Active SLED Opportunity · NEW YORK · COUNTY OF ONTARIO

    Request for Solutions Regarding the Management of Waste Materials and Prioritization of Waste Reduction and Diversion Opportunities

    Issued by County of Ontario
    countyRFPCounty of OntarioSol. 227255
    Open · 6d remaining
    DAYS TO CLOSE
    6
    due May 20, 2026
    PUBLISHED
    Mar 18, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    562111
    AI-classified industry

    AI Summary

    Ontario County, NY, seeks innovative waste management solutions following landfill closure in 2028. This RFP requests proposals for solid waste, recycling, and organics management emphasizing waste reduction and diversion, including cost estimates and implementation timelines. Comprehensive insurance and compliance requirements apply. Proposals due May 20, 2026.

    Opportunity details

    Solicitation No.
    227255
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 18, 2026
    Due Date
    May 20, 2026
    NAICS Code
    562111AI guide
    Jurisdiction
    County of Ontario
    Agency
    County of Ontario

    Description

    The County of Ontario (the "County"), is requesting Solutions for RFS# RFS26041 Request for Solutions Regarding the Management of Waste Materials and Prioritization of Waste Reduction and Diversion Opportunities. Proposals are to be submitted via the County's eProcurement Portal via https://procurement.opengov.com/portal/ontariocountyny PRIOR TO 4:00 pm on Wednesday, May 20, 2026. Late responses will not be accepted.

    Project work includes solutions to the County's waste stream following the closure of the County landfill after 2028..

    Background

    Summary

    With the planned closure of the County's landfill at the end of 2028, the County is exploring innovative and sustainable solutions for managing various waste streams, including solid waste, recyclables, and organics. This RFS aims to gather information on potential management strategies, cost estimates, and levels of County involvement and investment. Attached to this RFS are the County’s Draft Local Solid Waste Plan (LSWMP), The Department of Sustainability’s Strategic Plan, and a recent Waste Stream Characterization Plan. Additionally, various reports and studies performed by the County relative to solid waste management goals and objectives can be found via the following webpage; https://ontariocountyrecycles.org/186/Plans-Studies-Surveys .

    This RFS is seeking information from qualified vendors on solutions to managing waste generated within Ontario County and furthering the County’s aggressive waste diversion goals. This request is for planning purposes and is not a guarantee of a subsequent Request for Proposal (RFP) or contract award. However, only vendors submitting solutions to this solicitation will be invited to participate in any subsequent RFP.

    Project Details

    • Reference ID: RFS26041
    • Department: Sustainability and Solid Waste Management
    • Department Head: Carla Jordan (Director)

    Important Dates

    • Questions Due: 2026-05-01T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-31T14:30:30.693Z — Webex link: https://ontariocountyny.webex.com/ontariocountyny/j.php?MTID=mbe2f96ca846398cc52d5469c620e1cfb Meeting number (access code): 2337 892 3199 Meeting password: RFS26041

    Addenda

    • Official Notice #1: Pre-Proposal Meeting Re-Cap (released 2026-04-22T12:44:39.063Z) —

      Attached is a re-cap of the pre-proposal meeting that took place on March 31, 2026

    Evaluation Criteria

    • Instructions for Insurance Requirements
      1. The Ontario County Insurance Requirements consist of:
        1. these instructions for Insurance Requirements
        2. proof of liability insurance
        3. proof of Workers’ Compensation insurance; and
        4. proof of Disability Insurance
      2. Proof of insurance shall be provided by the Contractor prior to standing committee approval or issuance of a purchase order. In addition, all bids and quotes require proof of insurance with the response.
      3. Any change in or waiver of insurance requirements must be approved by the County Governmental Operations and Insurance Committee. Any failure by the County to object to the contents of the certificate of insurance or the absence of same shall not be deemed a waiver of any and all rights held by the County.
      4. No Limitation of Liability: The policy limits required by these Insurance Requirements shall in no way operate or be considered as a limitation of Contractor’s liability. 
      5. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      6. 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.
      7. The Contractor’s insurance policies must be from an A.M. Best A rated 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.
      8. 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.
      9. General Requirements for Proof of 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. Insurance shall include coverage for bodily injury and property damage liability.
        4. Additional Insured Status: All Commercial General Liability insurance certificates must name Ontario County 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. No Action over Exclusion shall be on the policy.
        5. “Certificate Holder”: shall be “County of Ontario, 20 Ontario Street, Canandaigua, NY 14424.” The certificate holder cannot be a County department.
        6. “Description of Operations”: must say “Vendor/Contractor/Consultant services provided as per contract with Ontario County.”
        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 Ontario 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 insurance shall be primary and the County’s self-insurance program shall be excess and shall not contribute with it.
        10. Abuse & Molestation Liability: Contractors providing services to minors (0 to 18 years of age) pursuant to the contract with Ontario County shall provide proof of sexual abuse and molestation coverage.
        11. Garage Keepers Legal Liability: Contracts for vehicle repair services that are performed on the Contractor’s property require garage liability insurance with limits of $500,000 auto and other than auto.
      10. Proof of Automobile 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. All Automobile Liability insurance certificates must name Ontario County as an “Additional insured.” The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. No Action over Exclusion shall be on the policy.
        3. 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.
        4. Primary / Non-contributory Coverage: Contractor’s insurance shall be primary and the County’s self-insurance program shall be excess and shall not contribute with it.
      11. General Requirements for Proof of 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 Ontario 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. The ACORD form or other approved Certificate of Insurance 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: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement OR shall the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”).
        4. 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 Ontario 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.
        5. Abuse & Molestation Liability: Contractors providing services to minors (0 to 18 years of age) pursuant to the contract with Ontario County shall provide proof of sexual abuse and molestation coverage.
      12. General Requirements for Proof of Umbrella/Excess Insurance
        1. Where required, proof of Umbrella/Excess 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. 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.
        3. Additional Insured Status: All Umbrella/Excess insurance certificates must name Ontario County as an “Additional insured.”
        4. Waiver of subrogation applies and Contractor’s insurance shall be primary / non-contributory.
      13. 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 requesting permits from Ontario County must provide one of the following NY State-approved forms to Ontario 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/main/forms/AllForms.jsp. Under “All Forms,” search for form CE-200 and then follow the instructions to apply for an exemption on the State’s “New York Business Express” website. Please note that there are two different applications, one for businesses and one for not-for-profit organizations. Once the contractor receives the CE-200, the form must be signed and submitted by the Contractor to Ontario County. This form is only valid for one year from the date printed on the bottom of the form and a new form must be provided to Ontario County upon expiration.
          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, 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. This form is only valid for one year and a new form must be provided to Ontario County upon expiration.
          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. This form is only valid for one year and a new form must be provided to Ontario County upon expiration.
          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.
      14. 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). 
        2. 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.
        3. FORMS - Contractors or entities requesting permits from Ontario County must provide one of the following NY State-approved forms to Ontario 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/main/forms/AllForms.jsp. Under “All Forms,” search for form CE-200 and then follow the instructions to apply for an exemption on the State’s “New York Business Express” website. Please note that there are two different applications, one for businesses and one for not-for-profit organizations. Once the contractor receives the CE-200, the form must be signed and submitted by the Contractor to Ontario County. This form is only valid for one year from the date printed on the bottom of the form and a new form must be provided to Ontario County upon expiration.
          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.
      15. Limitations of Liability / Specific Required Liability Coverages for this Contract
    • Background

      Ontario County is a rural county located within the heart of New York State’s Finger Lakes Region, approximately 40 minutes southeast of Rochester.  Roughly 112,000 residents live within the 26 municipalities located within the county’s border. 

      The County owns a 2,999 tons per day Municipal Solid Waste (MSW) Landfill located within the Town of Seneca, which has been in operation since the early 1970s. In 2003 the County entered into a 25-year lease agreement with a private company to operate the landfill on the County’s behalf. Additionally, a single stream Materials Recovery Facility (MRF) is located on the landfill property. These facilities currently accept various waste and recycling streams from all over the state of New York. With the exception of the County owned landfill and MRF, solid waste activities within the county have historically been performed at a municipal level. Within the county’s borders 14 municipalities operate and/or maintain their own transfer station facilities. As such, the types of services provided vary greatly by municipality. At present 10-15% of the approximately 100,000 tons of waste generated within Ontario County is collected at these municipal facilities. The majority of waste generated within the County is collected and transported by subscription service via private hauling companies.

      At its December 5, 2024 meeting the Ontario County Board of Supervisors (BOS) approved two resolutions shaping the future of solid waste management in Ontario County. The first resolution memorialized a policy decision to close the Ontario County Landfill when the current operations and management lease agreement expires (December 31, 2028). The second resolution instructs the County’s Department of Sustainability and Solid Waste Management to continue and advance efforts to reduce the generation of municipal solid waste within the County and increase waste diversion efforts.

      In 2025 The County adopted a Strategic Plan for the Department of Sustainability & Solid Waste Management and approved a draft Local Solid Waste Management Plan (LSWMP) that further explore and detail the County’s priorities relative to responsible solid waste management.

    • Request for Solutions

      These recent policy decisions and planning documents present the opportunity to look at future waste management infrastructure, operations and access in an innovative and dynamic way. Given Ontario County’s policy decision to cease landfill operations at the end of 2028, and its desire to reduce and divert waste from landfill disposal, the County is releasing this request for solutions. Specifically, the County is looking for solutions, proposed by those currently operating within the industry, as to how Ontario County can most effectively advance its waste reduction and waste diversion goals while ascertaining the most economical and environmentally sound manner of handling solid waste that is ultimately destined for disposal.

    • Automobile Liability

      Auto Liability

       

      Any Auto OR

      $1,000,000

      Owned

      $1,000,000

      Hired

      $1,000,000

      Non-Owned

      $1,000,000

    • Price Adjustments

      Unless otherwise stated in this document, at no time during the term of any contract arising from an award by the County Board of Supervisors may any of the contract pricing be changed for any reason without prior written approval by the County. The vendor may request a price adjustment after the first six months of a contract term. However, the vendor may only make one such request per TWELVE MONTH term. If a price adjustment request is made, the vendor shall give the County a minimum of thirty-(30) calendar days notification of any request for a price adjustment. Said adjustment may at no time exceed the Consumer Price Index Table 4 for all items as calculated by the County Purchasing Department. Should the County deem the requested adjustment unacceptable, the County reserves the right to terminate the contract in accordance with the terms of this bid and seek pricing from whatever sources legally available.

    • Lease of Merchandise / Equipment

      Commercial General Liability

       

      Each Occurrence

      $1,000,000

      Fire Damage / Damage to Rented Premises

      $50,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

    • Proposals

      Summary

      With the planned closure of the County's landfill at the end of 2028, the County is exploring innovative and sustainable solutions for managing various waste streams, including solid waste, recyclables, and organics. This RFS aims to gather information on potential management strategies, cost estimates, and levels of County involvement and investment. Attached to this RFS are the County’s Draft Local Solid Waste Plan (LSWMP), The Department of Sustainability’s Strategic Plan, and a recent Waste Stream Characterization Plan. Additionally, various reports and studies performed by the County relative to solid waste management goals and objectives can be found via the following webpage; https://ontariocountyrecycles.org/186/Plans-Studies-Surveys .

      This RFS is seeking information from qualified vendors on solutions to managing waste generated within Ontario County and furthering the County’s aggressive waste diversion goals. This request is for planning purposes and is not a guarantee of a subsequent Request for Proposal (RFP) or contract award. However, only vendors submitting solutions to this solicitation will be invited to participate in any subsequent RFP.

      Detailed Specifications

      Submittals should address the following key areas:

      1. Solid Waste Management Solutions. Provide solutions that include, but are not limited to;
        1. the management of municipal solid waste, recyclables, and organic waste streams 
        2. priorities towards waste reduction and reuse opportunities
      2. Cost Estimates. Provide rough cost estimates associated with the solutions proposed including;
        1. Initial capital investment
        2. Management Strategies
        3. Operational and maintenance costs
        4. Potential revenue streams
        5. Potential Cost-sharing models with the County
      3. Timeline
        1. Provide a high level timeline for any strategy presented, including;
          1. How long it would take to complete the implementation of the solutions proposed
          2. Lead time for any equipment required

      We look forward to receiving your proposals and exploring innovative solutions for managing Ontario County's solid waste infrastructure. Please ensure that your submission addresses all the key areas outlined in this RFS and provides a clear and comprehensive plan for supporting the management and reduction of waste streams post-landfill closure.

    • Maintenance and Repair of Equipment

      Commercial General Liability

       

      Each Occurrence

      $1,000,000

      Fire Damage / Damage to Rented Premises

      $50,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

    • Transportation Services

      Commercial General Liability

       

      Each Occurrence

      $1,000,000

      Fire Damage / Damage to Rented Premises

      $50,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

      Excess / Umbrella

       

      Each Occurrence

      $10,000,000

      Aggregate

      $10,000,000

      Sexual Abuse and Molestation  (where applicable)

      $25,000

    • Non-Appropriations Clause

      In accordance with New York State General Municipal Laws the County of Ontario will not be liable for any purchases or contracts for goods or services for which funding is not available. As a result, the vendor agrees to hold the County harmless for any contracts let for which funding either does not currently exist or for which funding has been removed prior to the issuance of a purchase order by the County. Issuance of a purchase order by the County indicates that the County currently has and has set aside adequate funds to procure the goods and services indicated in the purchase order or contract. Receipt of a resolution by the Ontario County Board of Supervisors is not in and of itself a binding contract with the County. Should it become necessary for the County to cancel a project or purchase after an order to proceed or purchase order has been issued, the County will only be liable for and the vendor agrees to only assess those financial damages that it can prove to have incurred as a result of the cancellation. (see Bid Form for further notes)

    • Maintenance & Repair of Building or Property

      **THERE SHALL BE NO COVERAGE RESTRICTIONS AND/OR EXCLUSIONS INVOLVING NEW YORK STATE LABOR LAW STATUTES OR GRAVITY RELATED INJURIES. NO XCU EXCLUSIONS. ACORD 855 NEEDS TO ACCOMPANY THE ACORD 25.

      Commercial General Liability

       

      Each Occurrence

      $1,000,000

      Fire Damage / Damage to Rented Premises

      $50,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

      Excess / Umbrella

      *Required for projects valued at $1,000,000 or more AND for any project involving work performed at an elevation above one story (10 feet)  

      Each Occurrence

      $5,000,000

      Aggregate

      $5,000,000

    • Janitorial Services

      Commercial General Liability

       

      Each Occurrence

      $1,000,000

      Fire Damage / Damage to Rented Premises

      $50,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

      Bonds

      Fidelity Bond (employee dishonesty bond)

      Excess / Umbrella

       

      Each Occurrence

      $1,000,000

      Aggregate

      $1,000,000

      Sexual Abuse and Molestation  (where applicable)

      $25,000

    • Lease/Use of County Facilities or Grounds/Property

      Commercial General Liability

       

      Each Occurrence

      $1,000,000

      Fire Damage / Damage to Rented Premises

      $100,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

      Host Liquor (Parks only; where applicable)

      $1,000,000

    • Judgments/Legal Findings

      By submitting this proposal for consideration, the vendor affirms that they currently have no judgments or other legal findings nor have any pending judgments or other legal findings against the company or any of its executives, with any federal, state or local governmental entities that in any way could impact or have the potential to impact their ability to complete any contract awarded them as a result of this RFP. Failure to disclose any such judgments and/or findings will result in the termination of any contracts and other penalties as deemed legal and appropriate by the County.

    • Non-Professional Contract Services

      Commercial General Liability

       

      Each Occurrence

      $1,000,000

      Fire Damage / Damage to Rented Premises

      $50,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

      Cyber Liability (where applicable)

      $2,000,000

      Sexual Abuse and Molestation  (where applicable)

      $25,000

    • Iran Divestment Act

      By submitting a proposal in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder, Bidder/Contractor (or any assignee) certifies that it is not on the "Entities Determined To Be Non-Responsive Bidders/Offerors Pursuant to The New York State Iran Divestment Act of 2012" list ("Prohibited Entities List") posted on the OGS website at: http://www.ogs.ny.gov/about/regs/docs/ListofEntities.pdf  and further certifies that it will not utilize on such Contract any subcontractor that is identified on the Prohibited Entities List. Additionally, Bidder/Contractor is advised that should it seek to renew or extend a Contract awarded in response to the solicitation, it must provide the same certification at the time the Contract is renewed or extended.

      During the term of the Contract, should Ontario County receive information that a person (as defined in State Finance Law § 165-a) is in violation of the above-referenced certifications, Ontario County will review such information and offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment activity which is in violation of the Act within 90 days after the determination of such violation, then Ontario County shall take such action as may be appropriate and provided for by law, vile, or contract, including, but not limited to, seeking compliance, recovering damages, or declaring the Contractor in default.

      Ontario County reserves the right to reject any proposal, request for assignment, renewal or extension for an entity that appears on the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue a responsibility review with respect to any entity that is awarded a contract and appears on the Prohibited Entities list after contract award.

    • Professional / Consultant Services

      Commercial General Liability

      **Required for business entities OR services performed on Consultant’s property 

      Each Occurrence

      $1,000,000

      Fire Damage / Damage to Rented Premises

      $50,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

      Professional Liability

       

      Each Occurrence

      $1,000,000

      General Aggregate

      $2,000,000

      Cyber Liability (where applicable)

      $2,000,000

      Excess / Umbrella

      *Required only for Engineers, Architects, & Construction Consultants 

      Each Occurrence

      $5,000,000

      Aggregate

      $5,000,000

      Sexual Abuse and Molestation  (where applicable)

      $25,000

    • Capital/New/Renovation Construction Projects

      **THERE SHALL BE NO COVERAGE RESTRICTIONS AND/OR EXCLUSIONS INVOLVING NEW YORK STATE LABOR LAW STATUTES OR GRAVITY RELATED INJURIES. NO XCU EXCLUSIONS. ACORD 855 NEEDS TO ACCOMPANY THE ACORD 25.

      Commercial General Liability

       

      Each Occurrence

      $1,000,000

      Fire Damage / Damage to Rented Premises

      $50,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

      Owners and Contractors

      * Ontario County named as insured 

      Each Occurrence

      $1,000,000

      General Aggregate

      $2,000,000

      Excess / Umbrella

       

      Each Occurrence

      $5,000,000

      Aggregate

      $5,000,000

      Bonds

      Payment & Performance Bond

    • Independence

      The vendor expressly understands and agrees that it is and shall in all respects be considered an independent contractor.  The vendor, its employees, partners, associates, subcontractors, subconsultants and any others employed or retained by the vendor in the performance of a contract resulting from this RFP, are not and shall not hold themselves out nor claim to be an officer or employee of the County, nor make claim to any rights accruing thereto, including but not limited to Workers Compensation, Unemployment Benefits, Social Security or retirement plan membership or credit. Further, vendor, by virtue of his/her independent contractor status, shall under no circumstance constitute an employee of the County for purposes of the Affordable Care Act, shall not be entitled to any subsidy or credit in connection with this bid, and agrees if the County were to be assessed a penalty related to this bid that vendor will defend and indemnify the County for any said penalty or related penalty.

    • Municipal Funding

      Commercial General Liability

       

      Each Occurrence

      $1,000,000

      General Aggregate

      $2,000,000

      Products Completed Operations

      $1,000,000

      Personal & Advertising Injury

      $1,000,000

      Medical Expense

      $5,000

      Sexual Abuse and Molestation  (where applicable)

      $25,000

      Cyber Liability (where applicable)

      $2,000,000

    • Non-Discrimination

      The vendor expressly agrees that:

        1. in the hiring of employees for the performance of a contract resulting from this bid, neither the vendor, any subcontractor, nor any person acting on their behalf, shall discriminate against any person on the basis of any characteristic or classification protected under New York State or federal anti-discrimination laws, who is otherwise qualified and available to perform the work to which the employment relates; and
        2. neither the vendor, any subcontractor, nor any person acting on behalf of such vendor or subcontractor shall, in any manner, harass, discriminate against or retaliate against any employee hired for the performance of work under this Agreement on account of any characteristic or classification protected under New York State or federal anti-discrimination laws; and
        3. in the course of performance of work under a contract resulting from this bid, neither the vendor, any subcontractor, nor any person acting on their behalf shall, in any manner, harass, discriminate against, or retaliate against any person on account of any characteristic or classification protected under New York State or federal anti-discrimination laws; and
        4. that there may be deducted from the amount payable to the vendor by the County under any contract resulting from this bid a penalty of fifty dollars ($50) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract; and
        5. that any contract resulting from this bid may be cancelled or terminated by the County, and all moneys due or to become due hereunder may be forfeited, for a second or any subsequent violation of this section.
    • No Conflict

      The vendor agrees that it has no interest and will not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of the services and duties hereunder.  The vendor further agrees that, in the performance of a contract resulting from this bid, no person having any such interest shall be employed by it.

      The vendor represents and warrants that it has not employed or retained any person, other than a bona fide full time salaried employee working solely for the vendor to solicit or secure a contract resulting from this bid, and that it has not paid or agreed to pay any person (other than payments of fixed salary to a bona fide full time salaried employee working solely for the vendor) any fee, commission, percentage, gift or other consideration, contingent upon or resulting from the award or making a contract resulting from this RFP.  For the breach or violation of this provision, without limiting any other rights or remedies to which the County may be entitled or any civil or criminal penalty to which any violator may be liable, the County shall have the right, in its discretion, to terminate a contract resulting from this bid without liability, and to deduct the contract price, or otherwise to recover, the full amount of such fee, commission percentage, gift or consideration.

    • Compliance

      The vendor shall comply, at its own expense, with the provisions of all federal, state and local laws, rules and regulations applicable to its performance of any contract resulting from this RFP and any terms and conditions of a grant associated with any contract(s) awarded as a result of this RFP.

    • Employee Verification Requirements

      All vendors and all municipal entities included under any contract(s) resulting from an award of this RFP are required to comply with all current state, federal and local laws, rules and regulations as they pertain to the verification of the ability of each employee to legally work in this state and country. This includes all employees, subcontractors and their employees engaged in work covered by said contract.

      All vendors shall, upon request, supply the County with certified copies of U.S. Citizenship and Immigration Services Form I-9 for all employees, subcontractors and their employees. These forms should be on file at the vendor’s home office and are available online at http://www.uscis.gov/files/form/i-9.pdf. By submitting a bid for consideration by the County, the vendor acknowledges that it has complied with and will continue to comply with all regulations and statutes concerning the verification of employee status.

    • Records

      All original records compiled by the vendor in performing under a contract resulting from this bid, including but not limited to written reports, studies, drawings, blueprints, negatives of photographs, computer printouts, graphs, charts, plans, specifications and all similar recorded data, shall become and remain the property of the County.  The vendor may retain copies of such records for its own use.

    • Miscellaneous

      If any provision of a contract resulting from this RFP is determined to be invalid or unenforceable, that shall not affect the validity or enforceability of the remaining portions of the contract resulting from this bid. Any such invalid or unenforceable provision shall be modified so as to give effect to the original intent of the parties to the maximum extent possible. Each and every provision of law and clause required by law to be inserted in a contract resulting from this RFP shall be deemed to have been inserted herein, and if through mistake or inadvertence such provision is not inserted, said clause shall be deemed to have been inserted and shall have the full force and effect of law. Any contract resulting from this RFP shall be construed and enforced in accordance with the laws of the State of New York.

    • Proprietary Information

      The proposal and any accompanying documentation submitted in the proposal shall become the property of the County and shall not be returned. The proposal shall be subject to the FOIL, Freedom of Information Law, so the proposers should identify any business information supplied in confidence, do not mark all pages confidential only those with truly proprietary information.

    Submission Requirements

    • Authorized Representative Contact Information (required)

      Please enter the Authorized Representative's name, title, phone and email

    • Solution (required)

      Please upload your full solution documents here.

    • Proposal (no pricing information) (required)

      Please upload your technical technical proposal here.

      NOTE: DO NOT INCLUDE PRICING INFORMATION. YOU WILL UPLOAD THAT SEPARATELY

    • Pricing Proposal (required)

      Upload your pricing proposal here. It should not have been included with the previous upload area as the County has required that pricing information be submitted separately from the rest of the proposal.

    • Federal Tax ID (required)

      Please enter your Federal Tax ID here.

    • Proposer's Statement on Sexual Harassment (required)

      IN ACCORDANCE WITH NEW YORK STATE FINANCE LAW §139‐l

      In accordance with State Finance Law §139‐l, which generally prohibits the County from entering into contracts pursuant to the bid process with persons who fail to submit a certification affirming compliance with New York Labor Law §201‐g, the proposer submits the following certification under the penalty of perjury:

      By submission of this proposal, each proposer and each person signing on behalf of any proposer certifies, and in the case of a joint proposal each party thereto certifies as to its own organization, under penalty of perjury, that the proposer has and has implemented a written policy addressing sexual harassment prevention in the workplace and provides annual sexual harassment prevention training to all of its employees. Such policy shall, at a minimum, meet the requirements of Section 201‐g of the Labor Law. 

    • Non-Collusive Bidding Certification (required)

      By submission of this bid (RFS26041), each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief:

      1)    The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor;

      2)    Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and

      3)    No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition.

    • Individual, Corporate, Partnership or LLC Acknowledgment (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Additional Information (if needed)

      For any additional information requested or required by any of your previously provided answers or as stated within this RFP please upload the additional documentation here.

    • Submittal Confirmation (required)

      By confirming and submitting this Proposal, the party submitting electronically acknowledges that they have read, understand and agree to all of the terms of the RFS documents as presented without reservation or alteration including: the Notice, Information for Proposers, General Information, RFS Scope of work, and any Addenda upon which the solution is based.

      Submitting party further certifies that all information provided within this submittal is accurate to the best of their knowledge and that they have provided any necessary proof of their authority to submit a solution on behalf of the Company Name stated on the submittal thereby committing the Company to the information contained within.

    • Pricing Proposal (required)

      Does pricing need to be submitted separately from the technical proposal as its own sealed document? Or can it be submitted as part of the same file upload?

      NOTE: If you need to use sealed pricing for any reason but do not select it here, pricing information may be shown to evaluators or accessible even if you do not unseal pricing at the time of review.

    • Project Purpose (required)

      Format: Project work includes __________ 

      Example: storm drain cleaning services

    • Evaluations (required)

      Will you be conducting evaluations electronically within OpenGov?

    • Does this RFP require insurance? (required)
    • Will this solicitation/contract require automobile liability? (required)

      Select yes if the contract is a construction contract, a contract requiring reimbursement of the Contractor’s mileage, or a 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

    • Vendor's Classification? (required)

      Please select the relevant vendor classification for insurance requirements

    • Will price adjustments be allowed? (required)

    Key dates

    1. March 18, 2026Published
    2. May 20, 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.