SLED Opportunity · NEW YORK · COUNTY OF WAYNE, NY
AI Summary
County of Wayne, NY requests bids for security cameras. Submit electronically or by mail by 2:00 pm on March 30, 2026. Late bids not accepted.
The County of Wayne, NY is requesting bids for Security Cameras. Such bids may be submitted electronically using the County’s eProcurement Portal at https://procurement.opengov.com/portal/co-wayne-ny-us 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 2:00 pm. Late responses will not be accepted.
Addendum 2 - additional Q&A
Notice is hereby given that the County of Wayne is conducting a Request for Bids for Security Cameras
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 Monday, March 30, 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@co.wayne.ny.us (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** |
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.
A “Bidder” or “Offeror” is a person or entity who submits a bid.
“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.
The County is seeking a vendor to provide new Axis cameras to facilitate a significant upgrade of the county surveillance system. The County currently utilizes Axis cameras throughout county facilities and grounds, and is seeking to upgrade the current cameras to a more modern camera, which will allow for greater detail to be captured and overall improve perimeter security through new camera placements
Purchase new IP cameras from a qualified vendor.
List of Deliverables: (or equal)
Requirements:
Deliverables:
All professional services and labor related to installation, programming, and testing will be performed in-house by County personnel. Accordingly, the selected vendor will be solely responsible for furnishing and delivering the specified equipment to the County IT department - 16 William Street, Lyons NY 14489
Price per unit should be inclusive of all shipping or freight charges and be FOB Destination, Freight Prepaid
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:
Security Cameras
RFB# 013-26
Date and Time of Bid Opening
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.
Notice is hereby given that the County of Wayne is conducting a Request for Bids for Security Cameras
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 Monday, March 30, 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@co.wayne.ny.us (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** |
By making a Bid, the Bidder represents and warrants to the County that:
The Bidder is able to enter into an Agreement to performed the services listed;
The Bidder has carefully examined the Contract Documents;
The Bidder fully understands the intent and purpose of the Contract Documents; and
The bid is based upon the terms and conditions set forth in the Contract Documents without exception.
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.
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.
Bids must be submitted on the Bid Form included in the Contract Documents and prepared in the following manner:
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.
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.
Erasures and alterations must be initialed by the signer of the Bid.
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.
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.
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.
The Non-Collusion Bidding Certification required by Section 103-d of the General Municipal Law must be submitted with each Bid.
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.
An executed Debarment Certification must be submitted with each Bid.
An executed Certification Regarding Lobbying must be submitted with each Bid.
An executed Certification of Compliance with the Iran Divestment Act must be submitted with each Bid.
The contractor shall furnish:
ACORD Form 25 - Certificate of Insurance to evidence all liability coverages as outlined in the table below;
A copy of the applicable Additional Insured endorsement form evidencing the coverage endorsed onto the liability policies as required in the table below;
New York State Workers’ Compensation Form C105.2 or New York State Insurance Fund form U26.3 to evidence New York State workers’ compensation coverage;
A copy of the applicable Waiver of Subrogation Endorsement Form, evidencing the coverage endorsed onto the Workers’ Compensation policy, either on a specific/schedule or blanket basis.
The County of Wayne and its officers, employees, and agents shall be named as Additional Insureds under the liability policies issued for the above coverages.
A Waiver of Subrogation in favor of The County of Wayne and its officers, elected officials, employees, and agents shall apply to the Workers’ Compensation policy listed above.
If the contractor maintains broader coverage and/or higher limits than the minimums shown in the table, 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.
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 circumstances.
The per occurrence and aggregate limits for specified coverage shall apply on a per-location or per-project basis.
The contractor shall maintain insurance with the required limits above for the duration of this contract. Completed Operations coverage must be maintained and evidenced for at least two (2) years after completion of the project.
All certificates of Insurance must be approved by either the Wayne County Attorney or the Self-Insurance Specialist prior to commencing work under the contract.
The insurance carriers providing the above coverages shall be licensed to do so in New York State and shall also be rated no lower than "A-" by the most recent Best's Key Rating Guide or Best's Agent's Guide or must be otherwise acceptable to the County Board of Supervisors.
It is expressly understood and agreed by the Contractor that the insurance requirements specified above contemplates the use of occurrence liability forms. If claims-made coverage is evidenced to satisfy any of these requirements the contractor shall comply with the following requirements:
If the claims-made coverage terms designate a specific retroactive date, the contractor shall maintain a retroactive date which is not later than the earlier of (a) the date of the commencement of the term of this agreement, or (b) the original coverage retroactive date for the Contractor’s first claims-made policy for each and every coverage provided on a claims-made basis.
For the duration of this contract or its subsequent renewals, if the retroactive date is advanced or if the policy is non-renewed, cancelled or is otherwise materially changed, the contractor agrees to purchase at its own expense, an Extended Reporting Endorsement. This endorsement must provide for extended reporting period (“Tail” coverage) in compliance with the minimum standards promulgated by the Department of Financial Services (Insurance Department) of the State of the New York as contemplated in Regulation No. 121 (11 NYCRR 73) or its subsequent amendments or revisions.
Upon termination of the services provided to the County by the contractor, it is agreed that such claims-made coverage will be maintained without interruption for a period of time equal to the length of any Extended Reporting Period requirement as cited above. If the retroactive date is advanced or if the policy is non-renewed, cancelled, or is otherwise materially changed during this period of time the Contractor agrees to purchase, at its own expense, an Extended Reporting Endorsement that is in compliance with the minimum insurance standards promulgated by the Department of Financial Services (Insurance Department) of the State of the New York as cited above.
Required Minimum Limits:
| VENDOR CLASSIFICATION: | Purchase of Equipment |
| Insurance Type | Coverage Amount |
| Commercial General Liability | |
| Each Occurrence | $1,000,000 |
| Fire Damage/ Damage to Rented Premises | $50,000 |
| General Aggregate | $2,000,000 |
| Products & Completed Operations Aggregate | $1,000,000 |
| 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/ Aggregate | N/A |
| Cyber Liability (if applicable) | |
| Each Occurrence/ Aggregate | N/A |
| Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal | |
| Include on | General Liability, Auto, & Excess/Umbrella Cyber Liability |
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.
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.
The following shall be considered the minimum requirements to qualify for Bidding:
Be an established business, registered to do business in the State of New York
Maintain in direct employ experienced, and trained personnel.
Maintain and be familiar with the requirement of all applicable codes and regulating bodies.
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.
Contract may be awarded to the Bidder submitting the lowest responsible Bid that meets the requirements of the Specifications.
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.
The County shall have the right to award any combination of Bid and Alternative to determine total bid amount
The County shall award the bid to one bidder for the total amount indicated on the bid form.
Bids prices shall remain firm for a period of 45 days after the bid opening date.
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.
Non-Collusion Bidding Affidavit must be complete, signed and submitted with Bid.
The selected Contractor must agree to conditions incorporated into the standard contract used by Wayne County, subject to approval of the County Attorney.
The selected Contractor will enter into a contract with the County for performance of the work specified in the BID.
All work obviously necessary for the completion of the contract shall be included in the Contractor’s Bid.
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.
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.
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.
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.
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.
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.
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.
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 BidNet Platform) to this individual or their designee. Offerors shall not contact or communicate with any other County employees. Unauthorized contact about this RFB 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.
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: | March 5, 2026 |
| Question Submission Deadline: | March 19, 2026, 3:00pm |
| Response Submission Deadline: | March 30, 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
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 Site Visit Request Date
Name: Phillip Butterfield OR Matt Ury
Title: Deputy Purchasing Agent OR IT Director
Phone: (315) 946-7675 OR (315) 946-7450
Email: pbutterfield@waynecountyny.gov OR mury@waynecountyny.gov
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.
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.
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.
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.
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.
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.
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)
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:
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.
The authorized representative submitting this Bid certifies, to the best of his/her knowledge and belief, that the Contractor and its principals:
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)
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.
The authorized representative certifies, to the best of his or her knowledge and belief, that:
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.
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.
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.
The Offeror shall submit the following required insurance forms or a letter of intent from your insurance agent. The Offeror shall submit:
ACORD Form 25 - Certificate of Insurance to evidence all liability coverages as outlined in the RFP/Bid document.
A copy of the applicable Additional Insured endorsement form evidencing the coverage endorsed onto the liability policies as required in the RFP/Bid document.
New York State Workers’ Compensation Form C105.2 or New York State Insurance Fund form U26.3 to evidence New York State workers’ compensation coverage.
A copy of the applicable Waiver of Subrogation Endorsement Form, evidencing the coverage endorsed onto the Workers’ Compensation policy, either on a specific/scheduled or blanket basis.
Please upload your Bid Security here
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
Please download the below documents, complete, and upload.
The Offeror does hereby, expressly affirm, declare, confirm, certify, and assure ALL of the following:
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.
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.
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.
The Offeror further certifies that, if selected as the successful firm, we will enter into the contract agreement included with this RFB.
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.
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.
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.
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.
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.
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.
Bids involving Article 8 Prevailing Wages should select Physical Response Only
Is cost the only factor for the award? Select Yes for a Bid (Commodities, Goods, Non-Professional Services, Construction Work), No for an RFP, Request for Competitive Offer
Is a Bid Bond required?
are surety bonds required
Do you want the results to be able to be used by other municipal entities?
Please select a contract term
Public Works projects require Prevailing Wages to be paid for Article 8 (Construction Trades) and Article 9 (Building Services)
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
Article 8 projects require bid submissions to be physical (hardcopy) only. Article 9 may be submitted physically or electronically
What is the the category for insurance requirements
Choose the amount of Excess/Umbrella Coverage 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.
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.
Is OCP coverage required?
Include upon recommendation of the County Insurance Provider
Is an Installation Floater required?
Include upon recommendation of the County Insurance Provider
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.
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
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.)
Choose the amount of Excess/Umbrella Coverage required
Example: Purchase or Lease of Merchandise or Equipment
Is a pre-proposal meeting required or necessary?
Q (Delivery): Is inside delivery required, Liftgate, or loading dock
A: A lift gate would be required if goods are palletized. The county does not have a loading dock at this location
Q (Requirements): What cables, power supplies, and or mounting hardware is needed per camera. There is nothing listed in the Request to Bid Documents
A: This was meant to cover any items that would come directly from the manufacturer with the camera as part of its standard packaging - no additional equipment would be required - documents have been updated to reflect this
Q (Required Hardware): Given the current documentation, it is impossible to quote what is required for power supplies, cables and mounting hardware. Please advise how to move forward with this.
A: This was meant to cover any items that would come directly from the manufacturer with the camera as part of its standard packaging - no additional equipment would be required - documents have been updated to reflect this
Q (Tax exempt certification): Can you please provide the tax exempt certificate
A: Tax Exemption documentation will be provided to successful bidder, as a political subdivision of the State of NY we are exempt from sales and use taxes
Q (Insurance requirements): With the way the RFB is asking for insurance requirements, it seems like the district is asking the vendor to hold material and deliver it on an as needed basis. If this is the case, can we please put a number on how many deliveries would be required.
A: It will be one delivery; the insurance provisions are standard based on the recommendation of our insurance firm. If you feel that the requirements are excessive or cause undue strain, please let us know we can re-review the requirements
Q (Delivery): 1. What is the County’s target delivery timeframe after award or after receipt of the purchase order?
A: The County would like to be in receipt of goods within 30 days of the issuance of a Purchase Order. Delivery sooner would be appreciated
Q (Camera Manufacturer): Would the county be willing to accept alternates to Axis for the camera manufacturer?
A: As the County has an embedded base of Axis cameras, alternative manufacturers will not be accepted
Q (Delivery): Will delivery be considered inside delivery, or curbside / lift-gate delivery only?
A: Life gate delivery
Q (Equipment/Required Hardware): If one or more specified camera models are on backorder at the time of award or prior to delivery, what is the County’s preferred approach: a. hold the order and wait for the original model, provided the vendor gives lead times and order status updates; or b. allow a suitable replacement that meets or exceeds the listed specifications, subject to County approval?
A: The preferred option would be to hold for the Original Model, assuming there is a reasonable timeline for delivery. If it is a long-term backorder, the county would consider a replacement that meets or exceeds the specification from Axis
Q (Equipment/Required Hardware): If substitutions are considered, what documentation would the County require for review and approval?
A: Vendor provided documentation highlighting specifications - preferred side-by-side comparison
Q (Equipment/Required Hardware): Please confirm whether the required accessories are limited to standard manufacturer-included items only, with no additional mounts, injectors, licenses, or other accessories required beyond the packaged contents
A: Correct - No additional mounts, injectors, licenses, or accessories needed beyond packaged contents
Q (Insurance): For this solicitation, the vendor’s scope appears limited to furnishing and delivering the specified camera equipment in a single shipment, with installation, programming, and testing to be performed by County personnel. Please confirm whether the insurance requirements under the Purchase of Equipment classification are mandatory as stated for bid submission.
A: It will be one delivery; the insurance provisions are standard based on the recommendation of our insurance firm. If you feel that the requirements are excessive or cause undue strain, please let us know we can re-review the requirements
Q (Insurance): If the insurance requirements remain mandatory, please confirm whether bidders should incorporate the resulting insurance cost into pricing, as this would create an additional cost beyond the equipment and one-time delivery contemplated by the bid.
A: Pricing must be all-inclusive
Q (Insurance): In lieu of project-specific insurance documents at the time of bid, would the County accept either: a. a letter from the bidder’s insurance broker/agent confirming insurability and ability to obtain the required coverage upon award; or b. a confirmation letter signed by the bidder’s authorized signatory stating that the bidder will provide the required insurance upon award?
A: The County would accept either - option A preferred
Q (Delivery): Is there a required delivery appointment process or receiving contact for the County IT Department delivery location?
A: Notice should be provided when products are shipped. We ask the carrier to please call on the day of delivery to coordinate with the County Building and Grounds Staff to ensure staff availability to receive the order. Phone number will be provided to the awarded vendor when the PO is issued
Q (Delivery): Are there any restrictions on freight carrier type, pallet size, packaging, or delivery hours for the receiving location?
A: Standard pallet sizes would be appreciated. Delivery Hours are 7 AM to 3:30 PM, as noted in other questions, a lift gate would be required
Q (Insurance): If neither of the above would be acceptable, would the County accept a current sample certificate of insurance evidencing existing corporate coverage, together with a commitment to provide County-compliant insurance upon award?
A: Yes
Q (Equipment/Required Hardware): Please confirm whether the cameras must be sourced through an authorized distributor or authorized reseller.
A: Yes - Must be sourced through an Authorized Distributor or Reseller
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.