SNOW REMOVAL SERVICES

expired opportunity(Expired)
From: Rock(County)
2022-32

Basic Details

started - 26 Jul, 2022 (21 months ago)

Start Date

26 Jul, 2022 (21 months ago)
due - 13 Aug, 2022 (20 months ago)

Due Date

13 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
2022-32

Identifier

2022-32
Rock County

Customer / Agency

Rock County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ROCK COUNTY, WISCONSIN PURCHASING DIVISION FINANCE DIRECTOR #2022-32 REQUEST FOR PROPOSAL SNOW REMOVAL SERVICES FOR VARIOUS ROCK COUNTY BUILDINGS ROCK COUNTY FACILITIES MANAGEMENT JANESVILLE, WISCONSIN Bids due in Rock County Purchasing Division by: August 11, 2022 2:00 p.m. (local time) Bids received after this date and time will be rejected. Bids must remain in effect 60 days from due date. Address Bid to: Shilo Titus, Purchasing Manager Rock County Courthouse Purchasing Division 51 S. Main Street Janesville WI. 53545 ***MARK SEALED ENVELOPE: #2022-32 SNOW REMOVAL *** Rock County reserves the right to accept or reject any or all RFPs; to waive any technicality or error in any bid or part therein, and to accept the same or combinations, in whole or in part, whichever is deemed to be in the best interest of Rock County. Contracts are awarded to the lowest, most qualified, responsible and responsive bidder on the basis of the base bid and full consideration of any or all alternatives,
as may be in the best interest of Rock County. In determining the award of contract, Rock County will consider the scope of the work involved, timeliness of delivery, competency of bidder, bidders ability to render satisfactory service, and past performance. If two or more bidders submit identical bids, Rock County will make award to bidder of its choice and such decision will be final. 2 CONTRACT TERM The initial term of the contract will be from snow season to snow season. Starting with 2022 season which will go into early months of 2023, with the option to renew for two additional once year periods, 2023 and 2024. INSTRUCTIONS FOR BIDS The bidder is required to submit a copy of their RFP either, on Demandstar, emailed to shilo.titus@co.rock.wi.us, or mailed in a sealed envelope marked RFP #2022-32 to Shilo Titus, Financial Services Purchasing Division, 51 South Main, Janesville, WI 53545. All RFPs must be received by 2:00 p.m. (local time), August 11, 2022. Any RFPs submitted after this date and time will be rejected. Vendors are responsible for ensuring that the above office receives their bid before the deadline. No faxed or electronic bids will be accepted. RFPs shall be signed with named printed below signature. Where Bidder is a Corporation, Bid must be signed with the legal name of the Corporation followed by the legal signature of an officer authorized to bind the Corporation to contract. INQUIRIES All questions concerning this Request for Proposals must be submitted in writing to Shilo Titus. Questions may be e-mailed to shilo.titus@co.rock.wi.us. VENDOR SUPPLIED DOCUMENTATION AND MATERIALS All vendor-supplied materials, including the vendor's bid, become the property of Rock County. We will work with vendors to meet their confidentiality requirements, provided that they are within reason. All vendor confidential material must have each page clearly marked as confidential. Rock Countys determination to treat matters as public or confidential under the Wisconsin Open Records Law shall be final. PROJECTED TIMETABLE Issue Invitation to Bid 07/28/22 RFPs Due 08/11/22 2:00 p.m. Evaluation of RFP 08/12/22 08/19/22 Governing Committee Approval TBD Contract Execution 10/01/22 Vendors not involved in the final selection process will be notified in writing. The above schedule is for informational purposes only and is in no way binding upon Rock County. BID AND PRESENTATION COSTS Rock County will not be liable in any way for any costs incurred by the offerors in the presentation of their bid in response to this Invitation to Bid nor for the presentation of their bid and/or participation in any discussions or negotiations. COMPLIANCE WITH INVITATION TO BID Proposals submitted must be in strict compliance with the Invitation to Bid. Failure to comply with all provisions on the ITB may result in disqualification. Failure to visit the site or failure to examine any and all Contract Documents will in no way relieve the successful Bidder from necessity of furnishing any materials or equipment, or performing any work, that may be required to complete the work in accordance with the drawings and specifications. Neglect of the above requirements will not be accepted as reason for the delay in the work or additional compensation. IMPLIED REQUIREMENTS Products and services that are not specifically addressed in this Invitation to Bid, but which are necessary to provide functional capabilities proposed by the offeror, must be included in the bid. mailto:shilo.titus@co.rock.wi.us mailto:shilo.titus@co.rock.wi.us 3 NON-DISCRIMINATION In connection with the performance of work under this contract, the contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in s.51.01 (5)(a), sexual orientation, national origin, or military service as defined in 111.355(1), Wis. Stats. This provision shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor further agrees to take affirmative action to ensure equal employment opportunities. The contractor agrees to post in conspicuous places, available for employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause (Wisconsin Statutes S.16.765 (2). INDEMNIFICATION The contractor to perform services for Rock County shall indemnify, hold harmless, and defend Rock County, its officers, agents, and employees from any and all liability including claims, demands, losses, costs, damages and expenses of any kind and description or damage to person or property arising out of or in connection with or occurring during the course of any agreement between the contractor and Rock County where such liability is founded upon or grows out of the acts, omissions, negligence or misconduct of any agents or employees of the contractor. INSURANCE REQUIREMENTS The Contractor further agrees that in order to protect itself and County it will at all times during the term of this agreement keep in force and effect worker's compensation, comprehensive general, and auto liability insurance policies by a company or companies authorized to do business in Wisconsin with limits of: Personal and bodily injury Per person $1,000,000 Per accident $2,000,000 Property damage: Each Occurrence $500,000 Aggregate $500,000 Coverage shall apply as primary with County named as an additional, named insured. Contractor shall furnish satisfactory proof of insurance to County prior to the date of Contract Execution, or commencing work for the County. PROOF OF COMPETENCY OF BIDDER Any Bidder may be required to furnish evidence satisfactory to Rock County that the Bidder and proposed subcontractors have sufficient means, expertise, financial ability, and experience in the types of work bid to assure completion of the Contract in a satisfactory manner. DEBARMENT The Contractor certifies through signing their Bid that neither the Contractor nor any of its principals are debarred, suspended, proposed for debarment or declared ineligible by any federal department or agency. In addition, the Contractor shall notify Rock County within five business days in writing by registered mail if the Contractor or its principals receive a designation from the federal government that they are debarred, suspended, proposed for debarment, or declared ineligible by a federal agency. MODIFICATION AND WITHDRAWAL Bids may not be modified after submittal. Bidders may withdraw Bids at any time before the Bid opening, but may not resubmit them. No Bid may be withdrawn or modified after the Bid opening except where the award of Contracts has been delayed for more than 60 days from the day of the Bid opening. DEVIATION AND EXCEPTIONS Deviations and exceptions from terms, conditions, or specifications will be described fully under the bidders letterhead, signed, and attached to the Bid. In the absence of such statements, the bid will be accepted as in strict compliance with all terms, conditions, and specifications and the bidder shall be held liable. 4 DISQUALIFICATION Rock County reserves the right to disqualify Bids, before and after opening upon evidence of collusion with the intent to defraud or other illegal practices upon the part of the Bidder. QUANTITIES Quantities shown within the Invitation to Bid are based upon estimated needs. The County reserves the right to increase or decrease quantities to meet actual needs or availability of funds. REQUEST FOR CLARIFICATION All requests by Rock County for clarification of bids will be in writing. Such requests shall not alter the offerors pricing information contained in its bid. AWARD Award will not be made to any Bidder in default of a Contract with Rock County, or to any Bidder having as its agent or employee, any individual previously in default or guilty of misrepresentation. NOTICE TO PROCEED Written notice of award to successful Bidder shall be in the form of a Purchase order from Rock County mailed or delivered to the address shown on the Bid and will be considered sufficient notice of acceptance of Bid, intent to award the Contract, and "Notice to Proceed" with the work. CANCELLATION Rock County reserves the right to cancel a purchasing contract in whole or in part without penalty due to the non- appropriation of funds or for failure of the contractor to comply with terms, conditions, and specifications of the contract. Any dispute arising as to quality and quantity is subject to arbitration as provided in Chapter 788, Wisconsin Statutes. APPLICABLE LAW All contracts are governed under the laws of the State of Wisconsin and are made at Rock County, Wisconsin, and venue for any legal action to enforce the terms of the agreement will be in Rock County Circuit Court. ASSIGNMENT No right or duty in whole or in part by the contractor under any purchasing contract may be assigned or delegated without the written consent of Rock County. SAFETY REQUIREMENTS Materials, equipment and supplies provided to the County must comply fully with all safety requirements that are set forth by the Wisconsin Administrative Code, Rules of the Industrial Commission on Safety, and all applicable OSHA standards. When furnishing toxic or hazardous materials as defined in sub-part Z of the U. S. Occupational Safety and Health Standards, the contractor must furnish OSHA Form 20, Material Safety and Data Sheet, for each item provided. Further, during the course of performing the service necessary to satisfy the requirements of any Invitation to Bid, the contractor is fully liable for public and private protection while work is in progress or at any site exposed as a potential hazard. Contractor must provide warning devices and/or signs, which must be prominently installed and displayed, and be fully in compliance with safety regulations. 5 TAXES Rock County is exempt from the payment of all federal excise taxes, registration no. 41407 (For tax-free transactions under Chapter 32 of the Internal Revenue Code. The certificate of exemption is on file with the District Attorney, U. S. Treasury Department, Internal Revenue Service, Milwaukee, Wisconsin). Rock County is exempt from Wisconsin State and Local taxes on its purchases except Wisconsin excise tax as the Wisconsin Department of Revenue does not issue state exempt numbers to Counties per Wisconsin Statute 77.54 (9) (a). Contractors performing construction activities are required to pay state user tax on the cost of materials which they purchase. Rock County is required to pay an excise tax on Wisconsin beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel engine oil and aviation fuel. SUBSTANCE ABUSE POLICY Contractor and employees shall abide by the following: 1. Prohibition against any employee using, possessing, attempting to possess, distributing, delivering, or being under the influence of a drug, or use or be under the influence of alcohol, while performing work on any Rock County site. 2. Employees performing work at any Rock County site shall submit to random, reasonable suspicion, and post- accident drug and alcohol testing and to drug and alcohol testing before commencing work on this project, except that testing of an employee before commencing work on this project is not required if the employee has been participating in a random testing program during the ninety (90) days preceding the date on which the employee commences work on this project. 3. Contractor shall have a procedure for notifying an employee who tests positive or who refuses to submit to drug or alcohol testing that he/she may not perform work at any Rock County site until they have submitted to the required drug or alcohol testing and does not test positive. Rock County is not responsible for the cost of developing, implementing or enforcing these required substance abuse prevention measures; nor is it responsible for the cost of drug and alcohol testing any employee. Each employer shall be responsible for said costs. 6 SCOPE OF WORK GENERAL INFORMATION Rock County is seeking sealed bids for snow removal from driveways and parking lots for the following nine (9) sites in Janesville, Wisconsin. BUILDING ADDRESS SQUARE FEET COURTHOUSE 51 S MAIN ST 34,560 - FRONT 31,500 - BACK YOUTH SERVICES 210 E US HWY 14 16,675 TRI-BUILDINGS 3328 N HWY 51 5,460 - NORTH 2,037 WEST 10,164 - MAIN HEALTH CARE CENTER 3530 N CTY HWY F 124,612 ROCK HAVEN 3400 N CTY HWY F 80,531 10 LOTS DR WILLIAMS HALE 1717 CENTER AVE 257,000 911 CENTER 3636 N CTY HWY F 19,975 JAIL/SHERIFF 200 E US HWY 14 131,000 TOTAL SQUARE FEET 713,514 NOTE: Contractors shall visit all sites for exact lot layouts. Snow will be pushed to the outside edges. Snow piles that build up will be moved by the County as needed. No sidewalks or salting required. SNOW REMOVAL REQUIRMENTS 1 of snow shall automatically initiate removal. No salting or special blades are required. Night snow fall - all lots shall be cleared by 6 a.m. Daytime snow fall County employees will plow areas to keep cars moving in and out. Final cleanup will be provided by snow removal contractor in the evening and completed by 6 a.m. the next day. No snow removal equipment shall be stored on any County property. ITEMS TO BE SUBMITTED WITH BID BID WILL BE AWARDED BASED ON THE FOLLOWING: Number of employees. Backup plan for employee illnesses or time off. Call response time. Backup plan for equipment breakdowns. List of current snow removal contracts, include name and contact information. Rock County will be checking references. List of all equipment available for snow removal. Include whether equipment is stored in a heated garage or outside. Cost per hour, per piece of equipment. 7 ROCK COUNTY, WISCONSIN PURCHASING DIVISION FINANCIAL SERVICES #2022-32 INVITATION TO BID SNOW REMOVAL SERVICES FOR VARIOUS ROCK COUNTY BUILDINGS ROCK COUNTY FACILITIES MANAGEMENT JANESVILLE, WISCONSIN LIST OF EQUIPMENT COST PER HOUR $ $ $ $ $ $ List any deviations or additional information to your bid on separate sheet. BID PREPARED BY: SIGNATURE PRINT NAME & TITLE COMPANY: ADDRESS: PHONE NUMBER: E-MAIL ADDRESS:

51 South Main Street,Janesville, WI  53545Location

Address: 51 South Main Street,Janesville, WI 53545

Country : United StatesState : Wisconsin

You may also like

Snow Removal Services - Park & Ride Lots

Due: 07 May, 2024 (in 10 days)Agency: Port Authority of Allegheny

Snow Removal Services

Due: 30 Sep, 2024 (in 5 months)Agency: Motor Vehicle Administration

Snow Removal

Due: 29 Apr, 2024 (in 2 days)Agency: City of Madison - Purchasing Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.