SLED Opportunity · NEW YORK · COUNTY OF WAYNE, NY

    Generator Preventive Maintenance and Repairs

    Issued by County of Wayne, NY
    countyRFQCounty of Wayne, NYSol. 249040
    Closed
    STATUS
    Closed
    due Apr 23, 2026
    PUBLISHED
    Mar 30, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    811310
    AI-classified industry

    AI Summary

    County of Wayne, NY requests bids for preventive maintenance and repairs on 26 emergency generators. Contract term is three years with renewal options. Bids due April 23, 2026, with detailed insurance and service requirements.

    Opportunity details

    Solicitation No.
    249040
    Type / RFx
    RFQ
    Status
    open
    Level
    county
    Published Date
    March 30, 2026
    Due Date
    April 23, 2026
    NAICS Code
    811310AI guide
    Agency
    County of Wayne, NY

    Description

    The County of Wayne, NY is requesting bids for Generator Preventive Maintenance and Repairs. Project specifications may be viewed electronically and downloaded using the County’s eProcurement Portal at https://procurement.opengov.com/portal/co-wayne-ny-us. Responses may be submitted by Physical Response. Physical responses may be by mail in a sealed envelope clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, on or before 2:00 pm prevailing time on Thursday, April 23, 2026. Late responses will not be accepted.

    Project Details

    • Reference ID: 023-26
    • Department: Buildings, Grounds and Parks
    • Department Head: Scott Kolczynski (Deputy Superintendent of Public Works)

    Important Dates

    • Questions Due: 2026-04-09T16:00:00.000Z

    Evaluation Criteria

    • DEFINITIONS
      1. A “Bid” as a complete and properly signed proposal to sell and deliver to the County the services as described in the specifications, submitted in accordance with the Instruction to Bidders.
      2. A “Bidder” or “Offeror” is a person or entity who submits a bid.
      3. “Contract Documents” shall consist of Notice to Bidders, Instruction to Bidders, Scope of Work and Specifications, Wayne County Bid Proposal, Non-Collusion Bidding Certification, Certification regarding Debarment/Suspension/responsibility, Certification of Compliance with the Iran Divestment Act, Certificate Regarding Lobbying, Any Documents regarding Insurance as outlined the Insurance section.
    • SCOPE OF WORK

      The Wayne County Department of Public Works (hereinafter “Public Works”),on behalf of County of Wayne (hereinafter “County”),will contract for preventive maintenance and repairs on twenty six (26) County owned Cummins/Onan emergency generators . It is the intent of the County of Wayne to contract with a single contractor and to establish a lump sum proposal price for this work. Notwithstanding the details presented in the specifications, it shall be the responsibility of the bidder to verify the completeness of same to meet the intent of the specifications.

    • Insurance Requirements Construction, Maintenance, Environmental Contractors

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      9. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
      10. Contractors’ Pollution Liability (if applicable)
        1. All contractors, including prime & subcontractors performing any work that could create a pollution condition, poor air quality, hazardous materials exposure, lead, mold, pesticides, tank removal/installation, etc.,
        2. Type of Policy: The Policy shall be written on a per-project basis, and shall be maintained for no less than three (3) years after final completion
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      11. Environmental Contractors Liability (if applicable)
        1. Is required if work includes asbestos, lead abatement, mold remediation &/or hazardous materials.  All contractors, including prime & subcontractors, handling environmental exposures are required to provide this coverage
        2. Type of Policy: With coverage for the services rendered for the Municipality, including, but not limited to, removal, replacement, enclosure, encapsulation, and/or disposal of hazardous materials, along with any related pollution events, including coverage for third-party liability claims for bodily injury, property damage, and clean-up costs.  $1,000,000 per occurrence/ $1,000,000 general aggregate, including products and completed operations.   If a retroactive date is used, it must predate the inception of the contract and shall be maintained for no less than three (3) years after final completion
        3. If the contractor is using motor vehicles to be used for transporting hazardous materials, the Contractor shall provide pollution liability broadened coverage (ISO endorsement CA 9948 or equivalent) as well as proof of MCS 90.
        4. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        5. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        6. Waiver of Subrogation: Required
        7. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      12. Owners’ Contractor Protective (if applicable)
        1. Wayne County as the Named Insured
      13. Installation Floater (if applicable)
        1. Type of Policy: Limits shall be equal to the full value of the material &/or equipment being installed, with coverage to be provided on a direct risk of loss basis, special form, including equipment breakdown. Deductible shall not exceed $1,000. Coverage shall include property in transit and property stored on & off premises.
        2. Additional Insured Status: Wayne County shall be additionally insured as Loss Payee, as their interest may appear
        3. Subcontractors are required to carry an Installation Floater & provide course of construction coverage for property of the insured and property of others that is being installed or awaiting installation.  
      14. Railroad Protective Liability (if applicable)
        1. Required if any construction or demolition operations are being performed on or within 50 feet of any railroad property, railroad bridge, trestle, track, roadbed, tunnel, underpass, or crossing.
        2. Wayne County as the Named Insured 

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 Per Project
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles $1,000,000
      Excess/Umbrella Liability 
      Each Occurrence/ Aggregate$2,000,000 / $2,000,000
      Contractors' Pollution Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Environmental Contractors Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Owners Contractors Protective Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Installation Floater (if applicable)
      Not Applicable
      Railroad Protective Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Contractors Pollution Liability
    • Notice to Contractors (Physical Responses Only)

      Notice is hereby given that the County of Wayne is conducting a Request for Bids for Generator Preventive Maintenance and Repairs

      Sealed responses may be submitted physically or by mail in a sealed envelope clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, on or before 2:00 pm prevailing time on Thursday, April 23, 2026

      An electronic copy of proposal forms, specifications, and plans can be obtained from the County’s eProcurement Portal: https://procurement.opengov.com/portal/co-wayne-ny-us or by requesting them directly from the Purchasing Department Office located at 16 William Street, Lyons, NY by email request to purchasing@co.wayne.ny.us (Telephone: 315-946-7675)

      The County of Wayne (hereinafter “County”) shall not be held responsible for the completeness or accuracy of any proposal documents received by a contractor that was not directly issued to that contractor by the Purchasing Department. Any contractor submitting a proposal based on incomplete or inaccurate information resulting from documentation received from any third party shall not have cause for relief from award or completion of a contract in accordance with the official documents on file with the Clerk of the Board of Supervisors.

      It is HIGHLY suggested that all contractors interested in participating in this proposal contact the Purchasing Department directly at the above address or telephone number to ensure they have received the most accurate and up-to-date material concerning this contract.

      The County does not offer or supply anyone the list of people who have obtained a copy of these proposal specifications or cost estimates for the project prior to the opening of the proposals.

      NO EXCEPTIONS ARE MADE TO THIS POLICY.

      **the County Reserves the right to reject any or all responses**

    • GENERAL REQUIREMENTS
      1. Contractor is to provide all labor, equipment, materials, and supervision, as specified herein to inspect, test, maintain and repair generators owned by Wayne County
      2. Contractor shall provide at least two (2) routine inspections, one major and one minor inspection per year.  (April & October)  Preventive maintenance service shall be per the generator manufacturer’s standard recommendation.
      3. Contractor shall provide with their quote a copy of their standard preventive maintenance inspection checklist that they will perform.  List should at least included the following checks:  
        1. Major inspection shall consist of but not be limited to the following check points;
          • Battery(s) condition including cleaning of terminals
          • Battery charger operation and charge rate adjustment as needed
          • Replacement of lubrication oil and filter(s). Including disposal of waste oil and filter
          • Fuel filter replacement
          • Water filter replacement if applicable
          • Inspection of all hose lines
          • Testing of coolant system inhibitor level
          • Testing of antifreeze protection level
          • Inspect water pump, belts, exhaust system, fuel tank and plumbing.
          • Inspection air filter. Clean or replace as needed
          • Inspection of block heater and hoses.
          • Functional testing of engine, generator set, including shutdowns, alarms and cranking cycling.
          • Adjustment of engine governor and voltage regulator, if necessary.
          • Verify and record unit is running with proper temperature, pressures and engine speed.
          • Check engine operation
          • Function testing of automatic transfer switch or switch gear.
          • Check generator brushes and slip ring (if applicable) stator lead splices, circuit breaker(s)

       

        1. Minor inspection shall consist of but not be limited to the following check points;
          • Battery(s) condition including cleaning of terminals
          • Battery charger operation and charge rate adjustment as needed
          • Inspection of all hose lines
          • Testing of coolant system inhibitor level
          • Testing of antifreeze protection level
          • Inspect water pump, belts, exhaust system, fuel tank and plumbing.
          • Inspection air filter. Clean or replace as needed
          • Functional testing of engine, generator set, including shutdowns, alarms and cranking cycling.
          • Adjustment of engine governor and voltage regulator, if necessary.
          • Verify and record unit is running with proper temperature, pressures and engine speed.
          • Check engine operation
          • Function testing of automatic transfer switch or switch gear.
          • Check generator brushes and slip ring (if applicable) stator lead splices, circuit breaker(s)

       

      1. Emergency service shall be available 24 hours a day 7 days a week.
        1. Contractor in this proposal shall state his guarantee response time to an emergency.
        2. Contractor shall provide emergency & unscheduled service rates with proposal for example;
          • Normal straight time rate(s)
          • Normal overtime rate(s)
          • Weekend & Holiday rate(s)
          • Mileage Rate(s)
      2. Maintain service records on all maintenance and repairs. One copy shall be submitted to the Public Works Department for their file.
      3. Perform additional work as authorized. Such work will be based on the unscheduled rates for field service or by quote only.
      4. PM work shall be performed under the normal business hours of the Public Works Department unless otherwise specified. Normal department hours Monday-Friday 7:00am – 3:30pm excluding holidays.
      5. Contractor shall supply a list of references similar to the magnitude of the proposed work.
      6. Contractor shall provide a break down of cost per unit.
      7. County will provide contractor access to all generator sites.

       

      ****Site Specific Requirement*****.

      1. Preform one fuel sampling and testing at the Wayne County Nursing Home generator annually. 
    • SUBMISSION/RECEIPT OF BIDS (Physical Responses Only)

      Response to this solicitation may only be filed by physical (hard copy) submission, please see instructions below. Submission electronically may cause your response to be deemed non-responsive

      Hardcopy Submissions:

      Sealed bids will be received by the Clerk of the Board of Supervisors, at 26 Church Street, Lyons, New York 14489 until the date and time listed in the advertisement and at that time all bids will be publicly opened and read aloud.  Any bid received after the specified time will be returned to the Bidder unopened. 

      Bidders shall indicate on the outside of their sealed bid the following information:

      1. Generator Preventive Maintenance and Repairs
      2. RFB# 023-26
      3. Date and Time of Bid Opening
      4. Company Name
    • Notice to Contractors (Physical or Electronic Responses)

      Notice is hereby given that the County of Wayne is conducting a Request for Bids for Generator Preventive Maintenance and Repairs

      Sealed responses may be submitted physically or by mail in a sealed envelope clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, OR may be submitted electronically using the County eProcurement Portal: https://procurement.opengov.com/portal/co-wayne-ny-us on or before 2:00 pm prevailing time on Thursday, April 23, 2026

      An electronic copy of proposal forms, specifications, and plans can be obtained from the County’s eProcurement Portal: https://procurement.opengov.com/portal/co-wayne-ny-us or by requesting them directly from the Purchasing Department Office located at 16 William Street, Lyons, NY by email request to purchasing@co.wayne.ny.us (Telephone: 315-946-7675)

      The County of Wayne (hereinafter “County”) shall not be held responsible for the completeness or accuracy of any proposal documents received by a contractor that was not directly issued to that contractor by the Purchasing Department. Any contractor submitting a proposal based on incomplete or inaccurate information resulting from documentation received from any third party shall not have cause for relief from award or completion of a contract in accordance with the official documents on file with the Clerk of the Board of Supervisors.

      It is HIGHLY suggested that all contractors interested in participating in this proposal contact the Purchasing Department directly at the above address or telephone number to ensure they have received the most accurate and up-to-date material concerning this contract.

      The County does not offer or supply anyone the list of people who have obtained a copy of these proposal specifications or cost estimates for the project prior to the opening of the proposals.

      NO EXCEPTIONS ARE MADE TO THIS POLICY.

      **the County Reserves the right to reject any or all responses**

    • Insurance Requirements: Professional Services/ Consultants or Contractors other than Construction

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Professional Liability Insurance 
        1. Use of ACORD form: An ACORD form is strongly preferred for proof of Professional Liability Insurance. Alternative forms may be accepted, in the discretion of the County Attorney’s Office, so long as such certificates are executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. Type of policy: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement, or the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”). If written on a “claims-made” basis, the retroactive date must predate the inception of the contract or agreement
        3. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      9. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      10. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 Per Project
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles $1,000,000
      Excess/Umbrella Liability 
      Each Occurrence/ AggregateTBD
      Professional Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Cyber Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Cyber Liability
    • SUBMISSION/RECEIPT OF BIDS (Physical or Electronic Responses)

      Proposals may be submitted via hardcopy, and electronically utilizing the OpenGov Platform

      Hardcopy Submissions:

      Sealed bids will be received by the Clerk of the Board of Supervisors, at 26 Church Street, Lyons, New York 14489 until the date and time listed in the advertisement and at that time all bids will be publicly opened and read aloud.  Any bid received after the specified time will be returned to the Bidder unopened. 

      Bidders shall indicate on the outside of their sealed bid the following information:

      1. Generator Preventive Maintenance and Repairs
      2. RFB# 023-26
      3. Date and Time of Bid Opening
      4. Company Name

      Electronic Submission:

      Bids shall be submitted via electronic submission on OpenGov (https://procurement.opengov.com/portal/co-wayne-ny-us) no later than the time and date specified in the Timeline. Please note that Offerors must register on OpenGov (https://procurement.opengov.com/portal/co-wayne-ny-us) in order to submit their Bids electronically. Late proposals will not be accepted. For assistance with the OpenGov platform please contact OpenGov’s Support Department at (650) 336-7167.

    • Insurance Requirements: Lease or Use of Facilities or Grounds/ Purchase or Lease of Merchandise/ Equipment/Maintenance or Repair of Equipment/ Janitorial Services

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Professional Liability Insurance 
        1. Use of ACORD form: An ACORD form is strongly preferred for proof of Professional Liability Insurance. Alternative forms may be accepted, in the discretion of the County Attorney’s Office, so long as such certificates are executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. Type of policy: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement, or the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”). If written on a “claims-made” basis, the retroactive date must predate the inception of the contract or agreement
        3. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      9. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      10. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 (Per Project for MRO)
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles $1,000,000
      Excess/Umbrella Liability 
      Each Occurrence/ AggregateTBD
      Professional Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Cyber Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Cyber Liability
    • SAFETY

      The Contractor shall perform all work in accordance with the latest government safety regulations and including, but not limited to, the Department of Labor, Office of Safety and Health Administration Regulations and Environmental Protection Agency. 

    • GENERATOR LIST
       

      Manufacturer

      Model No.Serial No. Location Address kW
      1Onan100DGDB/3382993ML990033002Highway Dept.7227 Route 31. Lyons, NY100kW
      2Onan65GGHB/3382995BL990033520Fire Training7376 Route 31. Lyons, NY65kW
      3Onan 350DFCC/52605H910412278Jail7368 Route 31. Lyons, NY350kW
      4OnanC50 N6G180392153Brantling Hill Tower3845 Brantling Hill Rd. Sodus, NY50KW
      5Onan85GGHG/570876L050760795Bldg & Grounds7312 Route 31. Lyons, NY85kW
      6Onan500DFEK/DF040652408Nursing Home1529 Nye Rd. Lyons, NY500kW
      7Onan (Portable)DKAF-5740802I050836625B&G Storage 7312 Route 31. Lyons, NY25kW
      8Onan (Portable)DKAF-5740802I050836626B&G Storage7368 Route 31. Lyons, NY25kW
      9OnanGGHE-4797081E100124264Walworth Tower3625 Lorraine Dr. Walworth, NY60Kw
      10OnanGGPC-1405194E1406676466Williamson Tower4783 Everdyke Rd.  Williamson, NY 50kW
      11Onan GGPC-1405194E1406676465Butler Tower 4000 Foster Mead Rd. Savannah, NY 50kW
      12OnanGGPC-1405194J150884816Rose Tower4410 Route 414. Rose, NY50kW
      13OnanDGCG-5671026E040643218SEMO Bunker 1144 East Union St. Newark, NY 80kW
      14OnanDFEJ-1716392C170166497Health Services Bldg1519 Nye Rd. Lyons, NY450kW
      15OnanC100 D6CD190557555Court House 26 Church St. Lyons, NY 100kW 
      16OnanC100 N6J180428972Sewer Screening 7213 Route 31, Lyons 100kW
      17OnanC100 DC6K190674928County Clerk/DMV9 Pearl Street. Lyons 100kW
      18OnanC30 N6B230199770Wolcott Tower7351 Wadswoth Road, Wolcott, NY30kW
      19OnanDQDAC-2093470H200800806Hall of Justice 54 Broad Street, Lyons, NY300kW
      20OnanDSHAD*2180070A220036254Social Services 77 Water Street, Lyons, NY 230kW
      21OnanC200 N6BL240403854Lyons EMS 1527 Nye Road, Lyons, NY200kW
      22OnanC150 N6C250433646Rose EMS 4491 Route 414. Rose, NY 150kW
      23OnanC150 N6C240371173Sodus EMS 6654 Route 88. Sodus, NY 150kW
      24OnanC150 N6D250442294Walworth EMS 1892 Penfield-Walworth Rd. Walworth150kW
      25OnanC45 N6C250431090Macedon Tower20 S Erie Street, Macedon, NY45kW
      26OnanC45 N6 Sodus Tower6565 Route 88, Sodus NY 45kW
             
    • BIDDER’S REPRESENTATIONS

      By making a Bid, the Bidder represents and warrants to the County that:

      1. The Bidder is able to enter into an Agreement to performed the services listed; 
      2. The Bidder has carefully examined the Contract Documents; 
      3. The Bidder fully understands the intent and purpose of the Contract Documents; and 
      4. The bid is based upon the terms and conditions set forth in the Contract Documents without exception. 
    • Insurance Requirements: Transportation Services

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Professional Liability Insurance 
        1. Use of ACORD form: An ACORD form is strongly preferred for proof of Professional Liability Insurance. Alternative forms may be accepted, in the discretion of the County Attorney’s Office, so long as such certificates are executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. Type of policy: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement, or the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”). If written on a “claims-made” basis, the retroactive date must predate the inception of the contract or agreement
        3. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      9. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      10. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles 

      $5,000,000

      If transporting children, sexual abuse & molestation coverage shall be affirmatively included.

      Excess/Umbrella Liability 
      Each Occurrence/ AggregateTBD
      Professional Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Cyber Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Cyber Liability
    • EMERGENCY RESPONSE TIME

      In the event of an emergency the contractor must be able to response to the location within 4 hours. 

    • INTERPRETATION OR CORRECTION OF CONTRACT DOCUMENTS

      No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents or any part thereof. Any request for such an interpretation shall be made in writing and submitted to the Purchasing Department at least four (4) days prior to the date set for the receipt of Bids.  Any interpretation made to a Bidder will be in the form of a written Addendum and when issued will be on file at the Clerk of the Board of Supervisors.  In addition, all Addenda will be sent to each person recorded as having received a copy of the Bid Documents, but it shall be the Bidder's responsibility to make inquiry prior to submitting a Bid as to the Addenda issued.  All such Addenda shall become part of the Contract Documents and each Bidder shall be bound by such Addenda, whether or not received by the Bidder.

    • SALES TAX EXEMPTION

      The County is exempt from payment of sales and compensating use taxes under the Tax Law of the State of New York.  Bidders shall not include sales or use taxes in their Bid price.

    • PREPARATION AND EXECUTION OF BIDS; NON-COLLUSION BIDDING CERTIFICATION

      Bids must be submitted on the Bid Form included in the Contract Documents and prepared in the following manner:

      1. Bidder assumes all costs of preparation of the proposal and any presentations necessary to the proposal process. The County is not liable for costs incurred in the preparation of this proposal and in any other subsequent proposals or presentations.
      2. All blank spaces on the Bid Form shall be filled in legibly, in ink or typewritten.  If both words and figures are requested, the written words shall be binding on the Bidder.  In the event of an error in the sum total of the Bid, the Bid shall be the sum total of all items in written words.
      3. Erasures and alterations must be initialed by the signer of the Bid.
      4. The Bidder shall not make any changes in the wording of the Bid Form or make any stipulations or qualify the Bid in any manner.
      5. The Bidder shall note the receipt of Addenda in the spaces provided on the bid Form by entering the number and the date of each Addendum.  If no Addenda have been received, insert the word “NONE”.  Failure to acknowledge Addenda shall be sufficient cause for rejection of the Bid.
      6. The Bid must be signed by the person legally authorized to bind the Bidder to a contract.  The name of the person signing the Bid must be typed or printed below the signature.
      7. The Non-Collusion Bidding Certification required by Section 103-d of the General Municipal Law must be submitted with each Bid.
      8. The Proof of Insurance, consisting of an insurance certificate or letter of intent showing insurability in accordance with the requirements indicated in the Standard Insurance Provisions must be submitted with each Bid.
      9. An executed Debarment Certification must be submitted with each Bid.
      10. An executed Certification Regarding Lobbying must be submitted with each Bid. 
      11. An executed Certification of Compliance with the Iran Divestment Act must be submitted with each Bid.
    • MODIFICATION OR WITHDRAWAL OF BIDS

      A Bid may be modified or withdrawn either electronically through the OpenGov Platform or by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the scheduled time for opening of Bids.

      A Bid may not be modified, withdrawn, or canceled for a period of forty-five (45) days after the date of the Bid opening; thereafter, a Bidder may withdraw his Bid only by a written notice of withdrawal submitted in advance of the bid award.

    • BIDDER’S QUALIFICATIONS
      1. The County may make such investigations as deemed necessary to determine the responsibility of any Bidder to perform the work, and any Bidder shall furnish to the County the information, samples, and data required by the County.  The County reserves the right to reject any Bid if the evidence submitted by or Investigation of any such Bidder fails to satisfy the County that any such Bidder is responsible, or qualified to carry out the obligations of the Contractor to complete the work as contemplated therein.
      2. The following shall be considered the minimum requirements to qualify for Bidding:
        1. Be an established business, registered to do business in the State of New York 
        2. Maintain in direct employ experienced, and trained personnel.
      3. Maintain and be familiar with the requirement of all applicable codes and regulating bodies.
      4. Must submit Certificates of Insurance and copies of endorsement forms, meeting requirements of the County of Wayne’s minimum insurance standards, a copy of which is included in the Bidding Documents.
    • CONSIDERATION OF BIDS; ACCEPTANCE OF BID
      1. Contract may be awarded to the Bidder submitting the lowest responsible Bid that meets the requirements of the Specifications.
      2. The County shall have the right to reject any and all Bids; to reject a Bid not accompanied by the required Bid security (If applicable) or by other data required by the Contract Documents; to reject a bid which is in any way incomplete or irregular; and to waive any informality in a Bid.
      3. The County shall have the right to award any combination of Bid and Alternative to determine total bid amount
      4. The County shall award the bid to one bidder for the total amount indicated on the bid form.
      5. Bids prices shall remain firm for a period of 45 days after the bid opening date.
      6. The acceptance of a Bid by resolution of the Board of Supervisors shall bind the successful Bidder to comply with the terms and conditions of the Contract Documents.
      7. Non-Collusion Bidding Affidavit must be complete, signed and submitted with Bid.
      8. The selected Contractor must agree to conditions incorporated into the standard contract used by Wayne County, subject to approval of the County Attorney.
      9. The selected Contractor will enter into a contract with the County for performance of the work specified in the BID.  
      10. All work obviously necessary for the completion of the contract shall be included in the Contractor’s Bid.
      11. The Agreement will be governed by the laws of New York State.  The Contractor shall comply with all applicable laws including those regarding labor, discrimination and equal employment opportunity.
    • METHOD OF AWARD

      Except where the County exercises the right to reject any or all Proposals, the County will award the Contract to the lowest responsive and responsible Bidder meeting all specifications of the bid, provided further that such Bidder complies with all requirements of the Advertisement and these Instructions to Bidders, after investigations are made to determine the Bidder's responsibility and capability.  Official Notice of Award will be provided the successful Bidder upon approval by resolution by The Wayne County Board of Supervisors.

      The County guarantees no minimum or maximum purchases or contracts as a result of award of this bid. Additionally, the County reserves the right to purchase any goods or services included as a part of this bid through any means legally available to it at any time.

    • GUARANTEE

      The vendor guarantees that all work will be conducted in accordance with the Bid Specifications and that all goods, materials and/or equipment supplied to the County meet or exceeds the Bid Specifications. Should the goods, materials and/or equipment be found not to meet the Bid Specifications, the vendor must remove and/or at the County’s sole discretion, replace all faulty goods, materials and/or equipment within a time frame dictated by the County at no cost to the County.

    • SUBSTITUTE OR “OR EQUAL” ITEMS

      A Contract, if awarded, may be on the basis of materials and equipment as described in the Bid Specifications, and “or equal” items submitted by the bidder and accepted by the County.

      The bidder may offer “or equal” items that meet the same performance and reliability standards as specified herein.  If the bidder offers an “or equal” item, the bidder must include with the bid package, documentation establishing equality of construction, operation and utility.  Said “or equal” items must be accepted or rejected based upon the County’s evaluation of the submitted documentation.  All costs associated with the review of any “or equal” items prior to recommendation of award, must be at the bidders expense.  

      If a submitted “or equal” item is rejected, the bidders must be afforded an opportunity to meet with the County to offer additional qualifying opinions and information prior to the County rejecting the bid. However, if the County determines that the materials or equipment do not meet the minimum acceptable specification, the vendor will not have the opportunity to offer the County other alternatives or to offer the original equipment specified by the County. Additionally, the bidder must not have the opportunity to submit any alternative materials or equipment after the bids have been opened or awarded.  Neither the County nor its representatives must make any determinations as to equality of materials or equipment prior to the opening of bids. 

      The decision to accept or reject an “or equal” item rests solely with the County.  If a substitute “or equal” item is not accepted by the County, the bid will be deemed non-responsive and the County must reject this bid.  The next lowest responsive bid must then be reviewed for recommendation of award.

    • EXECUTION OF CONTRACT

      The Bidder, whose proposal has been accepted, shall have a legally authorized representative execute the contract and submit it to the County within ten (10) calendar days of the date of Notice of Award.

      In addition, if applicable the successful Bidder, shall procure, execute and deliver to the County and maintain, at his own cost and expense, until the Final Payment for the work covered by this contract, proof of insurance as required by these specifications and the following bonds of a surety company approved by the County and authorized to do business in the State of New York as a Surety:

      • Performance Bond – N/A

      • Labor and Material Bond – N/A

      Failure or refusal of the Bidder, whose bid is accepted, to execute the Contract as hereinbefore provided or to submit satisfactory bonds and insurances shall constitute a breach by such Bidder of the Agreement created by the acceptance of the bid and, in such event, the County, at his option, may determine that such Bidder has abandoned the contract.  Thereupon such Bidder's bid and the acceptance thereof shall be null and void and the County shall be entitled to take action for damages.  Such damages shall include the amount of the total contract finally accepted in excess of that of the originally successful Bidder, losses arising from delays in the County's construction program, and all other items of cost to the County resulting from such breach.  In the recovery of the damages specified above, the County may proceed against the sum represented by the bid guaranty and take such other action, as the County may deem best in the public interest.

       

    • CONTRACT TERM

      The term of the contract, if awarded, shall be three (3) years with the option to renew for two (2) additional one (1) year periods. The County reserves the right to renew all or any part of the contract, for the optional extensions listed

    • CANCELLATION CLAUSE

      The County reserves the right to cancel the contract at any time during the contract term by written ten (10) days’ notice mailed to the address of the vendor.

    • COMMUNICATIONS

      The individual listed below is responsible for the conduct of this procurement.  All questions, inquiries, concerns, or clarifications regarding this solicitation must be submitted electronically (via email or submitted on the OpenGov Question and Answer Section of the Project) or in writing. Questions may be submitted to the email below. The solicitation number must appear in the subject line of the email communication.  Offerors shall not contact or communicate with any other County employees unless approved by the County Purchasing Agent.  Unauthorized contact about this solicitation with any other County employees may result in immediate disqualification. The County will not be responsible for any oral representations or instructions. All contact with any county official must take place during normal work hours, at the county office, or a site related to the service being proposed.

      Contact Name: Chris O'Connor
      Title: Purchasing Agent
      Address: 16 William St,  Lyons, NY 14489
      Phone #: (315) 946-7674
      Email: purchasing@waynecountyny.gov
    • ANTICIPATED RFB TIMELINE

      The Owner will make every effort to adhere to the schedule below.  However, the Owner reserves the right, at its sole discretion, to adjust the RFB Schedule of Events as it deems necessary.  

      Release Project Date:March 30, 2026
      Question Submission Deadline:April 9, 2026, 12:00pm
      Response Submission Deadline:April 23, 2026, 2:00pm
      Anticipated Award Date:May 19, 2026

       

      Right to withdraw proposals expires on the date and time for the deadline for proposal submission listed above

    • PREBID MEETING/SITE VISITS

      All bidders are responsible for becoming adequately familiar with the project site(s) and the overall project.  Failure of a bidder to request a site visit will not relieve that bidder of the responsibility to have familiarized themselves with the site and the conditions under which the work will be performed 

      If interested in a Site Visit please contact the person below no later than TBD.

      Name: TBD

      Title: TBD

      Phone: TBD

      Email: TBD

    • PREVAILING WAGE RATES AND SUPPLEMENTS

      All contractors and subcontractors engaged in public works projects are required to pay not less than the prevailing hourly wage rates and the prevailing hourly supplements for the project as determined by the New York State Department of Labor.  The current schedules of prevailing wage rates and supplements are included in the Contract Documents.  In the event that the prevailing wage rates or supplements change after the bids have been opened or after the contract is awarded, updated schedules will be issued by the State Department of Labor. All contractors and subcontractors must comply with the updated schedules.  The Owner shall not be responsible for any increased labor costs which result from errors or defects in the schedules of wage rates and supplements or from changes in the schedules.  No change in the Contract Sum shall be allowed to a contractor for any such errors, defects or changes in the schedules.

      Section 220-a of the Labor Law requires contractors and subcontractors engaged in public work projects to provide their subcontractors with a copy of the prevailing wage rate schedule in effect for the contract and to obtain from all their subcontractors a verified statement that such subcontractors have reviewed the schedule in and agree to pay the wages and supplements set forth therein.  Before final payment is made by the Owner to a contractor, the contractor must file with the Owner every verified statement required to be obtained by the contractor from its subcontractors, and a verified statement which provides in part that, to the knowledge of the contractor, all of its subcontractors have paid the required prevailing wages and supplements to their employees and that the contractor acknowledges liability for underpayment by subcontractors of prevailing wages and supplements as described in Section 223 of the Labor Law. 

      A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for this project.

      PRC#: 2026008027

      The current schedule(s) of the prevailing rates and prevailing hourly supplements for the project referenced above may be accessed at the New York State Department of Labor website at www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering the assigned PRC# at the proper location on the website.

      For policy or rate questions call the NYS Department of Labor at (585) 258-4505. If you do not have internet access, you may contact the Wayne County Purchasing Department at (585) 946-7675 to request a copy of the prevailing rate schedule provided for this project.

      All contractors and subcontractors submitting bids or performing construction work on public work projects or private projects covered by Article 8 of the Labor Law are required to register with the New York State Department of Labor (NYSDOL) under Labor Law Section 220-i.

      The law defines a “contractor” as any entity entering into a contract to perform construction, demolition, reconstruction, excavation, rehabilitation, repair, installation, renovation, alteration, or custom fabrication. The law defines “subcontractor” as any entity subcontracting with a contractor to perform construction, demolition, reconstruction, excavation, rehabilitation, repair, installation, renovation, alteration, or custom fabrication, which is subject to Article 8 of the Labor Law. Contractors are responsible for verifying that any subcontractors they work with are registered.

      Contractors need to register before submitting any new bids or commencing new work on a covered project on or after December 30, 2024. Subcontractors need to register before commencing new work on a covered project on or after December 30, 2024. NYSDOL encourages all contractors and subcontractors to register as soon as possible to obtain a Certificate of Registration to avoid negatively impacting a bidding period or project schedule.

    • BID BOND

      Each bid must be accompanied by a bid bond, duly executed by the bidder as principal and having a surety thereon a surety approved by the owner, in the amount of five percent (5%) of the bid.

      Such bid bonds will be returned to all except the three lowest responsible bidders within ten (10) days after the opening of bids, and the remaining bid bonds will be returned promptly after the owner and the accepted bidder have executed the contract or if no award has been made within ninety (90) days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as they have not been notified of the acceptance of their bid.

      The bid bond of the successful bidder will be retained until the payment and performance bonds required hereinafter and necessary contracts have been executed and approved, after which the bid bond will be returned.

    • PERFORMANCE; LABOR AND MATERIALS PAYMENT BONDS

      The successful Bidder will be required to furnish, at Bidder's own cost, the following Surety Bonds issued by a surety company acceptable to the Owner and authorized to do business in the State of New York as a surety:

      • Performance Bond - In an amount not less than One Hundred Percent (100%) of the Contract Sum. 

      • Labor and Materials Payment Bond - In an amount not less than One Hundred Percent (100%) of the Contract Sum.

      The premiums for the required bonds shall be paid by the Bidder. The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney.

      The Performance Bond and the Labor and Materials Payment Bond shall remain in effect for a period not less than one (1) year after the date of Final Payment.

    • EXTENSION OF USE

      The County reserves the right to allow all municipal and not for profit organizations authorized under the General Municipal Laws of the State of New York (“GML”), to purchase any goods and/or services awarded as a result of this bid in accordance with the latest amendments to GML Sections 100 through 104. However, it is understood that the extension of such contracts is at the discretion of the vendor and the vendor is only bound to any contract between the County and the vendor.

    Submission Requirements

    • Bid Security (required)

      Please upload your Bid Security here

    • BID SCHEDULE
    • Bid Schedule (required)

      Please download the below documents, complete, and upload.

    • Physical Submission Only

      This Request for Bid is only accepting responses physically - please do not upload your response electronically, otherwise your bid will be deemed non-responsive. The electronic bid schedule for the purposes of creating an electronic bid tabulation. Fillable forms have been provided as attachments  

      Responses must be mailed or delivered to 26 Church Street, Lyons NY 14489, before the submission deadline 

    • How do you want to collect pricing? (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Response Submission Method (required)

      Bids involving Article 8 Prevailing Wages should select Physical Response Only

    • Should this Solicitation require Bonding? (required)
    • Bid Bond? (required)

      Is a Bid Bond required?

    • Performance, Labor and Material Payment Bonds? (required)

      are surety bonds required 

    • Is it a one time purchase or is it for contract over a certain amount of time (required)
    • Contract Term? (required)

      Please select a contract term

    • Piggybackable (required)

      Do you want the results to be able to be used by other municipal entities? 

    • Is this subject to Prevailing Wages? (required)

      Public Works projects require Prevailing Wages to be paid for Article 8 (Construction Trades) and Article 9 (Building Services)

    • PRC Number (required)

      What is the PRC Number for the Project

      A PRC number can be obtained from the New York State Department of Labor and must be provided to contractors on a project

    • Insurance (required)

      What is the the category for insurance requirements 

    • Excess/Umbrella Coverage Required (required)

      Choose the amount of Excess/Umbrella Coverage required 

    • Professional Liability (Errors & Omissions) (required)

      Is Professional Liability Coverage Required?

      If the contractor &/or subcontractor will provide or furnish professional services under this contract, through a delegation of professional design services or otherwise, then the Contractor & subcontractor shall be responsible for purchasing and maintaining applicable professional liability insurance

    • Cyber Liability (required)

      Is Cyber Liability Coverage required?

      It is required when any business has access to county systems, where there is a potential to access or handle county-protected data (PII, financial info, etc.)

    • Excess/Umbrella Coverage (required)

      Choose the amount of Excess/Umbrella Coverage required 

    • Contractors' Pollution Liability (required)

      Is Contractors' Pollution Liability required?

      All contractors, including prime & subcontractors performing any work that could create a pollution condition, poor air quality, hazardous materials exposure, lead, mold, pesticides, tank removal/installation, etc., are required to provide Contractors Pollution Liability coverage. 

    • Environmental Contractors Liability (required)

      Is Environmental Contractors Liability coverage required?

      Environmental Contractors Liability is required if work includes asbestos, lead abatement, mold remediation &/or hazardous materials.  All contractors, including prime & subcontractors, handling environmental exposures are required to provide this coverage. 

    • Owner and Contractors Protective (OCP) Liability (required)

      Is OCP coverage required?

      Include upon recommendation of the County Insurance Provider

    • Installation Floater (required)

      Is an Installation Floater required?

      Include upon recommendation of the County Insurance Provider

    • Railroad Protective Liability (required)

      Is Railroad Protective Liability coverage required?

      Required if any construction or demolition operations are being performed on or within 50 feet of any railroad property, railroad bridge, trestle, track, roadbed, tunnel, underpass, or crossing.

    • Pre-Proposal Meeting? (required)

      Is a pre-proposal meeting required or necessary?

    • Please provide the date for vendors to schedule a site visit by: (required)

      Format: "If interested in a Site Visit please contact the person below no later than Site Visit Request Date."

      Example: 2/11/2026

    • Point of Contact Name: (required)
    • Point of Contact Title: (required)
    • Point of Contact Phone #: (required)
    • Point of Contact Email: (required)

    Key dates

    1. March 30, 2026Published
    2. April 23, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.