274672 Conditions of Bid

advertisement

WISCONSIN DEPARTMENT OF

Transportation

SPECIAL CONDITIONS OF BID

TABLE OF CONTENTS

SECTION SUBJECT

1

PAGE #

GENERAL INFORMATION AND SCOPE .................................................................................... 3

1.1

D EFINITIONS .........................................................................................................................................................3

1.2

C ONTRACT T ERM ..................................................................................................................................................3

2

BID # 274672

Page 1 of 21

BIDDER QUALIFICATIONS AND REQUIREMENTS ..................................................................... 3

2.1

R EQUIRED E XPERIENCE ...........................................................................................................................................3

2.2

R EFERENCES R EQUIRED ..........................................................................................................................................3

2.3

S TATE E MPLOYEES .................................................................................................................................................4

2.4

R EPORTING ..........................................................................................................................................................4

3

4

SPECIFICATIONS .................................................................................................................... 4

3.1

E QUIPMENT : ........................................................................................................................................................4

3.2

S TAFF : ................................................................................................................................................................4

3.3

S NOW AND I CE R EMOVAL .......................................................................................................................................4

SPECIAL TERMS AND CONDITIONS ......................................................................................... 6

4.1

P

RE

-B

ID

S

ITE

V

ISIT

................................................................................................................................................6

4.2

I NSURANCE R EQUIREMENTS ....................................................................................................................................6

4.3

S UBCONTRACTING OR T HIRD P ARTY P AYMENTS ..........................................................................................................7

4.4

C

ONFIDENTIALITY

..................................................................................................................................................7

4.5

L IQUIDATED D AMAGES ...........................................................................................................................................8

4.6

E MPLOYEE I DENTIFICATION .....................................................................................................................................8

4.7

F IRM P RICES .........................................................................................................................................................8

4.8

O RDERS ...............................................................................................................................................................8

4.9

I NVOICING R EQUIREMENTS .....................................................................................................................................8

4.10

R EPORTING R EQUIREMENTS ....................................................................................................................................9

4.11

O RDER OF P RECEDENCE ..........................................................................................................................................9

4.12

C ONTRACTOR M AJOR S TRUCTURAL C HANGE ..............................................................................................................9

5

6

BID PROCEDURE AND INSTRUCTIONS .................................................................................... 9

5.1

R EASONABLE A CCOMMODATIONS ............................................................................................................................9

5.2

Q UESTIONS ..........................................................................................................................................................9

5.3

M ETHOD OF B ID .................................................................................................................................................10

5.4

P ROPRIETARY AND C ONFIDENTIAL I NFORMATION ......................................................................................................10

5.5

B

ID

R

ESPONSE

R

EQUIREMENTS

..............................................................................................................................10

5.6

B ID S UBMISSION .................................................................................................................................................10

5.7

M ULTIPLE B IDS ...................................................................................................................................................11

5.8

I

NCURRING

C

OSTS

...............................................................................................................................................11

5.9

W ISCONSIN P UBLIC R ECORDS L AW .........................................................................................................................11

5.10

V ENDOR N ET R EGISTRATION ..................................................................................................................................11

BID OPENING, ACCEPTANCE AND AWARD ............................................................................ 12

6.1

B ID O PENING .....................................................................................................................................................12

6.2

B ID A CCEPTANCE ................................................................................................................................................12

6.3

M ETHOD OF A WARD ............................................................................................................................................12

6.4

M INORITY B USINESS E NTERPRISE / D ISABLED V ETERAN O WNED B USINESS P ARTICIPATION ...............................................12

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 2 of 21

6.5

T ERMS AND C ONDITIONS ......................................................................................................................................13

6.6

C ONTRACT C ANCELLATION ....................................................................................................................................13

6.7

C ERTIFICATION FOR C OLLECTION OF S ALES AND U SE T AX ............................................................................................14

7 ATTACHMENTS ..................................................................................................................... 14

Attachment A Vendor Information

Attachment B References

Attachment C DVB/MBE Program Awareness, Compliance and Action Plan

Attachment D DVB/MBE Monthly Participation Report

Attachment E Site Visit

Attachment F Bid Price Sheet

Appendix 1 Map & Location hours (separate document)

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 3 of 21

1

GENERAL INFORMATION AND SCOPE

The Wisconsin Department of Transportation (WisDOT or DOT), through its Purchasing Unit (Purchasing), requests bids to establish a contract for the purchase of Snow Plowing & Ice Removal Services located at;

Division of Transportation System Development (DTSD) SW Region Office, 2101 Wright Street

Madison, WI 53704

Truax Complex Building A, 3601-3615 Pierstorff St, Madison, WI 53704

Truax Complex Building B, 3617-3633 Pierstorff St, Madison, WI 53704

Truax Complex Materials Lab, 3502 Kinsman Blvd, Madison, WI 53704

Truax Complex Storage Yard, Madison WI, 53704

The resulting contract shall be governed by the attached Standard Terms and Conditions unless specifically modified in this Request for Bid document. Conditions of bid that include the word "must" or

"shall,” describe a mandatory requirement.

1.1

Definitions

The following definitions are used throughout the RFB documents:

Agency: The Wisconsin Department of Transportation

Bidder/Vendor: A company or individual submitting a bid response to this RFB

Contractor: Bidder awarded the contract

Department: The Wisconsin Department of Transportation

DOT or WisDOT: The Wisconsin Department of Transportation

State: The State of Wisconsin

1.2

Contract Term

WisDOT intends to utilize the results of the winter season starting in 2015. Retain a copy of these

bid documents and any addenda for your files. The RFB document and the awarded bidder’s response shall become the contract unless a separate contract is executed.

The initial term of this contract shall be for the winter season starting in 2015, with three (3) oneyear renewal options by mutual consent. Any extension beyond the renewal options must be authorized by mutual agreement of the Contractor and WisDOT.

As required by Wisconsin Statutes, continuance of a contract beyond the limits of funds available shall be contingent upon appropriation of the necessary funds and the termination of the contract by lack of appropriation shall be without penalty to WisDOT. WisDOT does not guarantee to purchase any specific quantity during each contract term.

2

BIDDER QUALIFICATIONS AND REQUIREMENTS

To be eligible for a contract award, you must be qualified and able to provide the following. Respond on attached “Vendor Information Sheet” and “References Sheet”.

2.1

Required Experience

Bidder must be in the ‘commercial’ snow removal business for the past 5 years.

Comply Does Not Comply

2.2

References Required

Bidder must supply references of 4 firms to which similar products / service have been provided during the past 2 years to a comparable-sized institution or company. WisDOT may also utilize other pertinent sources of information regarding services/products provided by the bidder. If contacted, all of those references must verify that a high level of satisfaction was

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 4 of 21 provided. Use Attachment B to list references. WisDOT employees must not be listed as

references.

Comply Does Not Comply

2.3

State Employees

Bidder must disclose if any State of Wisconsin employee would provide services relating to the agreement resulting from this solicitation. See Supplemental Standard Terms and Conditions, section 4.0, Dual Employment or 5.0, Employment.

Comply Does Not Comply

2.4

Reporting

The awarded bidder shall be able to provide reports on all products purchased against an awarded contract. Reports shall be provided in the format and timeframe as requested. See

Section 4.20.

Comply

3

SPECIFICATIONS

Does Not Comply

The following specifications are minimum acceptable requirements. All specifications are defined as mandatory minimum requirements unless otherwise stated. Purchasing reserves the right to delete any specification or condition of bid if no bidder is able to comply with a given specification or condition of bid. Failure to meet specification requirements may disqualify your bid.

Any specific reference to manufacturer(s) and/or catalog/model/stock numbers provided is to establish the design, type of construction, quality, functional capability and performance level desired.

Bid specifications may not be revised without an official written addendum issued by Purchasing.

3.1

Equipment:

Contractor or subcontractors must have heavy-duty equipment adequate to complete snow removal operations in an efficient and timely manner. WISDOT will not supply equipment for this contract.

3.2

Staff:

Contractor must have sufficient number of crew members who will be trained to complete the needed clearing of snow.

3.3

Snow and Ice Removal

Snow Removal

Contractor will remove snow and ice without notice following a 1” or more snowfall. All areas indicated on the site map must be clear when the facility opens each morning.

For continued, heavy snowfall during business hours, snow should be removed after every 4” of snow accumulation.

Snow accumulation less than 4” from brief snowstorms during business hours should be cleared as soon as snowfall stops or prior to opening of the next business day.

If windy conditions create significant drifting, a return visit to clear problem areas may be requested by WisDOT staff.

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 5 of 21

Ice Removal

The site map used for snow removal also applies for ice removal.

At extremely low temperatures when calcium chloride is not effective, sand must be used.

Omitted Days

Snow & ice removal services are typically not authorized for holidays, weekends or after business hours as a cost-saving measure. Please see the site map for hours of operation for each facility.

Snow & ice removal must only occur outside of normal business hours when needed to prepare for opening on a normal business day.

Site Map

A site map is provided to show which areas to clear and where to pile snow.

Fire Hydrants

An area six feet in diameter must be kept clear around each fire hydrant at all times.

Dumpsters

Access to dumpsters must be maintained at all times.

Convenience Salt

Contractor must supply one 5 gallon pail, with a lid and a scoop, of calcium chloride at both the employee and customer entrances for use by WisDOT staff on sidewalks and entrances when the contractor is not on site. The Building Contact will designate where the salt will be stored. Calcium chloride provided at the entrances is for the convenience of WisDOT staff - it does not excuse the Contractor from deicing in accordance with the contract.

Building & Garage Access

Contractor is responsible for clearing snow away from all building entrances, including overhead doors.

Snow Hauling

Contractor will pile snow only in areas indicated on the site map. Snow may need to be hauled off site when snow piles get big enough to hinder movement around them. Any hauling of snow is extra to the contract and thus must first be authorized by the WisDOT Facilities

Services Section.

Property Damage

Contractor shall be responsible for all damage to the site’s lawn, landscaping, curbs, curb stops, catch basins, abutments, fences, drainpipes or down spouts, gates and related equipment, signs, lighting, exterior outlets or any other State property that occurs as a result of snow & ice removal.

All damage shall be repaired at the Contractor’s expense and be completed no later than May

31st following the end of the snow season and to the satisfaction of the WisDOT Facility

Services Section. Some types of damage may require immediate repair, such as damage to a door, gates, or lighting, for example.

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 6 of 21

4

SPECIAL TERMS AND CONDITIONS

4.1

Mandatory Site Visit

A mandatory vendor site visit will be held on November 3, 2015 at 9:00 at, 2101 Wright St. For vendor site visit, contact EmilyKuntz ,

608-266-0893

, for a site visit. A bid addendum will be issued if the site visit is changed or cancelled. This site visit is required; failure to visit the site or provide proof of site visit will disqualify your bid from being considered. The attached Site Visit

Verification form must be signed by an authorized WisDOT representative and submitted with your bid.

NEW OR DELETED ITEMS: WisDOT reserves the right to add to or remove from this contract products and/or services based on changes to standards unknown at the time of this bid. If additional products /services are added, contractor(s) prices must be (in line with) or (comparable to) current contract pricing for like products/services. Scope of work must be consistent with the current contract products/services.

4.2

Insurance Requirements

Every contractor and all parties furnishing services or products to the Wisconsin Department of

Transportation (WisDOT) or any of its subsidiary companies must provide WisDOT with evidence of the following minimum insurance requirements. In no way do these minimum requirements limit the liability assumed elsewhere in the contract. All parties shall, at their sole expense, maintain the following insurance:

A.

Commercial General Liability Insurance including contractual coverage:

The limits of this insurance for bodily injury and property damage.

Combined shall be at least:

Each Occurrence Limit $1,000,000

General Aggregate Limit

Personal and Advertising injury Limit

$2,000,000

Products-Completed Operations Limit $2,000,000

$1,000,000

B. Business Automobile Liability Insurance:

Should the performance of this Agreement involve the use of automobiles, Contractor shall provide comprehensive automobile insurance covering the ownership, operation and maintenance of all owned, non-owned and hired motor vehicles. Contractor shall maintain limits of at least $1,000,000 per accident for bodily injury and property damage combined.

C. Workers’ Compensation Insurance:

Such insurance shall provide coverage in amounts not less than the statutory requirements in the state where the work is performed, even if such coverages are elective in that state.

D. Employers Liability Insurance:

Such insurance shall provide limits of not less than $500,000 policy limit.

Additional Requirements:

E. Contractor shall require the same minimum insurance requirements, as listed above, of all its contractors, and subcontractors, and these contractors, and subcontractors shall also comply with the additional requirements listed below.

F. The insurance specified in (A), (B) and (D.) above shall:

1.

Name WisDOT including its directors, officers, employees and agents as additional insureds by endorsement to the policies; and,

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 7 of 21

2.

Provide that such insurance is primary coverage with respect to all insureds and additional insureds.

G. The above insurance coverages may be obtained through any combination of primary and

excess or umbrella liability insurance. WisDOT may require higher limits or other types of

insurance coverage(s) as necessary and appropriate under the applicable purchase order.

H.

Except where prohibited by law, all insurance policies shall contain provisions that the insurance companies waive the rights of recovery or subrogation, by endorsement to the insurance policies, against WisDOT, its subsidiaries, its agents, servants, invitees, employees, co-lessees, co-venturers, affiliated companies, contractors, subcontractors and their insurers.

I.

Contractor shall provide certificates and endorsements evidencing the coverages, limits and provisions specified above on or before the execution of the Agreement and thereafter upon the renewal of any of the policies. Contractor shall require all insurers to provide WisDOT with a thirty (30) day advanced written notice of any cancellation, nonrenewal or material change in any of the policies maintained in accordance with this Agreement. Coverage must be placed with carriers with an A. M. Best rating of A- 10 or better.

Mail to:

Wisconsin Department of Transportation

4802 Sheboygan Ave., Room 751

Madison, WI 53705

4.3

Subcontracting or Third Party Payments

All subcontracting shall be pre-approved by WisDOT. Subcontractors must abide by all terms and conditions of the contract. The prime Contractor shall be responsible for all subcontractor(s) work and payment. WisDOT will not pay any subcontractor or third parties directly.

4.4

Confidentiality

Contractor acknowledges that some of the data and documentation it may become privy to in the performance of this contract is of a confidential nature. Contractor shall make all reasonable efforts to ensure that it or its employees and subcontractors do not disseminate such confidential information.

Contractor or its employees and subcontractors will not reuse, sell, make available, or make use in any format the data researched or compiled for this contract for any venture, profitable or not, outside this contract.

Contractor agrees to observe complete confidentially with respect to all aspects of any confidential information, proprietary data and/or trade secrets and any parts thereof, whether such contents are the State's or the manufacturer's, bidder's, or distributor's whereby Contractor or any

Contractor's personnel may gain access while engaged by the State or while on State premises.

The restrictions herein shall survive the termination of this contract for any reason and shall continue in full force and effect and shall be binding upon the Contractor or its agents, employees, successors, assigns, subcontractors, or any party claiming an interest in this contract

on behalf of or under the rights of Contractor following any termination. Contractor shall advise all Contractors’ agents, employees, successors, assigns and subcontractors which are engaged by the State of the restrictions, present and continuing, set forth herein. Contractor shall defend and incur all costs, if any, for actions that arise as a result of noncompliance by Contractor, its agents, employees, successors, assigns and subcontractors regarding the restrictions herein.

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 8 of 21

4.5

Liquidated Damages

This shall be surety for fulfillment of the contract(s) including quality, performance and delivery under the terms of this Request for Bid. Liquidated damages shall consist of $100 per calendar day per line item for failure to deliver according to the Contractor specified delivery schedule.

Liquidated damages will be deducted from payments on the invoice covering the late shipments, if the invoice is of sufficient amount to cover the liquidated damages. If the invoice is not of a sufficient amount to cover the liquidated damages on a particular shipment, the agency may bill the contractor for the balance or may request cancellation of the invoice and a credit to cover the balance.

4.6

Employee Identification

All Contractors’ employees, while working on WisDOT property, must wear a clearly displayed photo identification badge (provided by the Contractor at the Contractor’s expense) showing they are employees of the Contractor. Badges must be available, but will not be required to be worn when protective clothing and respiratory protection is required.

4.7

Firm Prices

Contractor must hold the accepted costs from time of bid through the entire contract period.

Price increase requests must be received in writing by Purchasing at least 90 calendar days prior

to the renewal date. Requests shall be justified with supporting documentation of industry-wide increases. If WisDOT deems cost increases are not acceptable, it reserves the right to award to the next lowest bidder or re-bid the contract in whole or part. Written acceptance or denial of price increases shall be provided to the Contactor.

If the Contractor’s cost decreases during the term of the contract, the Contractor shall immediately notify WisDOT. Such cost decreases shall become effective to WisDOT the same date the decrease is effective to the contractor. If WisDOT is not properly notified of price decreases, the pricing at the time of order will be used for invoice payment and the vendor will provide refunds or credits as necessary.

4.8

Orders

WisDOT may use the following methods to purchase from this contract:

Specific (Contract Release) orders may be placed for one-time shipments.

Contract Release Orders, blanket-type, may be issued by Purchasing for the State’s fiscal year time period, July 1 – June 30, to allow departmental personnel to call or fax for product or service against the order as needed.

4.9

Invoicing Requirements

Invoices/Purchase Order:

WisDOT must meet a statutory mandate to pay or reject invoices within 30 days of receipt by

WISDOT. Before payment is made, WisDOT must verify that all invoiced charges are correct as per this contract. Only properly submitted invoices shall be officially received for payment. Thus, your prompt payment requires that your invoices be clear and complete in conformity with the instructions below.

All invoices must be itemized showing:

Purchase order number

Vendor name

Remit to address

The complete product description as stated on your bid

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 9 of 21

Prices per the contract

Dates of service

Send invoice to the bill-to address shown on the order.

4.10

Reporting Requirements

WisDOT shall have the right to audit, review, examine, copy, and transcribe any pertinent records or documents held by the Contractor related to this contract. The Contractor shall establish, maintain, report as needed, and submit upon request records of all transactions conducted under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must be in accordance with federal, State of Wisconsin and local ordinances.

4.11

Order of Precedence

In the event of contract award, the contents of this RFB (including all attachments), RFB addenda and revisions, the bid response from the successful bidder, and additional terms agreed to, in writing, by WisDOT and Contractor shall become part of the contract.

The following priority for contract documents will be used if there are conflicts or disputes:

1.

The Contract Award document

2.

Official Purchase Order

3.

Bid response as accepted by WisDOT

4.

WisDOT Request for Bid

4.12

Contractor Major Structural Change

The Contractor is required to provide Purchasing with a minimum 90 days written advance notice of any planned or potential structural change resulting in a new entity (merger, buyout, acquisition, consolidation, etc.). The Contractor may not assign the contract to the new entity without prior written approval from the Department, since the underlying procurement may be affected.

5

BID PROCEDURE AND INSTRUCTIONS

5.1

Reasonable Accommodations

The Department will provide reasonable accommodations, including the provision of informational material in an alternative format, for qualified individuals with disabilities upon request. If you require information in an alternate format in order to respond to this bid or if you need accommodations at a bid opening/vendor conference, contact: Dana Casey,

Purchasing (608)261-0124.

5.2

Questions

If a vendor discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFB they shall notify the Purchasing Agent named below of such error and request modification or clarification of the bid document.

Communications or questions regarding the specifications, or special conditions of bid should be written and submitted to the Purchasing Agent shown on the bid cover sheet and below as soon as possible, November 9, 2015. Questions shall not be received nor addressed via telephone.

Purchasing will respond to questions by issuing an official addendum, posted on VendorNet. It is the vendor’s responsibility to monitor VendorNet for addendum updates.

Correspondence and submitted documents must include the bid number RFB 274672 in the subject line and on the outside of envelopes/packages.

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 10 of 21

Submit in writing via email to: Dana Casey, e-mail: dana.casey@dot.wi.gov

5.3

Method of Bid

Bidder must bid on all line items on Itemized Bid Sheet (Attachment F). Bids will only be accepted on this bid sheet for the listed snowfall groups, the deicing applications, and other specified services. All prices must be quoted in U.S. Dollars.

Bids may be disqualified if the bid price sheet is altered and not completed as designed.

5.4

Proprietary and Confidential Information

If the bidder designates any information in the bid as proprietary and confidential, the bidder must submit, in addition to the copies listed above, one electronic copy of the bid with all proprietary and confidential information redacted. This copy should be clearly marked “REDACTED COPY” and submitted in the package containing the original bid. The documents must be in MS Word, MS

Excel or PDF format. The following are acceptable electronic devices: CD ROM, DVD ROM, flash drive or memory stick.

5.5

Bid Response Requirements

Submit the completed original (marked as ORIGINAL) and 1 copy (unless stated otherwise)

(marked as COPY) of the following required materials so that your bid may be considered:

Bid Cover (Signature) Pages

Addendum Cover (Signature) Page(s), if applicable to this bid request

Responses to Section 2, Bidder Qualifications and Requirements

Vendor Information Sheet, Attachment A

References Sheet, Attachment B

DVB/MBE Program Awareness, Compliance & Action Plan, Attachment C

Site Visit Verification sheet, Attachment E

Price Sheet, Attachment F

Electronic device containing an identical copy of the bid documents. The documents must be in MS Word, MS Excel or PDF format. The following are acceptable electronic devices: CD

ROM, DVD ROM, flash drive or memory stick.

Electronic device containing the redacted version of the bid documents, see section 5.4

Failure to provide the forms/information with your bid submittal may disqualify your bid. WisDOT encourages all bidders to print their submission double-sided to save paper.

5.6

Bid Submission

Required materials (see section 5.5) shall be received for acceptance of their bid by the date and time listed on the Bid cover sheet. Bids received after that time and date will be rejected. Receipt of a bid by the State mail system does not constitute receipt of a bid by Purchasing, for purposes of this RFB. Use one of the options below for submission of the bid. Faxed and e-mailed bids are not accepted.

U.S. Mail:

Dana Casey

Purchasing

UPS, Fed Ex, etc.:

Dana Casey

Purchasing

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 11 of 21

WI Department of Transportation

4802 Sheboygan Ave., Room 751

PO Box 7396

Madison, WI 53707-7396

WI Department of Transportation

4802 Sheboygan Ave., Room 751

Madison, WI 53705

All bids are to be packaged, sealed, and show the following information on the outside of the package. Failure to put this information on the outside of the package may delay routing to the

correct room and person.

Vendor's Name and Address

Request for Bids Title: Snow Removal

Purchasing Agent’s Name: Dana Casey

DTSD & Truax Complex

Request for Bids Number #27467

Bid Due Date November 17, 2015 2 p.m.

Because of building security, access to the WisDOT Purchasing Office is restricted and may cause delay if hand delivering your bid. Allow ample time for security clearance to room 751.

5.7

Multiple Bids

Multiple bids from a Bidder will be allowed, however each bid must conform fully to the requirements for bid submission. Each such bid must be separately submitted and labeled as Bid

#1, Bid #2, etc. on each page included in the response. Alternate acquisition plans do not constitute multiple bids.

5.8

Incurring Costs

The State of Wisconsin is not liable for any cost incurred by a bidder in the process of responding to this RFB.

5.9

Wisconsin Public Records Law

WisDOT and all records it retains are subject to Wisconsin Public Records law, sec. 19.31, et seq,

Wis. Stats. WisDOT will advise bidder Contractor— any request for records it has designated as proprietary or confidential.

5.10

VendorNet Registration

Registration on the State of Wisconsin’s VendorNet System (http://vendornet.state.wi.us) is available free of charge to all businesses and organizations that want to sell to the state.

Registration allows a vendor to:

Register for a bidders list for commodities/services that the vendor wants to sell to the state.

Receive an automatic e-mail notification each time a state agency, including the University of

Wisconsin System campuses, posts a request for bid (RFB) or a request for proposal (RFP) with an estimated value over $50,000 in their designated commodity/service area(s).

Receive an e-mail notification of addendums/amendments relative to the RFB or RFP.

Only vendors registered, with a valid e-mail address, at the time the RFB or RFP is posted will

receive e-mail notifications of addendums/amendments. Vendors who obtain the RFB or RFP from a third party; through the public notice website http://publicnotices.wi.gov

; or other means assume responsibility for checking for updates to the RFB or RFP.

Only vendors registered with the State of Wisconsin’s VendorNet will receive future official notice for this service/commodity.

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 12 of 21

To obtain information on the state’s bidder registration, please visit the VendorNet Web site at http://vendornet.state.wi.us

. Assistance is available from the VendorNet Information Center

(1-800-482-7813); in the Madison area, 264-7898.

6

BID OPENING, ACCEPTANCE AND AWARD

6.1

Bid Opening

Bids will be opened on the date and time listed on the front cover page. Names of the bidders will be read aloud at that time. WisDOT will issue an official addendum and post on VendorNet should a need to change the bid open date and/or time occur.

6.2

Bid Acceptance

WisDOT shall review all materials submitted in response to this bid in an identical manner to determine specification compliance. Bids which do not comply with specifications contained in this RFB WILL be rejected by the State. The State retains the right to accept or reject any or all bids, or accept or reject any part of a bid deemed to be in the best interest of the State. The State shall be the sole judge as to compliance with the specifications contained in this RFB.

6.3

Method of Award

Award will be made to the lowest Grand Total (Line 12) cost responsible, responsive bidder

, meets the specifications bidder who meets specifications. Bids will only be accepted on this bid sheet for the listed snowfall groups, the deicing applications, and other specified services. All prices must be quoted in U.S. Dollars. Timeliness of delivery may be considered when determining this award.

In the event of Bidder error in calculation, unit price shall prevail in award or may disqualify your bid.

6.4

Minority Business Enterprise / Disabled Veteran Owned Business Participation

Wisconsin statutes support purchasing goods/service from state certified Minority Business

Enterprises (MBEs) and Disabled Veteran-owned Businesses (DVBs) located in Wisconsin. The

Wisconsin Department of Transportation is committed to the promotion of state certified minority and disabled veteran-owned businesses in the State’s purchasing program.

An MBE means a business certified, or certifiable, by the Wisconsin Department of Administration under Statute 560.036(2). Authority for the Minority Business Enterprise (MBE) program is found in Wisconsin Statutes 15.107(2), 16.75(3m), and 16.755.

A DVB means a business certified, or certifiable, by the Wisconsin Department of Administration

(DOA), Wisconsin Supplier Diversity Program under Statute 16.283 (3). "Disabled veteran" means a person who is verified by the Department of Veterans Affairs as being all of the following at the time the person applies for certification:

1.

A veteran as defined in s. 45.01(12),

2.

A resident of this state, and

3.

A person who is in receipt of an award from the U.S. Department of Veterans Affairs of a service–connected disability rating under 38 USC 1114 or 1134 of at least 30%.

Bidders who feel that they qualify, should seek certification from the Wisconsin Department of

Administration, Wisconsin Supplier Diversity Program, and mark “yes” on page 2 of the RFB.

Details of program certification are located at: https://wisdp.wi.gov/

Bidders are strongly urged to use due diligence to further this policy by setting up subcontracts to state-certified MBEs and DVBs and/or by using such enterprises to provide goods and services

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 13 of 21 incidental to this contract (second-tier suppliers), with a goal of awarding 5% of the contract cost to such enterprises.

Bidders must submit the attached WisDOT MBE / DVB Program Awareness, Compliance & Action

Plan (Attachment C) indicating their proposed utilization of state-certified minority businesses for this contract. Contact the State’s Minority Business Manager for assistance in locating certified firms at (608) 267-9550. A listing of State of Wisconsin certified minority businesses, as well as the services and commodities they provide, is on the State-certified MBE web site: https://wisdp.wi.gov/Search.aspx

.

Monthly reports (Attachment D) are requested to be submitted to WisDOT’s Purchasing Unit via email to DOTTIPSCOrrespond@dot.wi.gov

, itemizing the deliveries and cost of items or services provided by certified firms. Reports should state the costs for the previous contract month. The

Department reserves the right to verify with listed firms their involvement as subcontractors or second-tier suppliers.

6.5

Terms and Conditions

The Standard and/or Supplemental Terms and Conditions provided with this document represent the terms and conditions which will apply to this contract. Vendors may not submit their own contract document as a substitute for these terms and conditions.

6.6

Contract Cancellation

This Contract may be terminated by either party under the following conditions:

A.

Please review section 13.0 and 24.0 of the Standard terms and Conditions of Bid. WisDOT may terminate the contract at any time at its sole discretion by delivering 10 calendar days written notice to the Contractor.

If the problem is service performance, Contractor will be warned either verbally or in writing of unsatisfactory performance and intent to cancel this contract. Contractor will be given a period of time to ‘cure’ the performance. If the performance does not improve Contractor will be given 10 calendar days’ written notice that the contract will be cancelled. WisDOT shall be the sole judge on service performance.

Upon termination, WisDOT’s liability will be limited to the pro rata cost of the services performed as of the date of termination.

B.

In the event the Contractor terminates the contract, for any reason whatsoever, it will require written certified letter notification delivered to the Department purchasing agent not less than

60 days prior to said termination. The Contractor will, in turn, refund the Department, within

30 days of said termination, all payments made hereunder by the Department to the

Contractor for work not completed.

C.

WisDOT has the right to cancel and terminate the Contract without notice if at any time the

Contractor (including Subcontractors) performance threatens the health, safety, and/or security of WisDOT or the general public.

D.

WisDOT has the right to cancel and terminate the Contract without notice if the Contractor fails to maintain and keep in force the insurance as provided in #23.0 of the Standard Terms and Conditions.

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 14 of 21

E.

WisDOT has the right to cancel and terminate the Contract without notice if the Contractor fails to maintain and keep in force required certificates, permits, and licenses.

F.

If at any time a petition in bankruptcy shall be filed against the Contractor and such petition is not dismissed within 90 calendar days, or if a receiver or trustee of Contractor's property is appointed and such appointment is not vacated within 90 calendar days, WisDOT has the right, in addition to any other rights of whatsoever nature that it may have at law or inequity, to terminate this Contract by giving 90 calendar days’ notice in writing of such termination.

G.

WisDOT must seek approval of the State Use Board prior to termination of a Work Center.

6.7

Certification for Collection of Sales and Use Tax

The State of Wisconsin shall not enter into a contract with a vendor, and reserves the right to cancel any existing contract, if the vendor or Contractor has not met or complied with the requirements of s.77.66, Wis. Stats., and related statutes regarding certification for collection of sales and use tax.

7

Attachments

Attachment A Vendor Information

Attachment B References

Attachment C DVB/MBE Program Awareness, Compliance and Action Plan

Attachment D DVB/MBE Monthly Participation Report

Attachment E Site Visit

Attachment F Bid Price Sheet

Appendix 1 Map & Location hours (separate document)

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 15 of 21

STATE OF WISCONSIN

DOA-3477 (R05/98)

ATTACHMENT A

VENDOR INFORMATION

1.

BIDDING COMPANY NAME: _________________________________________________________

FEIN (Federal Employer ID Number) OR Social Security # (if Sole Proprietorship)

_________________________________ ___________________________________

Phone ( ) ______________________ Toll Free Phone ( ) __________________________

Fax ( ) ______________________ Email Address ( ) __________________________

Address: __________________________________________________________________________

City ____________________________ State ________ Zip + 4 _______________________

2.

Name the person to contact for questions concerning this bid.

Name __________________________ Title ______________________________

Phone ( ) ______________________ Toll Free Phone ( ) __________________________

Fax ( ) ______________________ Email Address ( ) __________________________

Address: __________________________________________________________________________

City ____________________________ State ________ Zip + 4 _______________________

3.

Any vendor awarded over $25,000 on this contract must submit affirmative action information to the department. Please name the Personnel/Human Resource and Development or other person responsible for affirmative action in the company to contact about this plan.

Name __________________________ Title ______________________________

Phone ( ) ______________________ Toll Free Phone ( ) __________________________

Fax ( ) ______________________ Email Address ( ) __________________________

Address: __________________________________________________________________________

City ____________________________ State ________ Zip + 4 _______________________

4.

Mailing address to which state purchase orders are mailed and person the department may contact concerning orders and billings.

Name __________________________ Title ______________________________

Phone ( ) ______________________ Toll Free Phone ( ) __________________________

Fax ( ) ______________________ Email Address ( ) __________________________

Address: __________________________________________________________________________

City ____________________________ State ________ Zip + 4 _______________________

WISCONSIN DEPARTMENT OF

Transportation

ATTACHMENT B

BID # 274672

Page 16 of 21

REFERENCES

Vendor:

______________________________________________________________________

Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) provided to customers similar to those requested in this solicitation document.

Potential subcontractors cannot be references. Any subcontractor arrangement for the completion of this work shall be listed on a separate id page. WisDOT employees must not be listed as references.

Company Name: ______________________________

Address (include Zip + 4) ___________________________________________________________________

Contact Person: ____________________________________ Phone No. _________________________

E-Mail Address: _________________________________________________________________________

Product(s) Used and/or Service(s) Provided: ___________________________________________________

Company Name: ________________________________________________________________________

Address (include Zip + 4) ___________________________________________________________________

Contact Person: ____________________________________ Phone No. _________________________

E-Mail Address: _________________________________________________________________________

Product(s) Used and/or Service(s) Provided: ___________________________________________________

Company Name: ________________________________________________________________________

Address (include Zip + 4) ___________________________________________________________________

Contact Person: ____________________________________ Phone No. _________________________

E-Mail Address: _________________________________________________________________________

Product(s) Used and/or Service(s) Provided: ___________________________________________________

Company Name: ________________________________________________________________________

Address (include Zip + 4) ___________________________________________________________________

Contact Person: ____________________________________ Phone No. _________________________

E-Mail Address: _________________________________________________________________________

Product(s) Used and/or Service(s) Provided: ___________________________________________________

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 17 of 21

ATTACHMENT C

WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM

DISABLED VETERAN-OWNED BUSINESS (DVB) PROGRAM

AWARENESS, COMPLIANCE and ACTION PLAN

As a matter of sound business practice, the Wisconsin Department of Transportation is committed to “supply diversity” by promoting the use of minority business and disabled veteran-owned business whenever and wherever possible.

Additionally, as an agency of the State of Wisconsin, WisDOT shares in the state goal of placing five (5) percent of its total annual purchasing dollars with state-certified minority and disabled veteran-owned businesses.

State of Wisconsin procurement policy provides that Minority Business Enterprises (MBE) and Disabled Veteran-owned

Businesses (DVB) certified by the Wisconsin Department of Administration should have the maximum opportunity to participate in the performance of its contracts/projects.

You, as a contractor, are strongly urged to use due diligence to further this policy by awarding subcontracts to MBEs and

DVBs by using such enterprises to provide goods and services incidental to this agreement (second-tier suppliers), with a goal of awarding 5% of the contract cost to such enterprises.

Authority for these programs is found in Wisconsin Statutes 15.107(2), 16.283(3), 16.75(3m), 16.755 and 560.036(2), and

details about the program can be found at: https://wisdp.wi.gov/ .

A complete listing of certified minority businesses, as well as the services and commodities they provide, is available on the web at: https://wisdp.wi.gov/Search.aspx

Monthly reports are requested to be submitted to the Department of Transportation Purchasing Unit, itemizing the costs of services and goods provided by certified firms. Reports should state the costs for the previous contract/project month.

Your complete response on the following form must address the following components of your company’s/organization’s commitment/action plan: a) Indication that you understand the WisDOT’s goal, b) Listing of any MBE/DVB vendors with which you intend to subcontract, c) Description of the various second tier MBE/DVB expenses (goods and services procured that are incidental to the contract/project; examples are: specific office supplies to perform the contract, percentage of cost for uniforms for contract staff, travel to perform the contract/project, percentage of facility maintenance services for your facility used directly by your staff during the contract/project period) your company/organization will be able to report that are in direct connection with the administration of this contract, d) Statement expressing your commitment to complete the required monthly reports that will reflect your subcontracts and second-tier expenditures for the period.

For information on WISDOT’s Supplier Diversity Program, please email: DOTTIPSCOrrespond@dot.wi.gov

or visit the website at: http://wisconsindot.gov/Pages/doing-bus/purchasing/suply-dvrsty/default.aspx

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 18 of 21

ATTACHMENT C

WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM

DISABLED VETERAN-OWNED BUSINESS (DVB) PROGRAM

AWARENESS, COMPLIANCE and ACTION PLAN

Complete, sign, and include in your bid response.

Failure to complete this form as a component of your bid may result in rejection of your bid.

Our company/organization is a Wisconsin-certified Minority Business Enterprise (MBE)

Our company/organization is a Wisconsin-certified Disabled Veteran-owned Business (DVB)

Our company/organization is a minority business but has not yet received Wisconsin certification (please provide details): _____________________________________________

Our company/organization is a disabled veteran-owned business but has not yet received Wisconsin certification (please provide details): _____________________________________________

We are aware of the WisDOT’s goal to spend at least 5% of their total annual purchasing dollars with statecertified MBE /DVB firms.

We are aware that if awarded this contract/project our company/organization will provide monthly or quarterly reports to WisDOT reporting all expenditure activity directed to MBE/DVB subcontractors or

 Yes

Yes

Yes

Yes

Yes

 No

 No

No

No

No

 Yes  No second-tier MBE/DVB suppliers that directly relate to this contract. (Any non-certified minority or noncertified disabled veteran-owned businesses could be a potential subcontractor/second-tier supplier-indicate these on your plan. WisDOT will work with those businesses for possible certification.)

Subcontractors: Our company/organization intends to subcontract at least 5% dollar volume with certified

MBE/DVB firms listed below (names, addresses, telephone numbers):  Yes  No

Second-tier Suppliers: In addition to direct subcontracting efforts, your company/organization can help WisDOT achieve the 5% goal by managing your second-tier MBE/DVB purchases. Second-tier business refers to incidental business expenses your company may spend with Wisconsin-certified MBE/DVB firms as it pursues the normal course of business supplying the

WisDOT-contracted products or services. Here are some examples:

Percentage of your office supplies specifically used during the course of this contract/project.

Percentage of uniform costs for staff performing this contract/project.

If you travel to perform this contract/project, you could use a state-certified MBE travel agency and report that expense.

Percentage of facilities maintenance services for facility(ies) directly used by your staff during the course of this contract/project.

These second-tier expenses can only be reported to the extent that they directly relate to your business with WisDOT. The percentage of the expense you can report is determined by the amount of your WisDOT sales as it relates to your total sales volume. Per the terms of your contract, you should actively pursue directing business towards these types of companies, and report your efforts in this regard on a monthly basis.

***************************************************************************************************

In paragraph form, describe your company/organization’s commitment/action plan with regard to the planned use of statecertified MBE/DVB businesses in subcontracting efforts, as well as developing MBE/DVB second-tier suppliers. Please list your specific commitments (attach sheet, if necessary).

SIGNATURE: ______________________________________ DATE: __________________________________

PRINTED NAME & TITLE: ____________________________________________________________________

COMPANY: ________________________________________PHONE NUMBER: ________________________

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 19 of 21

ATTACHMENT D MINORITY BUSINESS ENTERPRISE

DISABLED VETERAN-OWNED BUSINESS

MONTHLY PARTICIPATION REPORT

Wisconsin Department of Transportation

DT1230 8/2006 s.16.75(3m) Wis. Stats.

Instructions: Complete and submit to Wisconsin Department of Transportation by the 10 th of each month.

Return via FAX to:

OR

608-267-3609, ATTN: WISDOT Purchasing Supplier Diversity Coordinator

DOTTIPSCOrrespond@dot.wi.gov

Return via e-mail to:

Report Date Contract / Purchase Order # Time Period Covered by Report

Monthly: through

Project Name / Contract Title

Prime Vendor / Contractor Name Federal Employer Identification Number – FEIN

Contractor Name, Address and Telephone Number

Indicate if MBE or DVB

Product / Service

Purchased

Subcontract

$ Amount

Second Tier

$ Amount

If no business was awarded to Minority Business Enterprises (MBE) or Disabled Veteran-owned Business (DVB) for this period, please describe the efforts made to encourage their business participation.

___________________________________________________________________________________________________________________________________

___________________________________________________________________________________________________________________________________

I certify that the information contained on this report is true and correct.

I also certify that I am an authorized representative of the above-identified Prime Vendor / Contractor.

(Prime Vendor/Contractor Authorized Representative Name)

(Title)

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 20 of 21

ATTACHMENT E

SITE VISIT VERIFICATION

Should be completed, signed, and submitted with bid

THIS IS TO CERTIFY THAT _______________________________________________

Company/Organization Name

HAS VISITED THE FACILITY AND UNDERSTANDS THE SPECIFICATIONS AND ALL CONDITIONS OF BID.

Signed by: ___________________________________

(Vendor Signature)

Printed Name & Position Title: ____________________________________________

Date: _____________________

Signature of authorized WisDOT Employee: _________________________________

Printed Name: _________________________________

Date: ____________________

WISCONSIN DEPARTMENT OF

Transportation

BID # 274672

Page 21 of 21

ATTACHMENT F

SNOW PLOWING & ICE REMOVAL SERVICES DTSD & Truax Complex

ITEMIZED BID SHEET

(Complete and return in bid submittal)

Bidder: _________________________________________

Lines 1-6 must include all costs for plowing driveways & entire parking lot and clearing all sidewalks & entrances.

See specifications and enclosed map for details of the contract requirements. Fuel surcharges wi ll ‘not’ be allowed.

Estimated Unit Total

Quantity Unit Price

1) Snow removal 1" to 2" deep, each snowfall 8 ea $________

$________ 2) Snow removal 2.1" to 4" deep, each snowfall 12 ea

3) Snow removal 4.1" to 6" deep, each snowfall 8 ea $________

$________ 4) Snow removal 6.1" to 9" deep, each snowfall 5 ea

5) Snow removal 9.1" to 12” deep, each snowfall 3 ea

6) Snow removal 12.1" or more, each snowfall 2

7) Deicing: Salt or Salt/Sand application on 20

driveways and entire parking lot, includes

ea ea

$________

$________

$________

cost of material

8) Deicing: Calcium Chloride application on all 22

sidewalks and entrances, any time of the day,

ea

includes cost of material

9) Snow plowing driveways & parking lot ‘rows’ 2 ea

between parked vehicles and clearing all sidewalks

and entrances, during business hours of building,

6” or more snowfall, cost for each time

10) Deicing: Salt or Salt/Sand application on driveways 2

& parking lot ‘rows’ between parked vehicles, during

business hours of building, 6” or more snowfall,

includes material ea

$________

$________

$________

Amount

$_________

$_________

$_________

$_________

$_________

$_________

$_________

$________

$_________

$_________

11) Extra Sidewalk & Entrance Snow Blowing and/or 4 ea

Shoveling, during open hours of building, when ‘not’

plowing, on request of facility manager, for 1” to 6”

snowfall; cost for each clearing

12)

$________

GRAND TOTAL

$_________

$___________

Calcium chloride for WisDOT staff use, as detailed in Specifications: $___________/bag

Hauling of Snow--only if approved by WisDOT DBM BBS Facilities Mgmt contract manager or supervisor:

Front-end loader

Dump Truck

1

1 hr hr

$___________

$___________

AND/OR Load Charge 1 ea $___________

Download