REQUEST FOR PROPOSAL. GROUP NUMBER: 79013 - Medical Waste Removal and 3768. Disposal PROPOSAL DUE:



Similar documents
QSP INFORMATION AT A GLANCE

OSWEGO COUNTY PURCHASING DEPARTMENT

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

Robla School District

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

INSTRUCTIONS TO BIDDERS

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

PURCHASE ORDER TERMS AND CONDITIONS

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Department of Purchasing & Contract Compliance

TABLE OF CONTENTS. Prefacej... 1

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority


Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

CITY OF BONITA SPRINGS, FLORIDA RFP #

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

REQUEST FOR PROPOSAL (RFP) # 1853 SOLICITED BY THE NEW YORK STATE OFFICE OF GENERAL SERVICES ON BEHALF OF THE

Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

City of Powell Request for Proposals for a Total Compensation Survey

BID INVITATION FOR: CALL RECORDING SOLUTION

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

Center Unified School District

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

Department of Purchasing & Contract Compliance

BUYING AGENCY AGREEMENT

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

IEC Electronics Terms and Conditions

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

Sidewalk Rehabilitation Program

NPSA GENERAL PROVISIONS

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

How To Write A Contract Between College And Independent Contractor

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

CITY OF JERSEY CITY REQUEST FOR PROPOSALS: AUDITING SERVICES: FORENSIC AUDIT OF FINANCIAL ACTIVITIES OF PROPERTY OWNER GRANTED PILOT AGREEMENT

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

GENERAL AGENT AGREEMENT

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

Department of Purchasing & Contract Compliance

Services Agreement Instruction Sheet

Small Public Work Contract

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

Insurance Producer Agreement

REQUEST FOR PROPOSALS Occupational Therapy Services July 29, 2014

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

SCHENECTADY CITY SCHOOL DISTRICT

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS: HEALTH INSURANCE BROKER. Contract Term November 1, 2013 through October 31, 2016 SUBMISSION DEADLINE:

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

FROM: «Contract_Start_Date» VENDOR ID NUMBER: TO: «Contract_End_Date» «Federal_Tax_ID_» FUNDING AMOUNT FOR INITIAL PERIOD: «Contract_Amount»

Fire Damage Repairs, 2510 Burton Street

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

CSA CONSTRUCTION, INC McAllister Road Houston, Texas SUBCONTRACTOR AGREEMENT

Request for Proposals

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant

CAP CONSULTING SERVICES AGREEMENT

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

Attachment 4: Insurance Requirements

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

Transcription:

STATE OF NEW YORK EXECUTIVE DEPARTMENT - OFFICE OF GENERAL SERVICES PROCUREMENT SERVICES GROUP Corning Tower - 38th Floor Empire State Plaza Albany, New York 12242 REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL NUMBER: GROUP NUMBER: 79013 - Medical Waste Removal and 3768 Disposal PROPOSAL DUE: CONTRACT PERIOD: DATE: January 21, 1999 5 years - May 1, 1999 - April 30, 2004 TIME: 11:00 AM ADDRESS TECHNICAL INQUIRIES TO: SPECIFICATION REFERENCE: Barbara Dougall As Incorporated Herein TELEPHONE NO: (518) 486-2519 WARNING: Bidders not receiving this document directly from The Office of General Services are advised to contact The Office of General Services, Procurement Services, Customer Services Unit at 518-474-6717 to ensure that you receive subsequent amendments/changes. The bid must be fully and properly executed by an authorized person. By signing you certify your express authority to sign on behalf of yourself, your company, or other entity and full knowledge and acceptance of this INVITATION FOR BIDS, Appendix A (Standard Clauses For New York State Contracts), and Appendix B (OGS General Specifications) and Executive Order 127, and that all information provided is complete, true and accurate. Bidders are requested to retain Appendix A and Appendix B for future reference. Information on Executive Order 127 maybe accessed at: http://www.ogs.state.ny.us/legal/exeorder127/overview.asp NOTICE TO VENDORS THE PROCUREMENT SERVICES GROUP WILL NOT READ PRICING AT THE BID OPENING. When submitting a proposal you must: 1. Complete your proposal as directed herein. Use of pencil is not permitted. 2. By signing the attached signature page you indicate your express authority to sign on behalf of yourself, or your company or other entity and full knowledge and acceptance of the terms and conditions set forth herein. The proposal must be fully and properly executed by an authorized person. 3. In the event a vendor is successful and a contract award is made as a result of this solicitation, then the term Bidder shall thereafter be deemed to refer to Contractor for purposes of such contract. 4. Mail 2 original signed and notarized proposals promptly in order for them to be received before the time the proposal is due. Late proposals will be rejected. IF YOU ARE NOT SUBMITTING A PROPOSAL, you should: a. Complete and tear off the front sheet of this Request for Proposal. b. Place the front sheet only in an envelope, and return to the Office of General Services. c. It is also requested that you indicate your reason for not submitting. 1. We do not provide the requested service/technology/commodity. Please remove our firm from your mailing list. 2. We are unable to bid at this time because 3. Please retain our firm on this list. FAILURE TO RESPOND TO THIS REQUEST FOR PROPOSAL MAY RESULT IN YOUR FIRM BEING REMOVED FROM OUR MAILING LIST FOR THIS SERVICE/TECHNOLOGY/COMMODITY. A NO BID IS CONSIDERED A RESPONSE. Name of Firm: FED ID. NO. Address: Telephone: Date: Signature: Title: FAX:

SERVICE CONTRACT SPECIFICATION Medical Waste Removal & Disposal Statewide December 7, 1998 Prepared by: NYS Office of General Services Procurement Services Group

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 3 TABLE OF CONTENTS PAGE NO. SECTION I. INTRODUCTION... 6 I.1 Scope... 6 I.2 Background... 6 I.2.1 Estimated Quantities... 7 I.3 Objectives... 7 I.4 Inquiries/Issuing Office...7 I.5 Key Events/Dates... 8 I.6 Definitions... 8 I.7 Qualifications of Prospective Bidders... 9 SECTION II TECHNICAL REQUIREMENTS...14 II.1 Examination of Existing Building and Contract Documents... 14 II.2 General Requirements... 14 II.3 Right to Know... 16 SECTION III SPECIAL TERMS AND CONDITIONS... 17 III.1 Term of Contract... 17 III.2 Cancellation for Convenience... 17 III.2.1 Suspension of Contract Services... 17 III.3 Administrative and Reporting Requirements... 18 III.4 Standard Clauses for All NYS Contracts...18 III.5 Appendices... 18 III.6 Inconsistencies... 18 III.7 Price Stability... 18 III.8 Price Escalation... 18 III.9 Executive Order Number 127... 18

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 4 SECTION IV PAGE NO. USE OF CONTRACT BY STATE AGENCIES, POLITICAL SUBDIVISIONS, AND OTHER...20 AUTHORIZED USERS IV.1 General Descriptions of Contracts...20 IV.2 Use of Contracts by Others...20 IV.3 Procurement Instructions...21 IV.4 Method of Payment...21 IV.5 Procurement Card Purchases...22 SECTION V ADMINISTRATIVE... 23 V.1 Proposals...23 V.2 Submission of Sealed Proposals...23 V.3 New York State Procurement Rights...23 V.4 Notification of Award...24 V.4.1 Bidder Debriefing...24 V.5 Proposal Security...24 V.6 Price Sheets/Bid Form...24 V.7 Contract...24 V.8 Purchase Orders...24 SECTION VI. PROPOSAL FORMAT AND CONTENT... 25 VI.1 General Proposal Appearance... 25 VI.1.1 Binding of the Proposals... 25 VI.1.2 Table of Contents... 25 VI.1.3 Index Tabs... 25 VI.1.4 Page Numbering... 25 VI.2 Copies of Proposals... 26 VI.3 Proposal Content... 26 VI.4 Cost Proposal Content... 27 SECTION VII. PROPOSAL EVALUATION CRITERIA... 28 VII.1 General...28 VII.2 Technical Submittal...28 VII.3 Cost Evaluation of Bid for this RFP...29 VII.4 Cost Evaluation of Bid for the Agency Project Definition...29 VII.5 Programmatic...29 CONTRACTOR S BID SUBMITTAL CHECKLIST... 30

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 5 PAGE NO. ATTACHMENT NO. 1... 33 - List of Regions - Statewide... 34 ATTACHMENT NO. 2... 35 - Sample Project Definition... 36 ATTACHMENT NO 3... 43 - Usage Report... 44 APPENDICES... 45 - Contract Insurance Requirements... 46 - Bid Proposal Form... 47 - Bid Pages... 48 - Agency Certification... 93 - Corporate Acknowledgment... 94 - MacBride Fir Employment Principles/ Non-Collusive Bidding Certification... 95 - Vendor Responsibility... 96 ATTACHMENT NO 4... 97 - Appendix A - Appendix B - Prevailing Wage Rates

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 6 SECTION I. INTRODUCTION I.1 SCOPE This documentation is a Request for Proposal (RFP) to obtain qualified Vendors to remove and dispose of Medical Waste. The issuing agency for this RFP is the Office of General Services (OGS). The services will be primarily for, but not limited to, New York State Agencies. Additionally, upon approval by the Commissioner of OGS, local governments may utilize services and others authorized by law to participate. Accordingly, references to the State and its agencies as users under this bid and specification and the ensuing contracts encompasses and includes other users such as these entities. The intent of this specification is to request proposals from Vendors and qualify Vendors in the performance of Medical Waste Removal & Disposal in various regions across the State. A list of the regions is attached as ATTACHMENT NO. 1. Once the bid is evaluated, contracts will be awarded to all Vendors who are qualified. At a later date, only those Vendors who hold a contract from this RFP will be allowed to bid specific projects or facilities (project definition). A sample project definition is attached to this document at ATTACHMENT NO. 2 for informational purposes only. Under the Continuous Recruitment of Vendors concept (once the initial bidding process is completed and the initial contracts are awarded) a vendor who requests to be placed on the prequalified bid list will be provided with an RFP and allowed to submit a proposal. This proposal will be evaluated under the same terms and conditions as the original proposals. If the Vendor s proposal is accepted, a contract will be awarded and they will be placed on the list of qualified vendors for the remaining term of the initial agreement. Once a Vendor is placed on the qualified vendor list they must remain there under the terms of their initial proposal and will not be allowed to submit a new proposal under the Continuous Recruitment of Vendors provision. I.2 BACKGROUND It is the intent for this contract to be an improvement on the existing Office of General Services Procurement Services Group Statewide Medical Waste Removal/Disposal which is scheduled to expire April 30, 1999. Once the bid evaluation process and necessary approval by the Attorney General s Office and the Office of State Comptroller have been completed for this new contract, the cancellation clause of the existing contract will be invoked with a sixty- (60) day notice to the existing contractors. At that time, use of this new contract will begin and will continue to the April 30, 2004 expiration date.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 7 I.2.1 ESTIMATED QUANTITIES During the three years of this contract, there has been about $115,000.00 in activity. It is anticipated the new contract should see a significant increase through a heightened awareness of its existence. It should be noted that the availability of this contract to Political Subdivisions, and others authorized by law, as indicated in the USE OF CONTRACTS BY OTHERS clause, might cause the estimated quantities to vary considerably. However, the contractor must furnish all services actually contracted for. I.3 OBJECTIVES The contract resulting from this Request for Proposal will offer the option of Medical Waste Removal & Disposal contractual services on a regional basis, with defined terms and conditions, pickup intervals and prices. There are several objectives that the State desires to accomplish in the bidding of the project. Some of these are: 1. Streamline the bidding process required for each project definition bid by user agencies resulting in savings in administrative time and effort. 2. Ensure that only qualified firms perform the work with consistent performance standards applied throughout the State. 3. Achieve savings through the combined purchasing of multiple State Agency utilization of the RFP. I.4 INQUIRIES/ISSUING OFFICE All inquiries concerning this specification will be addressed to the following PSG Associate and issuing office: Barbara Dougall NYS Office of General Services Procurement Services Group Corning Tower - 37 th Floor Empire State Plaza Albany, New York 12242 Phone No.: (518) 486-2519 FAX No. (518) 473-4050 All questions should be submitted in writing, citing the particular proposal section and paragraph number. Prospective Bidders should note that all clarifications and exceptions including those relating to the terms and conditions of the contract are to be resolved prior to the submission of a proposal. Answers to all questions of a substantive nature will be given to all Prospective Bidders in the form of a formal addendum, which will be annexed to and become part of the ensuing contract. I.5 KEY EVENTS/DATES Event Date Time

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 8 RFP Release 12/07/98 Closing Date for Inquiries 01/08/99 Submission of Proposal/Bid 01/21/99 11:00AM Bid Evaluation and Selection 02/26/99 Contract Award 04/02/99 Contract Start Date 05/01/99 I.6 DEFINITIONS: 1. User Agency shall mean any department, agency, board, commission, office or institution of the State of New York, and if specifically authorized by the Commissioner of General Services in writing to utilize this RFP, the term User Agency shall also include public authorities, local governments and not-for-profit organizations of the State of New York 2. Agency Project Definition or Description shall mean a specific need for infectious medical waste removal & disposal which is detailed in writing by an Agency and used to solicit bids from successful bidders under this RFP and possibly as a basis of a contract formed hereunder. Only those Vendors who submit a successful proposal and are awarded a contract from this RFP will be eligible to bid the individual project definitions. All terms and conditions of this RFP will apply to the project definition unless otherwise state in the project definition itself. 3. Agency Representative shall mean the authorized representative of an Agency, which is identified as such, Agency representative in an Agency Project Definition and/or in the contract entered into under this RFP in relation to such Agency Project Definition, or his or her designee. 4. Request for Proposal shall refer to this bid and the resultant submission of a Vendor s bid for performance and later, the awarded contracts. 5. Mini-bid refers to the bidding of each project definition since it is a smaller, simpler form of bidding and does not need to duplicate this RFP.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 9 I.7 QUALIFICATIONS OF PROSPECTIVE BIDDERS Vendors will provide at time of bid opening, satisfactory evidence that they have had previous experience and posses an adequate plant, financial resources and organization as well as all permits and licenses as hereinafter specified to perform the type, magnitude and quality of services specified. The Commissioner of the Office of General Services or his representative shall have the right to reject the proposals of any vendor who is unable to satisfy him as to the above qualifications. The importance of the pick-up and disposal/recycling of medical waste in a safe and satisfactory manner, demands that the vendor, prove to the satisfaction of the commissioner of the Office of General Services or his representative that his/her firm has been engaged in the services of recycling and/or disposal of materials similar to those covered by this contract for at least the past three (3) years. The vendor shall meet the following additional qualifications: A. Provide the names of employees in the area responsible for this contract, their function in the company, title, and number of years services with the vendor s firm. B. List the location of the facility that will serve this contract. C. Vendors will show that they have available under their direct employment and supervision, the necessary organization and facilities to properly fulfill all the services conditions required under this contract. Bidder shall submit with bid a notarized statement attesting to the following: 1. Name, address, telephone number, Federal ID number, EPA ID number and NYS Department of Environmental Conservation ID number. 2. Vendors will provide at time of bid opening a detailed description of the processes and facilities that will be used for recycling and/or disposal of any and all components of Medical Waste to be picked-up under this contract. 3. Vendors will provide at time of bid opening a detailed step-by-step procedure indicating how the work is to be accomplished. This procedure shall also include information for off-site work, such as: a. How the materials are to be transported. b. Name and address of the company transporting the materials, if different from the vendor s company. c. A notarized statement attesting to the qualifications of the company transporting the material, (if different from vendor s company) including information required under items (1) through (6) of this part of the specification. d. Location of disposal sites and incineration facilities. e. Method of disposal

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 10 f. Names, addresses, telephone numbers, Federal ID numbers and EPA ID numbers of all disposal sites and incineration facilities including information required under terms (4) through (6) of this part of the specification. 4. Vendors will provide at time of bid opening a copy of vendor s (and if applicable) sub-vendor s emergency prevention and/or response plans in place at all processing facilities to be used e. g. Spill Prevention Control and Countermeasure (SPCC) Plan, and Hazardous Waste Contingency Plan. 5. Vendors will provide at time of bid opening a copy of transporter s over-the-road emergency prevention and/or response plans maintained on its vehicles e. g. Spill Prevention Control and Countermeasure (SPCC) Plan, and Hazardous Waste Contingency Plan. 6. Vendors will provide at time of bid opening a list of all emergency response subvendors used to respond to potential over-the-road and on-site Medical Waste spills with description of firms geographical area of responsibility, and an estimate of its response time. D. Vendors will provide at time of bid opening copies of all Federal, State and Local licenses and permits and letters of approval issued by Government Agencies for handling, transporting, recycling and disposing of medical waste and herein specified. These permits, licenses and approvals shall include, but are not limited to the following: 1. New York State Department of Environmental Conservation (DEC) Waste Transporter Permit pursuant to Part 364 title 6 NYCRR. 2. EPA approval to operate as a commercial storer of Medical Waste, per 40 CFR 761.65. 3. Federal and New York State Department of Transportation Regulated Infectious Medical Waste Transporter Permits as required. 4. If applicable, NYC Department of Consumer Affairs (DCA) Commercial Refuse Removal License (Class 7). 5. Copy of Incineration Facility s EPA Toxic Substance Control Act (TSCA) permit to incinerate medical waste pursuant to 40 CFR Part 761.70. 6. Any and all Federal, State and local permits, licenses, and approvals required for the following activities, as applicable to Vendor s (and if applicable, subvendor s) operations: - air emissions - discharges to surface or ground water or a Publicly-Owned Treatment Works (POTW)

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 11 - treatment, storage, disposal, or recycling Regulated Infectious Medical Waste 7. Copy of EPA s Letter of Approval and authorization of bidder s Alternative Disposal Technology in accordance with 40 CFR 761.60(e). For purposes of recycling Medical Waste, proof of EPA approval of recycling methods and processes is mandatory. E. If at any time during the term of contract the vendor s permits, licenses and letters of approvals issued by Government Agencies to perform the necessary services as described herein expire, are canceled, modified, or suspended, the bidder is responsible for immediately notifying the State of New York. In addition, vendors will provide to the State any revised permits, licenses or regulatory documentation which states that the expired permits, and/or licenses are still in effect. F. Vendors will provide at time of bid opening a complete listing of any notices of existing violations or administrative complaints issued by any Federal, State or local agency for any and all of the sites and facilities described in their offer. Vendors shall also submit any such notices they may receive after they have submitted their offer and before the contract award. They must also submit copies of all violations received during the life of the contract. G. Vendors will provide at time of bid opening a complete listing of any environmental releases (including fires, spills, etc.) under the terms of item F above. H. Vendors will provide at time of bid opening a description of plan to dispose of any containers utilized for transporting medical waste. If vendor intends to sell the containers, vendor must provide name and address of company or individual to whom they will be sold. If vendor intends to dispose of the containers, vendor must provide name and address of the company disposing of the containers. I. On request, the successful vendor will promptly furnish proof of financial stability including bank references, payrolls and recent financial statements. J. The successful vendor(s) must provide the customer agency with cradle to grave documentation of medical waste from point of pickup to disposal. The vendor must comply with all requirements of the Medical Waste Tracking Act. K. The successful vendor(s) must comply with any and all Federal, State and Local regulations regarding removal, transportation and disposal of regulated Infectious Medical Waste. This includes, but is not limited to, all regulations of the New York State Department of Environmental Conservation (DEC), Federal and New York State Departments of Transportation (DOT), Environmental Protection Agency (EPA), Department of Health (DOH) and if applicable, New York City Department of Consumer Affairs (DCA). L. It is the responsibility of the prime vendor to insure that sub-vendors meet the approval of the Office of General Services. Sub-vendors must comply with all terms and

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 12 conditions specified herein and must have insurance coverage applicable to the work performed as described herein. Any changes in sub-vendors, disposal sites and the Office of General Services must approve incineration facilities utilized by the vendor during the term of the contract, prior to the onset of any work to be performed. Request for approval must be made in writing and must be directed to NYS - OGS Procurement Services Group, 37 th floor, Corning Tower, Empire State Plaza, Albany, New York, 12242. M. Delivery of initial materials shall occur within 24 hours of contract effective date. Delivery of successive materials to occur on pick-up and removal days. N. Title of the medical waste and materials shall pass to the successful vendor upon the completion of loading materials and waste into the vehicle of said vendor and the execution of necessary shipping documentation. O. The successful vendor must supply at no additional charge, all labels, red bag liners, storage containers, and packing material required for Regulated Infectious Medical Waste collection, removal, and disposal. Sharps Containers and red bags will be purchased by the agency either from item 2 and 3 of this contract or elsewhere. P. The vendor shall provide a scale to weigh all the containers of waste as they are picked up. The number and weight of containers removed from the premises will be included on the multi-part waste manifest form and will be the basis for payment. The maintenance, repair and calibration of the scale shall be the responsibility of the vendor. The scale shall be calibrated at least every six- (6) months and a copy of the calibration report provided to the agency contact person. Q. All regulated infectious medical waste shall be collected and packaged by agency personnel in the approved appropriate containers. Prospective vendors are advised that the State s intent in having requirements A through Q above is to ensure that only qualified and reliable vendors perform the work of the contract. The State recognizes that there may be equally qualified and reliable vendors who do no meet all of the above requirements specifically as stated above, but may in fact meet the objectives and criteria intended in some other manner. However, the vendor shall have the burden of demonstrating to the State s satisfaction that it can in fact perform the work. This shall be in the form of written notarized statements as to the vendor s experience, references, listing of contracts performed, financial statements, manpower, or ability to respond to the State to evaluate the vendor s ability. All statements made must be able to be independently verifiable by the State. The State of New York retains the right to request any additional information pertaining to the vendor s ability, qualifications, and procedures used to accomplish all work under this contract as if deems necessary to ensure safe and satisfactory work. Note: Any vendor failing to submit in whole or in part the above notarized statement attesting to its qualifications, may result in a rejection of the bid of the vendor. EVIDENCE OF /ABILITY FINANCIAL SECURITY

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 13 The vendor shall submit within fourteen (14) days of notification of being the low bidder satisfactory evident that he has had previous experience and possesses an adequate plant; financial resources and organization all as hereinafter specified, to perform the type, magnitude, and quality of work specified. The Commissioner shall have the right to reject bids of any vendor who is unable to satisfy him as to the above qualifications.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 14 SECTION II TECHNICAL REQUIREMENTS II.1 EXAMINATION OF EXISTING BUILDING AND CONTRACT DOCUMENTS Each contractor is under an affirmative duty to inform itself by personal examination of the specifications and location of the proposed work (at the time of the project definition) and by such other means as it may select, of the character, quality, and extent of the work to be performed and the conditions under which the contract is to be executed. Each contractor shall examine specifications and all other data or instruction pertaining to the work. No pleas of ignorance of conditions that may be encountered or of any other matter concerning the work to be performed in the execution of the work will be accepted by the Office of General Services as an excuse for any failure or omission on the part of the contractor to fulfill every detail of all the requirements of the documents governing the work. Contractor, if awarded contract, will not be allowed any extra compensation by reason of any matter or thing concerning which such contractor might have fully informed itself prior to bidding. Any contractor in doubt as to the true meaning of any part of the specification or the proposed contract documents shall submit to the Office of General Services, Procurement Services Group, 37th Floor, Corning Tower Building, Empire State Plaza, Albany, New York 12242, a written request for an interpretation thereof. If a major change is involved on which all contractors must be informed, such request for interpretation shall be delivered, in writing, by the date for the close of inquiries stated in section I.5. Any interpretation of the proposed documents will be made only by an addendum duly issued. A copy of such addendum will be mailed or delivered to each Contractor. Any addendum issued during the time of bidding shall be included in bids and in closing a contract will become a part thereof. Any verbal information obtained from or statements made by representatives of the Office of General Services at the time of examination of the documents or site shall not be construed as in any way amending Contract Documents. Only such corrections or addenda as are issued in writing to all contractors shall become a part of the contract. The Office of General Services will not be responsible for verbal instructions. II.2 General Requirements A) Service representatives are to check with the user agency representative seven (7) days prior to reporting to the building for permission to accomplish all work. B) The contractor shall be completely responsible for their work, including any damages or breakdowns caused by their failure to take appropriate action.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 15 C) The Contractor agrees to defend, indemnify, and hold harmless the State of New York against any and all losses damages, costs, and expenses which it may hereafter suffer or pay out by reason of any claims, actions, and rights of action in law or equity, valid or invalid, arising out of damage occurring to, suffered by any person or persons, caused in whole or in part, by the Contractor, any of its officers, employees, agents or representatives or any person, firm, or corporation directly or indirectly employed or engaged by the Contractor. D) The Contractor agrees that the resulting contract may not be assigned, transferred, conveyed, or the work subcontracted without the prior written consent of the Office of General Services. E) No drug use of any type, or alcoholic beverages by the Contractor or its personnel shall be permitted on the premises. F) It is the Contractor's responsibility to maintain the equipment and materials provided for the work consistent with applicable safety and health codes. G) The State will not be liable for any expense incurred by the Contractor as a consequence of any traffic infraction or parking violations attributable to employees of the Contractor. H) This is a full service contract. For the purposes of this contract full service shall mean that the Contractor's bid price includes, but is not necessarily limited to: all labor, material and equipment cost; all emergency work; all administrative, reporting or other requirements, all overhead costs and profit. It shall also include all travel costs, parking fees, and any other ancillary fees and costs including permits, licenses, insurance, etc. Details of service not explicitly stated in these specifications, but necessarily attendant thereto, are deemed to be understood by the Contractor and included herein. I) The Office of General Services' interpretation of specifications shall be final and binding upon the Contractor. J) The Office of General Services will make no allowance or concession to the Contractor for any alleged misunderstanding or deception because of quantity, quality, character, location, or other conditions. K) Should it appear that there is a real or apparent discrepancy between different sections of specifications concerning the nature, quality, or extent of work to be furnished, it shall be assumed that the Contractor has based the bid on the more expensive manner. Final decision will rest with the Office of General Services. L) INSPECTION - The quality of service shall be subject to inspection by the State of New York at any time. Should it be found that quality of services being performed is not satisfactory, and that the requirements of the specifications are not being met, the Office of General Services acting on behalf of the user agency or on its own behalf, may terminate the contract, and employ another Contractor to fulfill the requirements of the contract. The existing Contractor shall be liable to the State of New York for costs incurred on account thereof. M) STOP WORK ORDER - See Appendix B, clause no. 58a.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 16 N) The user agency representative reserves the right to reject and bar from the facility any employee hired by the Contractor. II.3 RIGHT TO KNOW In accordance with the New York State Toxic Substance Act (Right-to-Know Law) and the United States Occupational Safety and Health Administration's Hazard Communication Standard, the Office of General Services has established and implemented a Right-to-Know/Hazard Communication Program. It is the policy of OGS to provide information and training to advise employees of potentially hazardous substances known to be in the work place. Part of this information is a collection of Material Safety Data Sheets for all chemicals used at State Office Buildings by contract vendors. Before any chemical product is used on or in any building, a copy of the product label and Material Safety Data Sheet must be provided to and approved by the user agency representative before the chemical is applied.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 17 SECTION III SPECIAL TERMS AND CONDITIONS III.1 TERM OF CONTRACT The service contract will commence May 1, 1999 and will be in effect for five (5) years. Notwithstanding the termination of this contract pursuant to the above stated term, the terms and conditions hereof shall be effective and binding for all Agency Project Definition agreements entered into before the termination hereof, for a period not to exceed one year after such termination. The Contractor is to submit a bid that will be fixed for one (1) year only. On each anniversary date of the contract, the Contractor will be granted an increase or decrease in his/her bid once dependent upon fluctuations in the latest published copy of the Consumer Price Index for New York State and Northeastern New Jersey as published by the U S. Department of Labor, Bureau of Labor Statistics, Washington, D.C. 20212. The index is also available through the Internet at the Bureau of Labor statistics web site at http://stats.bls.gov/. Click "data", then click "economy at a glance" and then scroll down to "Consumer Price Index. All Agency Project Definition agreements will be entered into at prices not exceeding those applicable for the then current year of the contract, and will then be adjusted on the anniversary date of the Agency Project Definition agreement in like manner as specified above. The contractor has the sole responsibility to submit invoices at the adjusted rate on the applicable anniversary date and shall provide a copy of the index and other supporting documentation necessary to support the increase or decrease to OGS or to the Agency, as appropriate. Should contractor fail to submit adjusted invoices and/or supporting documentation within three (3) months of the applicable anniversary date, contractor shall be deemed to have waived its right to any increase in price, but the State shall not be barred from making the appropriate adjustment in the case of a decrease determined in accordance with the above methodology. III.2 CANCELLATION FOR CONVENIENCE The State of New York retains the right to cancel this contract without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency Project Definition agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies. III.2.1 SUSPENSION OF CONTRACT SERVICES The Office of General Services, in its sole discretion, reserves the right to suspend any or all activities under this contract, at any time, in the best interests of the State. In the event of such suspension, the contractor will be given a formal written notice outlining the particulars of such suspension. Examples of the reason for such suspension include, but are not limited to, a budget freeze on State spending, declaration of emergency, or other such circumstances. Upon issuance of such suspension of work, the vendor is not to accept any purchase orders, as specified in the Suspension Order. Activity may resume at such time as the Office of General Services issues a formal written notice authorizing a resumption of work.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 18 III.3 ADMINISTRATIVE AND REPORTING REQUIREMENTS Reporting Requirements: Unless otherwise directed, the Contractor shall provide a monthly report, which shall be attached to the invoice. This report shall detail all work completed that month. The report shall include: schedule of when work is done i. e. date, time, etc.; specific information of what work was done. All forms shall be made in duplicate and given to the user agency representative. On a semi-annual basis, the Contractor shall also provide the Office of General Services a report of User Agency contract usage contained in ATTACHMENT NO. 3. III.4 STANDARD CLAUSES FOR ALL NYS CONTRACTS During the performance of the contract, the Contractor agrees to the terms outlined in Appendix A attached hereto and hereby incorporated by reference and made part hereto as fully as if it were set forth at length herein. The contractor is required to adhere to the clauses in Appendix A which include the recent additions of regulations regarding the use of tropical hardwoods, the Omnibus Procurement Act and the MACBRIDE Fair Employment Principles. III.5 APPENDICES The bidders attention is directed to the appendices document attached hereto and hereby incorporated by reference and made part hereto as fully as if it were set forth at length herein. They are a part of the contract and the bidder is responsible for adhering to all requirements of the appendices. III.6 INCONSISTENCIES See Appendix B, clause no. 5 "Conflict of Clauses". III.7 PRICE STABILITY If for any reason, during the term of the contract, the vendor reduces the pricing for similar services to a similarly situated entity, the State shall receive an equivalent reduction in pricing for the services or products delivered to the State. III.8 PRICE ESCALATION During the term of the contract, the contractor must maintain the discount(s) from list as quoted in the original bid for the group(s) outlined in the Method of Award except under the specific circumstances outlined below. In the event that the list price increases on a contract item, the State price may increase in accordance with the applicable discount from list.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 19 It is the intent of the State that the contractor s profit margin does not increase throughout the term of the contract (including any extension period). Acknowledging that the manufacturer may periodically revise the discounting structure to its resellers, it is the Procurement Services Group s further intent to provide for such occasions within the contract. If the manufacturer revises the discounting structure in such a way that the contractor cannot maintain the margin upon which his bid was based and comply with the contractual requirements to pass along price reductions and add all new product and services to the contract at the discounts bid; or the manufacturer creates a new group or category of products or service that did not exist at the time of the bid opening, the contractor shall when updating the contract under these circumstances provide such documentation as the State deems appropriate to insure that the contractor s profit margin remains the same as when the contract was first let. III.9 EXECUTIVE ORDER NUMBER 127 The State reserves the right to terminate this contract in the event it is found that the certification filed by the Contractor in accordance with New York State Executive Order Number 127, signed by Governor Pataki on June 16, 2003, was intentionally false or intentionally incomplete. Upon such finding, the State may Exercise its termination right by providing written notification to the Contractor in accordance with the written notification terms in the contract.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 20 SECTION IV USE OF CONTRACT BY STATE AGENCIES, POLITICAL SUBDIVISIONS AND OTHER AUTHORIZED USERS The intent of this section is to acquaint prospective contractors with the procedures and methods User Agencies will follow in order to utilize the service of this contract. IV.1 GENERAL DESCRIPTION OF CONTRACTS The OGS Procurement Services Group develops three (3) types of contracts for use by State agencies, political subdivisions, and other authorized users. They are designated by the prefixes PS, PT, or CMS. This is designated as a CMS contract as described below: CMS : is a contract for services where there is a generally fixed rate paid each month and the service is required on a continual basis. User Agencies encumber funds for the contract for the term desired. User Agencies may issue a purchase order or other written document to the contractor to utilize service. Examples include elevator maintenance, pest control, janitorial, and other types of preventive maintenance contracts. IV.2 USE OF CONTRACT BY OTHERS With the written authorization of the Commissioner of General Services, political subdivisions and others authorized by law may participate in contracts resulting from this bid opening. Upon request, all eligible non-state agencies must furnish contractors with the proper tax exemption certificates. Section 163(4)(e) of the Procurement Act of 1995 effective as of July 20, 1995 authorizes the use of centralized contracts for services (including technology) by political subdivisions as defined in section one hundred of the general municipal law or a district therein, and by any public authority or public benefit corporation including the Port Authority of New York and New Jersey. Contractors are encouraged to voluntarily extend service contracts to those additional entities authorized to utilize commodity contracts under Section 163(3)(iv) of the Procurement Act of 1995, which would comprise all entities authorized under prior laws. A technical amendment to the law is being considered to remedy this situation. Upon legislative approval of the technical amendment, contractors will be obligated to extend service contracts to these other entities.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 21 IV.3 PROCUREMENT INSTRUCTIONS A. Agencies will review the list of locations to determine what region is applicable for the facility requiring Medical Waste Removal & Disposal. B. Agencies will review the list of rates and services available in the applicable region from the Contract Award Notification. If a multiple award contract and unless otherwise specified, the user agencies are required to utilize the services of the lowest bidder first whenever possible by use of the mini-bid. Mini-bid shall refer to the bidding of each project definition since it is a smaller, simpler form of bidding and does not need to duplicate this RFP. C. Agencies will contact the contractors (usually by telephone), who have received an award within the applicable region, and arrange for a joint site visit (if required). Whether or not a site visit is required is up to the user agency. A user agency may decide to define any special requirements in a project definition in lieu of the site visit. D. Agency and contractor shall develop the exact cost or estimated cost if an exact cost cannot be determined at that time. E. Agency shall issue a purchase order or other written order for work depending on the type of contract (refer to section IV.1). Note: for services, purchase orders may be issued for an estimated quantity for the entire year. F. Agencies will issue purchase orders or other written orders, which are effective and binding on the contractor when, placed in the mail addressed to the contractor at the address shown on the signature page. IV.4 METHOD OF PAYMENT The weighting for the boxes shall be the responsibility of the Successful Bidder. However, agencies reserve the right to have an employee present during the weighing or to independently weigh to verify Successful Bidders weights. Contractors billing per pound charges must exclude or deduct the weight of the container. That is if the weight of the containers are included in the total weight at the time of pickup the bill must include a deduction of charges for the estimated weight of the container multiplied by the number of containers picked up. Invoices for payment shall be submitted to the user Agency at the end of each month on a New York State Standard Voucher or company invoice for services satisfactorily completed during that month. This voucher or invoice will contain the Contract ID number (i.e.: CMS00XX); the name of the User Agency; the location where service was performed; and, either in its body or as an attachment, will contain a copy of the report (in accordance with Section [III.4] itemizing work completed during that month. The invoices for New York State Agencies will be processed in accordance with established procedures of the New York State Agency for whom service is being performed and the Office of the State Comptroller. A late charge shall accrue on any payments not made by the State

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 22 Comptroller when due, the amount thereof to be calculated pursuant to the provisions of Article 11- A of the New York State Finance Law. Payment of purchases made by authorized entities other than State Agencies under this agreement shall be the sole responsibility of such entities and the Contractor shall bill such entities directly on vouchers authorized by the said entities. In any case where a question of non-performance of a contract arises, payment may be withheld in whole or in part at the discretion of the User Agency. In the event a participating non-state Agency fails to make payment to the Contractor for services rendered and accepted, within 60 days of such delivery and acceptance, the Contractor may, upon 10 days advance written notice to both the Office of General Services and the non-state Agency representative, suspend additional delivery of service to the particular non-state Agency whose payment is late, until such time as reasonable arrangements have been made and assurances given by the said non-state Agency for current and future contract payments. The contract to be entered into as a result of this RFP may be financed through a separate agreement with a third party, and the contractor agrees and acknowledges if such third party financing is utilized, in whole or in part, by the State that its payments, in whole terms or in part, may be made by such third party subject to the terms of this contract and, at the direction of the State. Payments financed under this type of arrangement are not eligible for late payment interest supplements pursuant to Article XI-A of the State Finance Law. IV.5 PROCUREMENT CARD PURCHASES See Appendix B, clause no. 26 "Procurement Card".

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 23 SECTION V ADMINISTRATIVE V.1 PROPOSALS All proposals will be received with the understanding that the acceptance in writing by OGS with the approval of the Attorney General and the Office of the State Comptroller will constitute a contract between the Bidder and the State. All proposals and accompanying documentation will become the property of the State of New York and will not be returned. The successful bidder s proposal and a copy of the specification will be made part of the contract. Therefore, an official authorized to commit the company to a contract must sign the proposal. FACSIMILE AND ELECTRONIC PROPOSALS OR BID RESPONSES WILL NOT BE ACCEPTED FOR THIS BID OPENING. Detailed information on content of proposals is found in Section II, TECHNICAL. The specific guidelines for the format (if applicable) are contained in Section VI, PROPOSAL CONTENT AND FORMAT. V.2 SUBMISSION OF SEALED PROPOSALS Complete proposals are to be packaged, sealed and submitted to: Procurement Services Group (PSG), NYS Office of General Services, Corning Tower, 38th fl, Empire State Plaza, Albany, NY, 12242-0064. The date and time are shown in Section I.5. A list of the vendors that submitted proposals is available on request. See Appendix B, clause no. 9 "Bid Submission" and clause no. 12 "Late Bids". IMPORTANT NOTE: Security procedures for the Corning Tower require all visitors to sign in at a registration desk located on the Concourse level. Consequently, if you intend to hand deliver a bid to the Procurement Services Group, you must allow extra time to comply with the new security procedures. Bids not received within the Procurement Services Group, or the OGS Mailroom, by the time and date shown on the front page of the bid document will be considered late. V.3 NEW YORK STATE PROCUREMENT RIGHTS In addition to those rights stated in Appendix B, New York State reserves the right to: A. Adjust any bidder's expected costs based on a determination of the evaluation committee that the selection of the said bidder will incur additional costs by the State. B. Utilize any and all ideas submitted in the proposals received. C. Adopt all or any part of a bidder's proposal in selecting the optimum configuration. D. Negotiate with bidders responding to this RFP within the RFP requirements to serve the best interests of the State.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 24 E. Should the State of New York be unsuccessful in negotiating a contract with the selected contractor within 45 days, the State may begin contract negotiations with another bidding contractor in order to serve the best interest of the State of New York. F. Select and award the contract to other than the lowest bidder in the event of unsuccessful negotiations or, optionally, in other specified circumstances as detailed in the RFP requirements. G. DISPUTE RESOLUTION POLICY: It is the policy of the Office of General Services Procurement Services Group (PSG) to provide vendors with an opportunity to administratively resolve disputes, complaints or inquiries related to PSG bid solicitations or contract awards. PSG encourages vendors to seek resolution of disputes through consultation with PSG staff. All such matters will be accorded impartial and timely consideration. Interested parties may also file formal written disputes. A copy of PSG's Dispute Resolution Procedures for Vendors may be obtained by contacting the person shown on the front of this Invitation for Bids or through the OGS website (www.ogs.state.ny.us). Click on "For Government - Contracts and Purchasing," then "Seller Information," then " Dispute Resolution Procedures for Vendors." V.4 NOTIFICATION OF AWARD The successful bidder will be advised by PSG through a "Letter of Intent." A contract between the successful bidder and the State will be developed by PSG. Upon agreement by the contractor and PSG to the provisions of the contract, it will be submitted for mandatory approval to: Attorney General of the State of New York The Comptroller of the State of New York Public announcements or news releases pertaining to this contract will not be made without prior permission of PSG. V.4.1 BIDDER DEBRIEFING Letter will notify unsuccessful bidders. V.5 PROPOSAL SECURITY The content of each bidder's proposal will be held in strict confidence during the bid evaluation process, and no details of any proposal will be discussed outside the evaluation process. V.6 PRICE SHEETS/BID FORM The bidder shall enter on the price sheets in Appendix C, the bidder's name, in each region bid, the appropriate entry, as required, for each category. The bidder shall indicate "Not Applicable" or NA for items that do not apply and "No Charge" or NC for options which are standard with the baseline system. All price spaces shall be filled in accordingly. Bidders failing to furnish complete cost data will be considered non-responsive. Each bidder is to submit one set of unit pricing that applies at the time of purchase.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 25 V.7 CONTRACT Bidders are required to review the contract and clearly state any exceptions or objections in the proposal. Exceptions to the contract will list the original text of the sample contract using overstrike (corporate office), leaving the ability to read the original text, and italic lettering (if not italic, then bold) to show additions. Refer to the Contract Statement in Appendix B. Successful bidder's proposal and a copy of this RFP will be made part of the contract. V.8 PURCHASE ORDERS See Appendix B, clause no. 44 "Purchase Orders". SECTION VI. PROPOSAL FORMAT AND CONTENT FORMAT AND CONTENT OF BID SUBMITTAL: Bidder MUST supply TWO ORIGINAL COPIES of the bid and include as part of their bid; all items listed below and use the following format as their TABLE OF CONTENTS for their bid submission. Bids are to be submitted in binders with each item listed below as a separate section marked with index tabs as section dividers. PLEASE USE BLACK INK OR TYPEWRITER WHEN PREPARING YOUR BID. VI.1 GENERAL PROPOSAL APPEARANCE The rules established for proposal content and format will be rigidly enforced. Variations from the rules prescribed herein will subject the bidder to outright disqualification. It is in the best interest of the bidder to become familiar with the constraints imposed on its proposal so that the evaluation process can proceed in a timely manner. Note that bids are subject to New York State procurement rights as detailed in Section V.3 and all the mandatory rules set forth in the preceding sections of this RFP. The issuing office prefers that the bids not be hand-written, but this is not mandatory as long as the bidder uses ink or an indelible pen. VI.1.1 BINDING OF THE PROPOSALS Bidders will submit proposals in a binder. The proposal need not be lengthy, but should contain enough detail to ensure that the firm is qualified. The official name of the firm submitting the proposal must appear on the outside front cover of each binder, together with the name OGS Procurement Services Group as given in Section I.4 of the RFP. VI.1.2 TABLE OF CONTENTS Each proposal must incorporate a table of contents. It is through this table of contents that PSG will evaluate conformance to uniform proposal content and format. V1.1.3 INDEX TABS

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 26 Each proposal must have each major Section (Section I, Section II, etc.,) of the proposal identified with index tabs to identify the major sections of the proposal as they are named in the table of contents. VI.1.4 PAGE NUMBERING Each proposal must be numbered consecutively from the beginning of the proposal, Executive Summary, through all appended material.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 27 VI.2 COPIES OF PROPOSAL The issuing office requires two (2) copies of the proposal to be submitted. NOTE: Two complete copies of the proposal with two (2) original signatures are required for: Corporate Acknowledgement Agency Certification MacBride Fair Employment Principles/Non-Collusive Bidding Certification VI.3 PROPOSAL CONTENT The RFB submitted by the Contractor shall include, but not necessarily be limited to, the items of information requested below. Prospective Contractors are advised, since the bid is judged on its technical merit, as well as price, it is in the Contractor s own interest to provide a complete and detailed proposal. Each proposal shall follow the format outlined in Sections VI.1 through VI.4. Each item numbered below shall form a separate section as outlined in Section VI.2.3 and shall be referenced in the table of contents for easy reference. The proposal shall include and will be evaluated on the following: 1. Title Page indicating: Name address and phone number of the Contractor, including contact person and name(s) of the person(s) who prepared the proposal. 2. Table of Contents 3. Executive Summary: A brief description and history of the company and a history of the company s involvement with removal & disposal of medical waste. 4. Qualification Description: Describe how the company meets the qualifications outlined in section I.7 of this proposal. 5. Organization and Staffing: a. Provide a profile of the contractor s firm including information on whether the company is local, regional or national in coverage. This section must indicate the length of time in business. Include an organizational chart utilized. b. Include resumes of all key personnel (including sub-contractors or subconsultants). Identify the project manager who will be responsible for communicating with the User Agency. If more than one, identify all project managers. c. Provide a management plan which identifies and describes the following items: 1. How the effort will be planned, directed and controlled. 2. Arrangements for, and coordination of any sub-contractors. Consultants team arrangements or joint ventures. 3. How personnel will be phased into the effort. 4. The anticipated relationship of User Agency management and staff to the Contractor including an explanation of what User Agency staff may be utilized to do and how overall coordination between the user agency and the Contractor will occur.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 28 6. Technical Submittals: Bidders must provide at the time of bid all applicable documentation, notarized statements and copies of licenses & permits as required in Section IV.2 Sub-Section A through Q. 7. Experience: Describe company s experience with medical waste removal & disposal. 8. References: Submit at least three (3) references where similar work was performed. VI.4 COST PROPOSAL CONTENT In Item 1 (A&B) the Contractor must provide a not to exceed per pound price for removal & disposal of infectious regulated medical waste from a typical office building within the region(s) bid. PSG prefers that both prices be provided. However, if a Contractor chooses to provide only one price, they will only be eligible to bid on project definitions that request that type of pricing. It will be the individual agencies decision to request, in the project definition, the type of pricing that is in their best interest. The pricing provided with this RFP will be used as a benchmark price against which all agency project definitions bid will be compared to ensure that the benchmark price is not exceeded. This price will be evaluated in this RFP only on the basis of reasonableness. Later, when the project definitions are bid which will include all pertinent information for the specific facility, a contract will be awarded to the lowest bidder provided that the lowest bid does not exceed the benchmark price in this RFP. It is recognized that it is difficult to provide a price for these services without knowing the location of the specific site, estimated quantity of medical waste generated or knowing other extenuating circumstances that may effect the removal of medical waste. However, considering a large office building, correctional institution, school or other governmental institution, the Contractor is to provide not to exceed pricing for removal & disposal of infectious regulated medical waste. Items 2 & 3 Sharps Containers and red bags are included in this RFP only as a convenience for our customers. That is, the concept of one stop shopping provided the bid price is sufficiently low enough to warrant purchase of these items from this contract. Therefore, the bid price of Sharps Containers and red bags will not be considered in the evaluation process. Contractors are reminded that the Sharps Containers and red bag pricing will be allowed an increase or decrease on each anniversary as described in Section III.8. NOTE: THE SHARPS CONTAINERS (MINUS THE REFUSE SERVICE), ARE AVAILABLE AS A PERFERRED SOURCE COMMODITY, THROUGH THE NEW YORK STATE INDUSTRIES FOR THE DISABLED. NOTE: Prospective Contractors should note that the price provided in response to this RFP is to assist in evaluating the quality of the bid proposal. Later project definitions, which include all information necessary for the Contractor to provide an exact bid price, will request specific figures for a detailed project. However, such detailed project definition bids cannot exceed the benchmark figures bid.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 29 SECTION VII. PROPOSAL EVALUATION CRITERIA/METHOD OF AWARD VII.1 GENERAL There are two Methods of Award criteria that apply. One is for this RFP which seeks to qualify and award contract, on a per Region basis, to all qualified reliable compliant vendors. The other is the award of the Agency project definitions at the time of the mini-bids. The primary difference between the two is the emphasis on cost. The RFP award emphasizes a bidder s qualifications. The Agency project assumes all Contractors are qualified and the lowest bid is paramount. Prospective Contractors should pay special attention to this section. A committee will evaluate bids for this RFP based on the technical criteria described in Sections III & IV. Technical considerations are of greater importance than cost considerations in the evaluation of this RFP. The approach will generally be to evaluate all bids based upon Technical Submittal first. Then, among those that are acceptable, contracts will be awarded to all qualified reliable compliant vendors. Later, during the mini-bid of a project definition, cost will become the sole criteria since competition is limited to only those firms that are qualified by this proposal. Where technical and cost factors are equally competitive, programmatic considerations will then impact the final determination. Technical submittals will be pass/fail based on the information required under section VI.4 and VI.5 in accordance with the criteria set forth below. VII.2 TECHNICAL SUBMITTAL The technical proposal will be scored on a pass/fail basis. The major evaluation criteria are listed in descending order of importance. Sub-criteria within major evaluation criteria are also in descending order of importance. Any Contractor whose proposal is deemed not acceptable, may obtain a written explanation by contacting the issuing office (refer to Section II.1) A. Qualifications and Experience: 1. Quality, extent and relevance of Contractor s experience (including any subcontractors) in conducting similar efforts, particularly of a magnitude and setting similar to that required for this RFP. 2. Quality, extent and relevance of experience, education and training of key personnel (including sub-contractors) to the requirements of this RFP. B. Organization, Staffing and Management Plan: 1. Quality of project organization and management plan; extent to which they will provide for successful, timely and fully compliant program implementation as evidenced by the general plan. 2. Completeness of information regarding organization and extent to which it complies with desired objectives and qualifications stated in the RFP.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 30 VII.3 COST EVALUATION OF BID FOR THIS RFP The cost and contract proposal of this RFP will be evaluated to determine: A. The relationship of Contractor s price and rates to that of others submitting bids. B. The reasonableness of any exceptions or conditions taken to term and conditions of the RFP. C. Later, when the project definition is bid, is the cost equal to or less than the cost in this RFP. VII.4 COST EVALUATION OF BID FOR THE AGENCY PROJECT DEFINITION This section applies after the initial RFP has been completed and contracts awarded to all qualified firms. This award criterion will apply to the Agency project definitions during the mini-bid. In this section, contract refers to the contract resulting from the mini-bid. A contract will be awarded to the responsible low bidder for all of the work specified herein on an evaluated basis. The Contractor is to provide a fixed price either per pound or per box (depending on which pricing method was requested in the project definition) for the removal & disposal of infectious regulated medical waste. VII.5 PROGRAMMATIC The following programmatic consideration, while not indicative of a Contractor s individual merit, will be relevant to the process of selecting proposals that will best achieve the overall goals of the User Agencies. Programmatic criteria will be considered only when there is parity between the technical and cost portions of the submittal. A. Minority/Women-owned Business Enterprises (M/WBE). OGS encourages the participation of M/WBE firms in its contracting programs.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 31 CONTRACTOR S BID SUBMITTAL CHECKLIST The following checklist is intended to acquaint the bidder with all items of information that must be submitted with the bid. Failure to submit any item may result in rejection of the bid. All of the following questions should be able to be answered in the affirmative if your proposal is complete: Does the proposal include: 1. GENERAL PROPOSAL APPEARANCE A. Binding of the Proposals YES NO Is the proposal bound with the official name of the firm submitting the proposal on the outside front cover of each binder, together with the name OGS Procurement Services Group as given in Section II.1 of the RFP? B. Table of Contents YES NO Does it incorporate a Table of Contents listing each section? C. Index Tabs YES NO Is each major section (Section I, Section II, etc.,) of the proposal identified with index tabs to identify the major sections of the proposal as they are named in the Table of Contents?) D. Page Numbering YES NO Is each page numbered? E. Copies of Proposal YES NO Are there two (2) copies of the proposal? Each copy must contain original signatures. 2. PROPOSAL CONTENT Does the proposal include a section for each of the following? A. Executive Summary YES NO Is there a brief description and history of the company? Does it include experience with the removal & disposal of Medical Waste? B. Qualifications Description YES NO Do you describe how the company meets each of the qualifications outlined in Section IV? C. Organization and Staffing YES NO

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 32 1. Is there a company profile? Is the company local, regional, or national in scope? Does it indicate the length of time in business, and include an organizational chart that identifies the Contractor s organization, and any subcontractors to be utilized. 2. Are resumes of all key personnel (including sub-contractors) included? Are the project manager(s) identified? 3. Is there a management plan, which identifies and describes the follow items? a. How the effort will be planned, directed and controlled. b. Arrangements for, and coordination of, any sub-contractors, consultants, team arrangements or joint ventures. c. How personnel will be phased into the effort. d. The anticipated relationship of User Agency management and staff to the Contractor including an explanation of what User Agency staff may be utilized to do and how overall coordination between the User Agency and the Contractor will occur. D. Experience YES NO Is the company s experience with Medical Waste Removal & Disposal described? E. Miscellaneous YES NO Under this section, does the proposal include: Completed Bid Proposal Form, Agency Certification (with Address, Fed. ID NO., etc.), and Corporate Acknowledgment Form which is notarized. Are there two (2) completed copies each with original signatures? Completed MACBRIDE Fair Employment Principles form? F. References YES NO Did you submit all three (3) references required? G. Notarized Statement (On Letterhead) YES NO Attesting to name, address, telephone number, Federal ID number, EPA ID number, EPA ID number and any other ID numbers required for handling, transporting, recycling and disposing of medical waste.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 33 H. Copies of Licenses YES NO All Federal, State and local licenses and permits and letters of approval issued by Government Agencies for handling, transporting, recycling and disposing of medical waste. I. Other Bid Submittal Requirements YES NO Have you provided with your bid all applicable documents and information as required in Section IV?

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 34 ATTACHMENT NO. 1 LIST OF REGIONS STATEWIDE LIST OF REGIONS

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 35 Outlined below are the various regions to be bid and the counties within each region. The regions are based upon geographic standard statistical metropolitan centers and the prevailing wage schedule included in this specification. Actual specific locations for service will be determined by the State agencies utilizing this contract and the Contractor will be paid at the rate bid in a mini-bid process for the county or region within which the facility being bid resides. Region 1 Region 2 Region 3 Region 4 Nassau Suffolk Bronx Kings New York Queens Richmond Orange Putnam Rockland Westchester Dutchess Sullivan Ulster Region 5 Region 6 Region 7 Region 8 Columbia Greene Schoharie Albany Rensselaer Saratoga Schenectady Clinton Essex Warren Washington Franklin St. Lawrence Region 9 Region 10 Region 11 Region 12 Fulton Hamilton Herkimer Lewis Madison Montgomery Oneida Broome Chenango Delaware Otsego Cayuga Cortland Jefferson Onondaga Oswego Chemung Schuyler Steuben Tioga Tompkins Region 13 Region 14 Region 15 Genesee Livingston Monroe Ontario Orleans Seneca Wayne Wyoming Yates Erie Niagara Allegany Cattaraugus Chautauqua

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 36 ATTACHMENT NO. 2 SAMPLE PROJECT DEFINITION

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 37 PROJECT DEFINITION FOR MEDICAL WASTE REMOVAL & DISPOSAL Utilizing OGS Proposal No. 3768 at <FACILITY NAME> <Date of Issue> Prepared by: <Agency Name & Unit>

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 38 TABLE OF CONTENTS 1.0 General Overview...3 2.0 Location...4 3.0 Inquiries...4 4.0 General Requirements...4 5.0 Term...4 Bid Proposal Form Appendices: PAGE NO. Note: All appendices in original RFP Proposal No. 3768 and resulting contract are applicable to this Project Definition. These include Appendix A, General Conditions, Insurance Requirements, M/WBE goals, MacBride Principles and Prevailing Wage Rates. Note: All italics required that the user agency make a decision to retain the text as is, delete the text or modify it by substituting the agency s name or information. This note should be deleted prior to bidding.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 39 1.0 GENERAL OVERVIEW 1.1 Background: A. Pickup Schedule B. Anticipated amount of medical waste generated by this facility C. Estimated length of time for security check per pickup (if applicable) D. Request the type of pricing that is in the best interest of your agency (i.e. per box or per pound). It at this time you are uncertain as to which type is the most beneficial, you may request both types and make your decision during evaluation of the bids. Note: If a Contractor has not provided a not to exceed price, in response to the original RFP for one of the types of pricing, they will not be eligible to be considered for an award in that pricing category. 1.2 Scope: E. Other pertinent information that a vendor should be aware of in order to provide the lowest possible bid. The <Agency Name> is seeking specific bids from existing Contractors to perform medical waste removal & disposal at the facility specified herein. 1.3 Key Events/Dates: Event Date Time Project Definition Release Closing Date for Inquiries Submission of Bids Time Estimates/Goals Bid Evaluation and Selection Award 2.0 LOCATION 2.1 Project Site Description: A. Address B. Project site description including a general overview of pickup location & instructions C. Site contact person & telephone number 3.0 INQUIRIES

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 40 3.1 All inquires concerning this Project Definition will be addressed to: 3.2 All questions should be submitted in writing, citing the particular Project Definition section and paragraph number. Prospective Contractors should note that all clarifications and exceptions including those relating to the terms and conditions of the contract are to be resolved prior to the submission of a proposal. Answers to all question of a substantive nature will be given to all Contractors in the form of a formal addendum, which will be annexed to and become part of the ensuing contract. 4.0 GENERAL REQUIREMENTS 4.1 All Terms and conditions of the Office of General Services RFP Proposal No. 3768 and resultant contract shall apply to this project description except as supplemented by or amended herein. 4.2 The State will not be liable for any expense incurred by the Contractor as a consequence of any traffic infraction or parking violations attributable to employees of the Contractor. 4.3 The <Agency Name> representative reserves the right to reject and bar from the facility any employee hired by the Contractor. 4.4 CANCELLATION FOR CONVENIENCE The State of New York retains the right to cancel this contract without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency Project Definition agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies. 5.0 TERM 5.1 This project shall start on and shall end on the expiration date of the original RFP (i. e.: April 30, 2004). All other terms of the RFP shall apply here.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 41 NYS Agency Address City, State, Zip Code CONTRACT NO. (To be completed by Agency) BID PROPOSAL FORM NOTE: Bid Proposal Form must be completed and signed in triplicate herein. Gentlemen: agrees to provide all necessary Medical Waste Removal & disposal Service in accordance with OGS Proposal No. 3768 and this project definition for the price bid below. The Contractor further certifies that these prices do not exceed his/her bid in the initial OGS Proposal No. 9263 and resultant contract. NOTE: Agencies should request pricing as per the instructions in Section 1.1D of this Project Definition (i.e., per Box and or per Pound. THIS NOTE SHOULD BE DELECTED PRIOR TO BIDDING. A) Cost per BOX $ B) Cost per Pound $ DATE SIGNATURE

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 42 CONTRACT NO. (To be completed by Agency) AGENCY CERTIFICATION (In addition to the acceptance of this contract, I also certify that original copies of this signature page will be attached to all other exact copies of this contract.) Principal place of business is the location of the primary control, direction and management of the enterprise. State of Bidder s Principal Place of Business AGENCY SIGNATURE DATED CONTRACTOR'S SIGNATURE PRINT NAME Reviewed by: TITLE COMPANY ADDRESS CITY STATE/ZIP TELEPHONE NUMBER FEDERAL I.D. NUMBER DATE NEW YORK STATE ATTORNEY GENERAL'S SIGNATURE NEW YORK STATE COMPTROLLER'S SIGNATURE DATED DATED

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 43 STATE OF } : SS.: COUNTY OF } CORPORATE ACKNOWLEDGMENT On the day of in the year 19 before me personally came, to me known, who, being by me duly sworn did depose and say that _he resides in ; that _he is the of the, the corporation described in and which executed the above instrument; and that _he signed his/her name thereto by order of the Board of Directors of said corporation. Is your firm registered with the NYS Department of State? Yes No If NO, and offered a contract within NYS, are you willing to register with the Department of State? Yes No STATE OF } : SS.: COUNTY OF } PARTNERSHIP ACKNOWLEDGMENT Notary Public On this day of in the year 19 before me personally came to me known and known to me to be the person who executed the above instrument, who, being duly sworn by me, did for himself/herself depose and say that _he is a member of the firm of consisting of himself/herself and, and that _he executed the foregoing instrument in the firm name of, and that _he had authority to sign same, and _he did duly acknowledge to me that _he executed the same as the act and deed of said firm of, for uses and purposes mentioned therein. STATE OF } : SS.: COUNTY OF } INDIVIDUAL ACKNOWLEDGMENT Notary Public On the day of in the year 19 before me personally came, to me known to be the same person described in and who executed the within instrument and he/she duly acknowledged to me that he/she executed the same. Notary Public COMPANY NAME END OF SAMPLE PROJECT DEFINITION

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 44 ATTACHMENT NO. 3 USAGE REPORT

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 45 MEDICAL WASTE PROCUREMENT SERVICES GROUP DATE: 12/08/98 NEW YORK STATE OFFICE OF GENERAL SERVICES QUARTERLY REPORT FOR THE PERIOD (MONTH/YEAR): PROCUREMENT SERVICES GROUP USER AGENCY CONTRACT USAGE Contractor Name and Address Contract Title Date Submitted Federal I.D. No. Contract No. Proposal No. LIST USER AGENCIES LOCATION(s) OF SERVICE GENERAL DESCRIPTION OF WORK DOLLAR VALUE (PER YEAR) Contractor Signature Date

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 46 APPENDICES - Contract Insurance Requirements - Bid Proposal Form - Signature Page - Notary Page - MACBRIDE Fair Employment Principles - Vendor Responsibility

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 47 CONTRACT INSURANCE REQUIREMENTS The successful bidder must without expense to the State procure and maintain, until final acceptance by the Commissioner of General Services of the work covered by this proposal and the contract, insurance of the kinds and in the amounts hereinafter provided, in insurance companies authorized to do such business in the State of New York, covering all operations under this proposal and the contract, whether performed by it or by subcontractors. Before commencing the work, the successful bidder shall furnish to the Commissioner of General Services a certificate or certificates, in form satisfactory to said Commissioner, showing that it has complied with the requirements of this section, which certificate or certificates shall state that the policies shall not be changed or canceled until thirty days written notice has been given to said Commissioner. The kinds and amounts of required insurance are: a. A policy covering the obligations of the successful bidder in accordance with the provisions of Chapter 41, Laws of 1914, as amended, known as the Workmen's Compensation Law, and the contract shall be void and of no effect unless the successful bidder procures such policy and maintains it until acceptance of the work b. Policies of Bodily Injury Liability and Property Damage Liability Insurance of the types hereinafter specified, each within limits of not less than $500,000 for all damages arising out of bodily injury, including death at any time resulting therefrom sustained by one person in any one occurrence, and subject to that limit for that person, not less than $1,000,000 for all damages arising out of bodily injury, including death at any time resulting therefrom sustained by two or more persons in any one occurrence, and not less than $500,000 for damages arising out of damage to or destruction of property during any single occurrence and not less than $1,000,000 aggregate for damages arising out of damage to or destruction of property during the policy period: 1. Contractor's Liability Insurance issued to and covering the liability of the successful bidder with respect to all work performed by it under this proposal and the contract. 2. Protective Liability Insurance issued to and covering the liability of the People of the State of New York with respect to all operations under this proposal and the contract, by the successful bidder or by its subcontractors, including omissions and supervisory acts of the State.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 48 NYS/OGS Procurement Services Group Corning Tower - 38th Floor The Governor Nelson A. Rockefeller Empire State Plaza Albany, New York 12242 CONTRACT NO. (To be completed by Agency) BID PROPOSAL FORM NOTE: Two (2) copies of the Bid Proposal Form must be completed and each signed with original signatures. Gentlemen: agrees to provide all necessary removal and disposal of Medical Waste in accordance with the specifications in this proposal, including the costs of containers for the prices indicated on the following pages: A vendor may bid on one region, several regions or all regions provided they can deliver reasonable service to the region bid.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 49 COMPANY NAME Region No 1: Long Island (Nassau & Suffolk Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 50 Region No. 1 (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 51 Region No. 1 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 52 COMPANY NAME Region No 2: New York City (Bronx, Kings, New York, Queens & Richmond Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 53 Region No 2: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 54 Region No. 2 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 55 COMPANY NAME Region No 3: Lower Hudson Valley (Orange, Putnum, Rockland & Westchester Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 56 Region No 3: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 57 Region No. 3 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 58 COMPANY NAME Region No 4: Hudson Valley (Dutchess, Sullivan & Ulster Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 59 Region No 4: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 60 Region No. 4 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 61 COMPANY NAME Region No 5: Southern Capital Region (Columbia, Green, Schoharie Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 62 Region No 5: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 63 Region No. 5 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 64 COMPANY NAME Region No 6: Capital Region (Albany, Rensselaer, Saratoga & Schenectady Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 65 Region No 6: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 66 Region No. 6 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 67 COMPANY NAME Region No 7: Northern Eastern Region (Clinton, Essex, Warren & Washington Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 68 Region No 7: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 69 Region No. 7 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 70 COMPANY NAME Region No 8: North Country (Franklin & St. Lawrence Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 71 Region No 8: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 72 Region No. 8 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 73 COMPANY NAME Region No 9: Mohawk Valley (Fulton, Hamilton, Herkimer, Lewis, Madison, Montgomery, & Oneida Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 74 Region No 9: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 75 Region No. 9 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 76 COMPANY NAME Region No 10: Southern Tier (Broome, Chenango, Delaware & Otsego Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 77 Region No 10: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 78 Region No. 10 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 79 COMPANY NAME Region No11: Central New York (Cayuga, Cortland, Jefferson, Onondage & Oswego Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 80 Region No 11: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 81 Region No. 11 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 82 COMPANY NAME Region No12: West Southern Tier (Chemung, Schuyler, Steuben, Tioga & Tompkins Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 83 Region No 12: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 84 Region No. 12 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 85 COMPANY NAME Region No 13: Finger Lakes Region (Genesee, Livingston, Monroe, Ontario, Orleans, Seneca, Wayne, Wyoming & Yates counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 86 Region No 13: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 87 Region No. 13 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 88 COMPANY NAME Region No 14: North Western New York (Erie & Niagara Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 89 Region No 14: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 90 Region No. 14 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 91 COMPANY NAME Region No 15: Western New York (Alleghany, Cattaraugus & Chautauqua Counties) Item 1: Not to exceed bid, per pickup, for removal & disposal of Infectious Regulated Medical Waste. Pertinent information such as building location, pickup schedule, type of pricing (per box or per pound), estimated amount of medical waste generated by the specific facility, estimated length of security delays and any other unusual circumstances will be provided by the specific Agency customer in their project definition. Sub-Item 1A: Not to exceed bid per box $ Sub-Item AB: Not to exceed bid per pound $ Vendor will provide at no additional cost all labels, packing materials and some type of approved storage container (Box). Either the disposable cardboard container with a red puncture resistant plastic liner of 3 mil. minimum thickness or an approved reusable plastic container. Containers and Red Bags must have all required identification including the infectious waste symbol. Trailers or storage lockers will be provided by the vendor at no additional cost to customers that have a sufficient volume of Medical Waste to require large storage. Description of storage container (Box): Weight in pounds (Lbs.) of empty container (Box) Dimension (in Inches) Capacity (in Cubic Feet) Material Used in Construction: Cardboard Plastic Other Note: In order to provide equality in evaluation for Contractors who provide reusable plastic containers and Contractors who provide disposable cardboard containers all bills for per pound charges must exclude or deduct the weight of the container. That is, if the weight of the cardboard containers are included in the total weight at the time of pickup, the bill must include a deduction of charges for two (2) pounds (the estimated weight of a cardboard container) multiplied by the number of containers picked up.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 92 Region No 15: (continued) COMPANY NAME Item 2: Cost per container for Sharps Containers in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size Reference to Manufacturer/Supplier & Model # 1 Quart $ Sage Model 8900-MW, Devon Model 4800 3.2 Quart $ B-D Model 305471 5 Quart $ Sage Modes 8513-MW, B-D Model 305443 or 305445 (d.4 Qt.) 6.9 Quart $ B-D Model 305489 8.2 Quart $ B-D Model 305490 9.2 Quart $ B-D Model 305478 1 Gallon $ Devon Model 4801 2 Gallon $ Sage Model 8965-MW, Devon Model 4802, B-D Model 305460/479 3 Gallon $ Sage Model 8522-MW 3.5 Gallon $ B-D Model 305464 4 Gallon $ Devon Model 4804 5 Gallon $ B-D Model 305491 6 Gallon $ B-D Model 305481 or Model 305457 7.5 Gallon $ Devon Model 4808 8 Gallon $ Sage Model 8980-MW 16 Gallon $ B-D Model 305440 Syringe Cup $ Devon Model 4850 Sage = Sage Products Inc., Devon Industries, Inc., B-D - Becton Dickinson Bidder may substitute Sharps Container (of approximately the same size) from other manufacturers provided they are of equal quality and thickness to those listed above. All containers must be suitable for incineration or autoclaving. If a substitute is used the Bidder must indicate the manufacturer s name, model #, and size below. Detailed product literature must be provided with this bid for any Sharps Containers not listed above. Cost Size Per Container Manufacturer Model #

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 93 Region No. 15 (continued) COMPANY NAME Item 3: Cost per box for Red Bags in the following approximate sizes. (Vendors are required to list a cost only for the sizes that they can readily provide). Size, in. Case (Price per count) 8" x 12" per 14" x 19" per 19" x 23" per 25" x 35" per 36" x 45" per 37" x 48" per 38" x 48" per All bags must be suitable for autoclaving and meet the 165g dart drop test as required by ASTM D1709-85. Each bag must be imprinted with the universal biohazard symbol.

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 94 CONTRACT NO. (To be completed by Agency) AGENCY CERTIFICATION (In addition to the acceptance of this contract, I also certify that original copies of this signature page will be attached to all other exact copies of this contract.) Principal place of business is the location of the primary control, direction and management of the enterprise. State of Bidder s Principal Place of Business AGENCY SIGNATURE DATED CONTRACTOR'S SIGNATURE PRINT NAME Reviewed by: TITLE COMPANY ADDRESS CITY STATE/ZIP TELEPHONE NUMBER FEDERAL I.D. NUMBER DATE NEW YORK STATE ATTORNEY GENERAL'S SIGNATURE NEW YORK STATE COMPTROLLER'S SIGNATURE DATED DATED

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 95 CORPORATE ACKNOWLEDGMENT The contractor further certifies that all information provided to the entity with respect to Executive Order Number 127 is complete, true and accurate. For information regarding Executive Order 127 requirements can be found at: http://www.ogs.state.ny.us/legal/exeorder127/overview.asp STATE OF } : SS.: COUNTY OF } On the day of in the year 19 before me personally came, to me known, who, being by me duly sworn did depose and say that _he resides in ; that _he is the of the, the corporation described in and which executed the above instrument; and that _he signed his/her name thereto by order of the Board of Directors of said corporation. Is your firm registered with the NYS Department of State? Yes No If NO, and offered a contract within NYS, are you willing to register with the Department of State? Yes No STATE OF } : SS.: COUNTY OF } PARTNERSHIP ACKNOWLEDGMENT Notary Public On this day of in the year 19 before me personally came to me known and known to me to be the person who executed the above instrument, who, being duly sworn by me, did for himself/herself depose and say that _he is a member of the firm of consisting of himself/herself and, and that _he executed the foregoing instrument in the firm name of, and that _he had authority to sign same, and _he did duly acknowledge to me that _he executed the same as the act and deed of said firm of, for uses and purposes mentioned therein. STATE OF } : SS.: COUNTY OF } INDIVIDUAL ACKNOWLEDGMENT Notary Public On the day of in the year 19 before me personally came, to me known to be the same person described in and who executed the within instrument and he/she duly acknowledged to me that he/she executed the same. Notary Public COMPANY NAME

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 96 BIDDER IS REQUIRED TO SIGN BOTH SECTIONS ON THIS PAGE NONDISCRIMINATION IN EMPLOYMENT IN NORTHERN IRELAND: MACBRIDE FAIR EMPLOYMENT PRINCIPLES In accordance with Chapter 807 of the Laws of 1992 the bidder, by submission of this bid, certifies that it or any individual or legal entity in which the bidder holds a 10% or greater ownership interest, or any individual or legal entity that holds a 10% or greater ownership interest in the bidder, either: (answer yes or no to one or both of the following, as applicable), (1) have business operations in Northern Ireland, if yes: Yes or No (2) shall take lawful steps in good faith to conduct any business operations they have in Northern Ireland in accordance with the MacBride Fair Employment Principles relating to nondiscrimination in employment and freedom of workplace opportunity regarding such operations in Northern Ireland, and shall permit independent monitoring of their compliance with such Principles. Yes or No! (Contractor s Signature) (Name of Business) NON-COLLUSIVE BIDDING CERTIFICATION By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of his knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; 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.! (Contractor s Signature) (Name of Business)

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 97 Vendor Responsibility ANSWER ALL QUESTIONS. If yes, describe using additional pages. Return this page with your proposal. Vendor Responsibility: Within the past five years has your firm, any affiliate, any predecessor company or entity, owner, director, officer, partner of proprietor been the subject of: A. an indictment, judgement, conviction, or a grant of immunity, including pending actions, for any business-related conduct constituting a crime under local, state or federal law? YES NO B. a federal, state, or local government suspension or debarment, rejection of any bid or disapproval of any proposed subcontract, including pending actions, for lack of responsibility, denial or revocation of pre-qualification or a voluntary exclusion agreement. YES NO C. any federal or state determination of a violation of any public works law or regulation, or labor law or regulation, or any OSHA violation deemed serious or willful? YES NO D. a consent order with NYS Department of Environmental Conservation, or a federal or state enforcement determination involving a construction-related violation of federal or state environmental laws? YES NO E. a finding of non-responsibility due to the YES NO intentional provision of false or incomplete_ information required by Executive Order 127?

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 98 If yes to any of above, please provide details regarding the finding. ENTITY MAKING FINDING: YEAR OF FINDING: BASIS OF FINDING:

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 99 Bidder Disclosure of Contacts Form This form shall be completed and submitted with your bid/proposal or offer in accordance with Executive Order Number 127 (EO 127). Failure to complete and submit this form shall result in a determination of non-responsiveness and disqualification of the bid, proposal or offer. If at the time of submission of this form, the specific name of a person authorized to attempt to influence a decision on your behalf is unknown, you agree to provide the specific person s information when it is available. You also agree to update this information during the negotiation or evaluation process of this procurement, and throughout the term of any contract awarded to your company pursuant to this bid/proposal or offer. *********************************************************************** Is this an initial filing in accordance with Section II, paragraph 1 of EO 127 or an updated filing in accordance with Section II, paragraph 2 of EO 127?: Initial Filing Updated Filing The following person or organization was retained, employed or designated by or on behalf of the Bidder to attempt to influence the procurement process: Name: Title: Occupation: Company: Address1 Address2 City State Zip Country Telephone Number Does the above named person or organization have a financial interest in the procurement?: Yes No Provide the foregoing information for each person or organization retained, employed or designated by or on behalf of the Bidder to attempt to influence the procurement process: * * * * * *

Group 79013 NEW YORK STATE OFFICE OF GENERAL SERVICES Page 100 ATTACHMENT NO. 4 APPENDIX A APPENDIX B PREVAILING WAGE RATES