Sum.

      Failure or refusal of the Bidder, whose bid is accepted, to execute the Contract as hereinbefore provided or to submit satisfactory bonds and insurances shall constitute a breach by such Bidder of the Agreement created by the acceptance of the bid and, in such event, the County, at his option, may determine that such Bidder has abandoned the contract.  Thereupon such Bidder's bid and the acceptance thereof shall be null and void and the County shall be entitled to take action for damages.  Such damages shall include the amount of the total contract finally accepted in excess of that of the originally successful Bidder, losses arising from delays in the County's construction program, and all other items of cost to the County resulting from such breach.  In the recovery of the damages specified above, the County may proceed against the sum represented by the bid guaranty and take such other action, as the County may deem best in the public interest.

       

    • Contract Term

      The term of the contract, if awarded, shall be TBD. The County reserves the right to renew all or any part of the contract for the optional extensions listed

    • Cancellation Clause

      The County reserves the right to cancel the contract at any time during the contract term by written ten (10) days’ notice mailed to the address of the vendor.

    • Communications

      The individual listed below is responsible for the conduct of this procurement.  All questions, inquiries, concerns, or clarifications regarding this solicitation must be submitted electronically (via email or submitted on the OpenGov Question and Answer Section of the Project) or in writing. Questions may be submitted to the email below. The solicitation number must appear in the subject line of the email communication.  Offerors shall not contact or communicate with any other County employees unless approved by the County Purchasing Agent.  Unauthorized contact about this solicitation with any other County employees may result in immediate disqualification. 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 a site related to the service being proposed.

      Contact Name: Chris O'Connor
      Title: Purchasing Agent
      Address: 16 William St,  Lyons, NY 14489
      Phone #: (315) 946-7674
      Email: purchasing@waynecountyny.gov
    • Anticipated Solicitation Timeline

      The Owner will make every effort to adhere to the schedule below.  However, the Owner reserves the right, at its sole discretion, to adjust the RFB Schedule of Events as it deems necessary.  

      Release Project Date:April 1, 2026
      Question Submission Deadline:April 3, 2026, 12:00pm
      Response Submission Deadline:April 9, 2026, 2:00pm
      Anticipated Award Date:April 21, 2026

       

      Right to withdraw proposals expires on the date and time for the deadline for proposal submission listed above

    • Prebid Meeting/Site Visits

      All bidders are responsible for becoming adequately familiar with the project site(s) and the overall project.  Failure of a bidder to request a site visit will not relieve that bidder of the responsibility to have familiarized themselves with the site and the conditions under which the work will be performed 

      If interested in a Site Visit please contact the person below no later than TBD.

      Name: TBD

      Title: TBD

      Phone: TBD

      Email: TBD

    • Prevailing Wage Rates and Supplements

      All contractors and subcontractors engaged in public works projects are required to pay not less than the prevailing hourly wage rates and the prevailing hourly supplements for the project as determined by the New York State Department of Labor.  The current schedules of prevailing wage rates and supplements are included in the Contract Documents.  In the event that the prevailing wage rates or supplements change after the bids have been opened or after the contract is awarded, updated schedules will be issued by the State Department of Labor. All contractors and subcontractors must comply with the updated schedules.  The Owner shall not be responsible for any increased labor costs which result from errors or defects in the schedules of wage rates and supplements or from changes in the schedules.  No change in the Contract Sum shall be allowed to a contractor for any such errors, defects or changes in the schedules.

      Section 220-a of the Labor Law requires contractors and subcontractors engaged in public work projects to provide their subcontractors with a copy of the prevailing wage rate schedule in effect for the contract and to obtain from all their subcontractors a verified statement that such subcontractors have reviewed the schedule in and agree to pay the wages and supplements set forth therein.  Before final payment is made by the Owner to a contractor, the contractor must file with the Owner every verified statement required to be obtained by the contractor from its subcontractors, and a verified statement which provides in part that, to the knowledge of the contractor, all of its subcontractors have paid the required prevailing wages and supplements to their employees and that the contractor acknowledges liability for underpayment by subcontractors of prevailing wages and supplements as described in Section 223 of the Labor Law. 

      A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for this project.

      PRC#: TBD

      The current schedule(s) of the prevailing rates and prevailing hourly supplements for the project referenced above may be accessed at the New York State Department of Labor website at www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering the assigned PRC# at the proper location on the website.

      For policy or rate questions call the NYS Department of Labor at (585) 258-4505. If you do not have internet access, you may contact the Wayne County Purchasing Department at (585) 946-7675 to request a copy of the prevailing rate schedule provided for this project.

      All contractors and subcontractors submitting bids or performing construction work on public work projects or private projects covered by Article 8 of the Labor Law are required to register with the New York State Department of Labor (NYSDOL) under Labor Law Section 220-i.

      The law defines a “contractor” as any entity entering into a contract to perform construction, demolition, reconstruction, excavation, rehabilitation, repair, installation, renovation, alteration, or custom fabrication. The law defines “subcontractor” as any entity subcontracting with a contractor to perform construction, demolition, reconstruction, excavation, rehabilitation, repair, installation, renovation, alteration, or custom fabrication, which is subject to Article 8 of the Labor Law. Contractors are responsible for verifying that any subcontractors they work with are registered.

      Contractors need to register before submitting any new bids or commencing new work on a covered project on or after December 30, 2024. Subcontractors need to register before commencing new work on a covered project on or after December 30, 2024. NYSDOL encourages all contractors and subcontractors to register as soon as possible to obtain a Certificate of Registration to avoid negatively impacting a bidding period or project schedule.

    • Bid Bond

      Each bid must be accompanied by a bid bond, duly executed by the bidder as principal and having a surety thereon a surety approved by the owner, in the amount of five percent (5%) of the bid.

      Such bid bonds will be returned to all except the three lowest responsible bidders within ten (10) days after the opening of bids, and the remaining bid bonds will be returned promptly after the owner and the accepted bidder have executed the contract or if no award has been made within ninety (90) days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as they have not been notified of the acceptance of their bid.

      The bid bond of the successful bidder will be retained until the payment and performance bonds required hereinafter and necessary contracts have been executed and approved, after which the bid bond will be returned.

    • Performance; Labor and Materials Payment Bonds

      The successful Bidder will be required to furnish, at Bidder's own cost, the following Surety Bonds issued by a surety company acceptable to the Owner and authorized to do business in the State of New York as a surety:

      • Performance Bond - In an amount not less than One Hundred Percent (100%) of the Contract Sum. 

      • Labor and Materials Payment Bond - In an amount not less than One Hundred Percent (100%) of the Contract Sum.

      The premiums for the required bonds shall be paid by the Bidder. The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney.

      The Performance Bond and the Labor and Materials Payment Bond shall remain in effect for a period not less than one (1) year after the date of Final Payment.

    • Extension of Use

      The County reserves the right to allow all municipal and not for profit organizations authorized under the General Municipal Laws of the State of New York (“GML”), to purchase any goods and/or services awarded as a result of this bid in accordance with the latest amendments to GML Sections 100 through 104. However, it is understood that the extension of such contracts is at the discretion of the vendor and the vendor is only bound to any contract between the County and the vendor.

    Submission Requirements

    • Offeror Background
    • Federal ID Number: (required)
    • Contact Information for Proposal Clarification

      Identify an individual who can be contacted for clarification on this proposal if different from the person submitting the proposal. Please include the Name, Title, Email, and Phone Number.

    • Critical Team Members (required)

      Identification of the critical project team (shown below), which shall be used by Offeror for the duration of the Contract resulting from this RFP.  These individuals cannot be removed or replaced, unless requested or approved to do so by the County.  

      The Project Manager:  this individual shall be the daily single-point-of-contact and the primary point of contact to resolve any issues, clarify cost, clarify schedule, and answer any questions.  This individual will be the project lead for the execution of this project for the entire duration of the project. Please include their name, title and contact information below.

    • Number of Years in Business (Under Current Business Name): (required)
    • W-9 (required)

      Please upload a copy of your W-9. Please ensure that all areas of the form are complete and the form is signed and dated

    • Do you want to upload your proposal? (required)

      This can include specs sheets, vehicle build sheets, etc. Please note that other submittal forms (Non-Collusion, Iran Divestment, etc) are still required to be submitted with your response 

    • File Upload (required)
    • Supplemental Information Upload
    • Insurance Documentation Upload (required)
    • References

      Vendor must identify three (3) related projects in size, complexity, scope, and technical environment in which the Offeror has provided similar services. For each project, provide the following:

      Point of Contact: (Name, Position, Company Address, Phone Number, Email)

      Scope of Services completed / in progress

      Length of Contract: (Dates of Services or Term length)

    • Do you want to enter your references into OpenGov? (required)

      Yes - The System will provide follow-up questions with text boxes to enter the information

      No - a file upload link will be provided  

    • Reference 1 (required)
    • Reference 2 (required)
    • Reference 3 (required)
    • References Upload (required)

      Please download the below documents, complete, and upload.

    • Required Forms
    • Non-Collusion Certification (required)

      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 to its own organization, under penalty of perjury, that to the best of its 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 bidder or any competitor; and
      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.

      The signature of the Bidder to this Bid shall be deemed a specific subscription to the certificate required under Section 103-d of the General Municipal Law of the State of New York, and the Bidder affirms that the statements herein contained are true under the penalties of perjury.

    • Certification Regarding Debarment, Suspension, and Responsibility (required)

      The authorized representative submitting this Bid certifies, to the best of his/her knowledge and belief, that the Contractor and its principals: 

      1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. 
      2. Have not within a three-year period preceding the proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 
      3. Are not presently indicted or otherwise criminally or civilly charged by a government entity (Federal, State, or Local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and 
      4. Have not, within a three-year period preceding the Agreement, had one or more public transactions (Federal, State, or Local) terminated for cause or default. 
    • Disclosure Statement (required)

      A disclosure statement should be provided by each firm stating whether the firm or employee was (1) ever found guilty of violating any laws, rules, or regulations relating to its services by a court or a Federal or State Agency or (2) was ever involved in any litigation related to its services

      Please respond to the following: Within the past five years, has the firm or any member been the subject of any of the following: (if the answer to any of the below questions is yes, select yes and describe in detail the circumstance of each affirmative answer; attach additional pages if necessary)

      1. A judgment of conviction for any business-related conduct constituting a crime under state or federal law?
      2. A grant of immunity for any business-related conduct constituting a crime under state or federal law?
      3. A federal or state suspension or debarment?
      4. A rejection of any bid for lack of qualification or responsibility?
      5. A Rejection of any proposed subcontract for lack of qualifications or responsibility?
      6. Any assessment of liquidated damages under any contract?
      7. A denial or revocation of prequalification?
      8. A prevailing wage or supplement payment violation that is deemed to be founded?
      9. A State Labor Law final determination for a violation deemed willful?
      10. Any criminal conviction concerning formation of, or any business association with, an allegedly false or fraudulent women’s or minority business enterprise?
      11. Any denial, decertification, revocation, or forfeiture of Women’s Business Enterprise or Minority Business Enterprise status?
      12. A consent order with the NYS Department of Environmental Conservation, or a federal, state, or local government enforcement determination involving a violation of federal or state environmental law? 
      13. Any bankruptcy proceeding?
      14. Any suspension or revocation of any business or professional license?
      15. Any determination of violations:
        1. Federal, state, or local health laws, rules, or regulations
        2. Unemployment insurance or workers' compensation coverage, or claim requirements
        3. Federal, state, or local human rights laws
    • Please describe in detail any answers that are yes: (required)
    • Please attach any additional documentation if necessary
    • Certification of Compliance with the Iran Divestment Act (required)

      As a result of the Iran Divestment Act of 2012 (the “Act”), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law (SFL) §165-a and New York General Municipal Law §103-g, both effective April 12, 2012. Under the Act, the Commissioner of the Office of General Services (OGS) will be developing a list of “persons” who are engaged in “investment activities in Iran” (both are defined terms in the law) (the “Prohibited Entities List”). Pursuant to SFL §165-a (3)(b), the initial list is expected to be issued no later than 120 days after the Act’s effective date, at which time will be posted on the OGS website. 

      By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, each Bidder/Contractor, any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies, under penalty of perjury, that once the Prohibited Entities List is posted on the OGS website, that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL §165-a(3)(b). 

      Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time of the Contract is renewed, extended, or assigned that it is not included on the Prohibited Entities List. 

      During the term of the Contract, should the County receive information that a Bidder/Contractor is in violation of the above-referenced certification, the County will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the County shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance, recovering damages, or declaring the Bidder/Contractor in default. 

      The County reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List.

    • Certification Regarding Lobbying (required)

      The authorized representative certifies, to the best of his or her knowledge and belief, that: 

      1. No federal appropriated funds have been paid or will be paid, by or on behalf of the Undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. 

      2. If any funds other than federal appropriated funds have been paid or will be paid to any Person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 

      3. The undersigned shall require that the language of this certification be included in the award documents for all* sub-awards at all tiers (including sub-contacts, sub-grants, and Contracts under grants, loans, and cooperative agreements) and that all* sub-recipients shall certify and disclose accordingly. 

      This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

    • Bid Security (required)

      Please upload your Bid Security here

    • Individual, Corporate, Partnership or LLC Acknowledgment (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Bid Schedule
    • Bid Schedule (required)

      Please download the below documents, complete, and upload.

    • Statement of Certifications and Assurances (required)

      The Offeror does hereby, expressly affirm, declare, confirm, certify, and assure ALL of the following:

      1. The Offeror has thoroughly reviewed this RFB, contract documents, including the sample agreement, and all pertinent appendices, exhibits, and attachments include as part thereof, and if applicable has visited the worksite and has become familiar with and is satisfied as to the general, local and sit conditions that may affect cost, progress, performance and furnishing of the work and that we fully understand all elements required for the full completion of the project as defined therein.  

      2. If applicable, the offeror has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site. Offeror acknowledges that such reports and drawings are not Contract Documents and may not be complete for Offeror’s purposes. Offeror acknowledges that Owner and Architect do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. Offeror has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examination, investigations, explorations, test, studies and data concerning conditions (surface, subsurface and Underground Facilities ) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Offeror and safety precautions and programs incident thereto. Offeror does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. 

      3. Offeror is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. 

      4. The Offeror further certifies that, if selected as the successful firm, we will enter into the contract agreement included with this RFB.  

      5. The prices in his Proposal have been arrived at independently without collusion, consultation, communication or agreement for the purposes of restricting competition as to any matter relating to such prices with any other firms or with any other competitor.

      6. The Prices quoted in his Proposal have not been and will not be knowingly disclosed directly or indirectly by respondent to any other firm or competitor prior to the final date and time for submission of such proposal.

      7. No attempt has been made or will be made by respondent to induce any other person, partnership, or corporation to submit or not to submit a proposal for the purpose of restricting competition.

      8. The Response submitted in response to the RFB shall remain valid for at least 60 days subsequent to the date of the Response opening and thereafter in accordance with any contract pursuant to the RFB.

      9. They understand and have complied with the requirements of State Finance Law Sections 139-j and 139-k and will continue to do so throughout the Restricted Period.

      10. The business entity noted above certifies, and in the case of a joint quote each party thereto certifies as to its own organization, under penalty of perjury, that the business entity submitting this quote has and has implemented a written policy addressing sexual harassment prevention in the workplace and provides annual sexual harassment prevention training to all of its employees.  Such policy shall, at a minimum, meet the requirements of Section 201-g of the New York State Labor Law.

      By confirming below, the signatory certifies legal authority to bind the responding entity to the provisions of this RFB and any contract awarded pursuant to it.  The Owner may, at its sole discretion and at any time, require evidence documenting the signatory’s authority to be personally bound or to legally bind the responding entity.

    • Physical Submission Only

      This Request for Bid is only accepting responses physically - please do not upload your response electronically, otherwise your bid will be deemed non-responsive. The electronic bid schedule for the purposes of creating an electronic bid tabulation. Fillable forms have been provided as attachments  

      Responses must be mailed or delivered to 26 Church Street, Lyons NY 14489, before the submission deadline 

    • How do you want to collect pricing? (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Response Submission Method (required)

      Bids involving Article 8 Prevailing Wages should select Physical Response Only

    • Should this Solicitation require Bonding? (required)
    • Bid Bond? (required)

      Is a Bid Bond required?

    • Performance, Labor and Material Payment Bonds? (required)

      are surety bonds required 

    • Is it a one time purchase or is it for contract over a certain amount of time (required)
    • Contract Term? (required)

      Please select a contract term

    • Piggybackable (required)

      Do you want the results to be able to be used by other municipal entities? 

    • Is this subject to Prevailing Wages? (required)

      Public Works projects require Prevailing Wages to be paid for Article 8 (Construction Trades) and Article 9 (Building Services)

    • PRC Number (required)

      What is the PRC Number for the Project

      A PRC number can be obtained from the New York State Department of Labor and must be provided to contractors on a project

    • Insurance (required)

      What is the the category for insurance requirements 

    • Excess/Umbrella Coverage Required (required)

      Choose the amount of Excess/Umbrella Coverage required 

    • Professional Liability (Errors & Omissions) (required)

      Is Professional Liability Coverage Required?

      If the contractor &/or subcontractor will provide or furnish professional services under this contract, through a delegation of professional design services or otherwise, then the Contractor & subcontractor shall be responsible for purchasing and maintaining applicable professional liability insurance

    • Cyber Liability (required)

      Is Cyber Liability Coverage required?

      It is required when any business has access to county systems, where there is a potential to access or handle county-protected data (PII, financial info, etc.)

    • Excess/Umbrella Coverage (required)

      Choose the amount of Excess/Umbrella Coverage required 

    • Contractors' Pollution Liability (required)

      Is Contractors' Pollution Liability required?

      All contractors, including prime & subcontractors performing any work that could create a pollution condition, poor air quality, hazardous materials exposure, lead, mold, pesticides, tank removal/installation, etc., are required to provide Contractors Pollution Liability coverage. 

    • Environmental Contractors Liability (required)

      Is Environmental Contractors Liability coverage required?

      Environmental Contractors Liability is required if work includes asbestos, lead abatement, mold remediation &/or hazardous materials.  All contractors, including prime & subcontractors, handling environmental exposures are required to provide this coverage. 

    • Owner and Contractors Protective (OCP) Liability (required)

      Is OCP coverage required?

      Include upon recommendation of the County Insurance Provider

    • Installation Floater (required)

      Is an Installation Floater required?

      Include upon recommendation of the County Insurance Provider

    • Railroad Protective Liability (required)

      Is Railroad Protective Liability coverage required?

      Required if any construction or demolition operations are being performed on or within 50 feet of any railroad property, railroad bridge, trestle, track, roadbed, tunnel, underpass, or crossing.

    • Pre-Proposal Meeting? (required)

      Is a pre-proposal meeting required or necessary?

    • Please provide the date for vendors to schedule a site visit by: (required)

      Format: "If interested in a Site Visit please contact the person below no later than Site Visit Request Date."

      Example: 2/11/2026

    • Point of Contact Name: (required)
    • Point of Contact Title: (required)
    • Point of Contact Phone #: (required)
    • Point of Contact Email: (required)

    Key dates

    1. April 1, 2026Published
    2. April 9, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.