Snow Removal Services

Similar documents
REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

PROPOSAL LIQUID CALCIUM CHLORIDE

Fayette County Public Schools. Supplier Diversity Program Contract Forms

ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

City of New Rochelle New York

NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl, ALBANY, NY 12207

REQUEST FOR PROPOSALS FOR

City of New Rochelle New York

REQUEST FOR PROPOSALS DEMOLITION SERVICES Date Issued: September 19, 2018 Walk Through: September 26, :00 AM Due: September 28, 2018 at 2:00 PM

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Town of Waldoboro Public Works Department REQUEST FOR BIDS

REQUEST FOR QUALIFICATION (RFQ) PROJECT NUMBER February 13, 2017

Albany Parking Authority 25 Orange Street Albany, NY

Request for Proposal Automobile Driver Education Services RFP #

VENDOR PREQUALIFICATION FORM

REQUEST FOR PROFESSIONAL AUDITING/ACCOUNTING SERVICES PROPOSALS FOR DUNKIRK LOCAL DEVELOPMENT CORPORATION

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

COUNTY OF OSWEGO PURCHASING DEPARTMENT

PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK:

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

Snow Removal Services Request for Proposals December 1, April 30, 2019

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

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

REQUEST FOR PROPOSALS 2015-ORDA-2200 NEW YORK STATE OLYMPIC REGIONAL DEVELOPMENT AUTHORITY

GUILFORD COUNTY SCHOOLS Invitation for Bids

ATTACHMENT H MBE FORMS A-E MARYLAND JUDICIARY (MJUD) CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT MBE FORM A

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

City of New Rochelle New York

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

AUSTIN COMMUNITY COLLEGE DISTRICT (ACC) SMALL BUSINESS DEVELOPMENT PROGRAM SBDP FORM A - SLBE PARTICIPATION COMMITMENT. Name of Offeror/Proposer:

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

CITY OF NIAGARA FALLS, NEW YORK

City of New Rochelle New York

City of New Rochelle New York

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

FREEPORT HOUSING AUTHORITY Request for Proposals for Landlord-Tenant Legal Services ( RFP ) December 22, 2016

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC

METROPOLITAN ST. LOUIS SEWER DISTRICT BUSINESS DIVERSITY. MWBE Utilization and Workforce Program Construction Projects with Federal Funding

REQUEST FOR QUALIFICATIONS

EXHIBIT B. Insurance Requirements for Construction Contracts

Suite 300 Tenant Improvement

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

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

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

Proposal No:

SAN DIEGO CONVENTION CENTER CORPORATION

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER:

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUEST FOR QUOTATION For MOTORS FOR CHATHAM COUNTY MARINE PATROL QUOTE NUMBER:

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

BID FORM. Base Bid Dollars ($ )

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

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

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

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

City of Albany, New York

HARRIS COUNTY HOUSING AUTHORITY 8933 INTERCHANGE HOUSTON, TEXAS

REQUEST FOR PROPOSALS

Request for Proposals Microsoft Dynamics CRM Support, Customization and Reporting Services

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF ROMULUS CHAPTER 39: PURCHASING

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

SUBCONTRACTOR PAY APPLICATION REQUIREMENTS PLEASE PROVIDE A COPY OF THIS INFORMATION TO THE PERSON PREPARING YOUR INVOICES.

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

REQUEST FOR PROPOSALS (RFP) FOR GROUNDS MAINTENANCE SNOW REMOVAL LANDSCAPING. RFP Release Date: October 17, Proposal Due Date: October 31, 2017

Request For Proposal for: The New School of Business Administration. Schedules. August 19, 2015

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

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

SUBCONTRACTOR PRE-QUALIFICATION CHECKLIST

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

INVITATION TO BID LANDSCAPE SERVICES

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

HARRIS COUNTY HOUSING AUTHORITY 8933 INTERCHANGE HOUSTON, TEXAS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

ADDENDUM TO RFP DOCUMENTS

Request for Proposals (RFP): Process/Outcome/Cost Benefit Evaluation

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

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

INVITATION TO BID (ITB)

INVITATION TO BID BIDDER S NAME: PHYSICAL ADDRESS: Bidders must list a physical address MAILING ADDRESS : (P.O. BOX NUMBER, IF APPLICABLE)

ACLS/BLS/PALS/PEARS COURSES

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

Transcription:

Request for Proposals Snow Removal Services Date Issued: September 21, 2016 Due: October 5, 2016 @ 4:00pm Background Information The Greater Syracuse Land Bank s mission is to acquire and stabilize vacant and abandoned properties in order to facilitate their return to productive use. The Land Bank owns a variety of properties including both vacant and improved lots, some improvements are occupied and some vacant, most improvements are residential but some are commercial. The majority of our properties are located in the City of Syracuse. A City ordinance requires that sidewalks be shoveled upon 3 of snow accumulation. At this time the Land Bank owns 808 unoccupied properties (tenants are required to shovel their sidewalks in 1-2 family occupied homes). We anticipate that we may acquire another 200 and dispose of approximately 40 properties over the course of the 2016-2017 winter (the winter season ) the inventory of vacant properties requiring sidewalk snow removal varying between 808 and 1000 over the course of the winter season. Standard lots vary between 33 40 of sidewalk per property although corner properties may have approximately 140 of sidewalk. The successful bidder will be provided with a list (updated as properties are sold or acquired) of properties falling into the following categories: Standard lots on major streets Standard lots on local streets Corner lots on major streets Corner lots on local streets Scope of Work and Requirements of Bidders The Land Bank seeks to issue a contract for sidewalk snow-removal for the winter season. We need to have snow removed from sidewalks as follows: Sidewalks located on arterial and collector streets once per snow occurrence resulting in 3 or more of accumulation or total accumulation of 3 or more from multiple occurrences. Sidewalks located on local streets upon accumulation of 3 of snow but no more than twice per week unless otherwise notified by Land Bank staff. The successful bidder will be overseen by Land Bank staff who will be in frequent communication with the contractor regarding frequency of snow removal and will monitor the quality of the contractor s work. Contractor is expected to complete snow removal within 24 hours of the conclusion of a storm event, or within a reasonable amount of time to be negotiated with Land Bank staff for storms resulting in more than 10 of snow. We will require salting and shoveling of all walks on the properties we have listed for sale. This is typically 40-50 properties at any given time and a list of currently listed properties will be provided to the Contractor. 431 E. Fayette Street, Suite 375; Syracuse NY 13202 / P: 315-422-2301 / F: 315-435-3669 www.syracuselandbank.org

Insurance Requirements The successful bidder shall be required to provide for itself and maintain at its own cost and expense until the completion of the work the following forms of insurance: a. Commercial General Liability ("CGL") coverage with limits of liability not less than One Million Dollars ($1,000,000.00) per occurrence and not less than Two Million Dollars ($2,000,000.00) annual aggregate. If CGL coverage contains a General Aggregate Limit, such General Aggregate Limit shall apply separately to each Property. CGL coverage shall be written on ISO occurrence form GC 00 01 (1093) or a substitute form providing equivalent coverage. b. Comprehensive Automobile Liability coverage on owned, hired, leased, or non-owned autos with limits of not less than One Million Dollars ($1,000,000.00) per accident. c. Workers' Compensation and Employers' Liability in form and amounts required by law. The Land Bank shall be named as an additional insured on the policies required by subparagraphs (a) and (b) above (Greater Syracuse Property Development Corporation, 431 E. Fayette Street, Suite 375; Syracuse NY 13202). The successful bidder shall furnish certificates of insurance to the Land Bank and corresponding policy endorsement setting forth the required coverage hereunder prior to commencing any work, and such polies shall contain an endorsement requiring the carrier to give at least ten days' prior notice of cancellation to the Land Bank. All insurance required shall be primary and non-contributing to any insurance maintained by the Land Bank. The Contractors policy may not contain any exclusion for NY Labor Law, injury to employees or injury to subcontractors. Subcontractors are required to have an unmodified Commercial General Liability policy without limitation with respect to Employers Liability and injury to Independent Contractors. The successful bidder shall ensure that any subcontractors hired carry insurance with the same limits and provisions provided herein. The successful bidder agrees to cause each subcontractor to furnish the Land Bank with copies of certificates of insurance and the corresponding policy endorsements setting forth the required coverage hereunder prior to any such subcontractor commencing any work. 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; and (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. Proposal Requirements Please indicate whether you are interested in bidding on the whole contract or only a portion of the Land Bank s property inventory. If you bid on the whole inventory, describe your capacity to respond to all properties located on major arterial and collector streets in a timely manner in the event of a Page 2 of 3

major storm event. We ask this because the Land Bank is seeking to balance contractors ability to respond in a timely manner with our preference to manage as few subcontractors as necessary. Note: at this time approximately 30% of our properties are located along major arterial or collector streets and 70% are on local streets and 13% of our properties are corner parcels. Describe your capacity and how you plan to carry out the work being bid on. Please describe the method you plan to use for snow removal snow shovel, snow-plow and ATV, snow blower, etc. Do you plan to use your own employees or subcontract labor? Do you own the necessary equipment to handle such a large inventory of properties? Quote a price per sidewalk snow removal for o standard lots, o corner lots, o shoveling and salting of all sidewalks at properties currently listed for sale. Attach either your relevant insurance certificates described above or affirm your ability to obtain the required insurance coverage upon awarding of the contract. Please indicate whether your company is a NY State Certified M/WBE (see attached). Please provide two references. Submit responses in person or via the mail to: Attn: Ben Gray Greater Syracuse Land Bank 431 East Fayette Street, Suite 375 Syracuse, NY 13202 Alternatively, responses may be emailed to bgray@syracuselandbank.org. Please title the subject line: Snow Removal RFP. Note: Submissions must be received by October 5, 2016 @ 4:00pm The Land Bank s board of directors will vote to approve the winning bidder s contract at meeting October 18, 2016 Page 3 of 3

Exhibit A MWBE Utilization Plan Greater Syracuse Property Development Corporation M/WBE Utilization Plan INSTRUCTIONS: This form MUST be submitted with any bid, or proposal prior to the contract award. This Utilization Plan must contain a detailed description of the supplies and/or services to be provided by each NYS-certified Minority and Women-owned Business Enterprise (M/WBE), including the offeror if a NYS-certified MWBE, and estimated (or actual if known) annual dollar value under the contract and reflect the MWBE participation goals specified in the contract or procurement document. Will there be M/WBE participation for services under this contract? Yes complete this form No, please complete request for waiver form. *Please note if the percentage of M/WBE participation in your utilization plan does not equal or exceed the contract goals you must complete a partial waiver form in addition to this utilization plan. Services to be provided: Solicitation Number Total Contract Amount: MBE $ Goal: WBE $ Goal: General/Prime Contractor Information Offeror/ Contractor Name: Address: Email: Business Phone: Cell Phone: Other: Tax I.D. or SS #: General/Prime Contractor is MBE WBE Dual Not W/MBE (check one) List below the names of all proposed Minority/Women Business Enterprises joint venture enterprises, subcontractors, consultants, or suppliers, that are certified by the State of New York, the services they will provide, the amount of money they will receive, the date the project will start and its estimated date of completion. Name: MBE WBE Dual Address: City, State, Zip: Telephone: Email: Federal ID No. Description of Scope of Work Subcontracts/Supplies/Services Direct (Spending directly fulfilling contract obligations) Indirect(Spending in Support of Company operations) Copies of Written Agreements attached Value $ Percentage of Contract % Name: MBE WBE Dual Address: City, State, Zip: Telephone: Email: Federal ID No. Direct (Spending directly fulfilling contract obligations) Indirect(Spending in Support of Company operations) Copies of Written Agreements attached Value $ Percentage of Contract %

Exhibit A MWBE Utilization Plan Vendor Certification: I hereby certify that the information supplied in this utilization plan is true and correct. SUBMISSION OF THIS FORM CONSTITUTES THE OFFEROR/CONTRACTOR S ACKNOWLEDGEMENT AND AGREEMENT TO COMPLY WITH THE M/WBE REQUIREMENTS SET FORTH UNDER NYS EXECUTIVE LAW, ARTICLE 15-A, 5 NYCRR PART 142, AND THE ABOVE REFERENCED SOLICITATION. FAILURE TO SUBMIT COMPLETE AND ACCURATE INFORMATION MAY RESULT IN A FINDING OF NON-COMPLIANCE AND/OR TERMINATION OF THE CONTRACT. Signature : Date: Print Name: Telephone Number: Title: Email:

Exhibit B REQUEST FOR WAIVER Please see page two for documentation requirements. By submitting this form and the required information, the offeror/contractor certifies that every Good Faith Effort has been taken to promote M/WBE participation pursuant to the M/WBE participation set forth under the contract or proposal. Contract Overview Offeror/Contractor Name: Telephone: Address: Federal ID No. SFS Vendor ID: City, State, Zip: Solicitation/Contract No. Email: Type of Procurement: Competitive Bid Other Bid Response Due Date: Est. or Actual Cost Waiver Request Fill All Boxes with an X or N/A and provide justification (attach additional pages if needed) 1. MBE Waiver- A waiver of the MBE Goal for this procurement is requested. Total Partial 2. WBE Waiver - A waiver of the WBE Goal for this procurement is requested. Total Partial 3. Waiver- Pending ESD Certification - Check here if subcontractors or suppliers of Contractor are not certified M/WBE but an application for certification has been filled with Empire State Development. Subcontractor/Supplier Name: Date of filling: Reference submission instruction on page 2, item 1. 4. Vendor does not subcontract construction/professional services. 5. Vendor subcontracts some of this type of work but at lower than bids/solicitation describes. 6. Vendor has solicited NYS Certified M/WBE firms for purposes in complying with participation goals without success. Please see requirements: Reference submission Instruction on page 2, items 2-10. 7. Other: Provide a summary of your justification for requesting a waiver.. By checking this box you verify that you went through the NYS ESD M/WBE Directory of Certified firms to view companies that you may be currently using or may use on this bid. SUBMISSION OF THIS FORM CONSTITUTES THE OFFEROR/CONTRACTOR'S ACKNOWLEDGEMENT AND AGREEMENT TO COMPLY WITH THE M/WBE REQUIREMENTS SET FORTH UNDER NYS EXECUTIVE LAW, ARTICLE IS-A, 5 NYCRR PART 142, AND THE ABOVE REFERENCED SOLICITATION. FAILURE TO SUBMIT COMPLETE AND ACCURATE INFORMATION MAY RESULT IN A FINDING OF NONCOMPLIANCE AND/OR TERMINATION OF THE CONTRACT Page 1 of 2

Exhibit B REQUEST FOR WAIVER Vendor Certification: I HEREBY AFFIRM THAT THE INFORMATION SUPPLIED IN SUPPORT OF THIS WAIVER REQUEST IS TRUE AND CORRECT AND THAT THIS REQUEST IS MADE IN GOOD FAITH sworn to before me this day of 20 Signature Date Notary Public Print Name Title Company Seal: REQUIREMENTS AND DOCUMENT SUBMISSION INSTRUCTIONS To be considered, the Request for Waiver form must be accompanied by supporting documentation for items 1-10, as listed below. If a Waiver Pending ESD Certification is requested, please see note below. Copies of the following Information and all relevant supporting documentation must be submitted along with the request. Supporting Documentation: 1. Provide any other information you deem relevant which may help us in evaluating your request for a waiver. 2. Provide the names of general circulation, trade association, and MWBE-oriented publications in which you solicited certified MWBEs for the purposes of complying with your participation goals. 3. Provide a list identifying the date(s) that all solicitations for certified MWBE participation were published in any of the above publications and the text of said solicitation(s). 4. Provide a list of all certified MWBEs appearing In the NYS Directory of Certified Firms that were solicited in writing for purposes of complying with the certified MWBE participation levels. 5. Provide copies of notices, dates of contact, letters and other correspondence as proof that solicitations were made in writing and copies of such solicitations, or a sample copy of the solicitation, if an identical solicitation was made to all certified MWBEs. 6. Provide copies of responses made by certified MWBEs to your solicitations. 7. Provide a description of any contract documents, plans or specifications made available to certified MWBEs for purposes of soliciting their bids, and the date and manner in which these documents were made available. 8. Provide documentation of any negotiations between the Offeror/Contractor, and/or MWBE(s) undertaken for purposes of complying with the certified MWBE participations goals. 9. Provide the name, title, address, telephone number, and email address of the Offeror/contractor's representative authorized to discuss this waiver request. 10. Copy of notice of application receipt for MWBE certification issued by Empire State Development (ESD). Note: Unless a Total Waiver has been granted, Offeror/Contractor will be required to submit all reports and documents pursuant to the provisions set forth in the Contract, as deemed appropriate by the Corporation and the State, to determine MWBE compliance. FOR AUTHORIZATION USE ONLY Reviewed By: Date: Waiver Granted: Yes No Total Waiver _ Partial Waiver _ Conditional Waiver _ ESD Certification Waiver Page 2 of 2