rfp #2021-05 hyster & taylor forklift repairs

26
1 | Page RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS SEALED BIDS DUE BY 12 NOON FRIDAY, SEPTEMBER 17, 2021 RICHARD J. HENDRICK Chief Executive Officer September 10, 2021

Upload: others

Post on 20-Dec-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

1 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

SEALED BIDS DUE BY 12 NOON FRIDAY, SEPTEMBER 17, 2021

RICHARD J. HENDRICK Chief Executive Officer

September 10, 2021

2 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

I.SUMMARY:

The Albany Port District Commission (“APDC”) is seeking proposals for several repairs to their Hyster & Taylor forklift equipment.

The purpose of this RFP is to provide interested vendors with sufficient information to enable them to propose and submit proposals for repairs as outlined within this proposal.

This request for proposals requires the following:

• Proof of Insurance including Workers’ Compensation. • A facility able to accommodate large pieces of equipment (applicable to Taylor repair). • A facility capable of coordinating the towing of our equipment to their facilities for repair

(applicable to Taylor repair). • A facility cable of disposing all waste in accordance with all applicable laws.

The APDC seeks proposals from all interested mechanics who have the ability, training, and capbilities to perform repairs suggested within this proposal.

Since time is of the essence, equipment needs to be up and running in a timely manner. APDC’s intent is to have all equipment, listed within this proposal, repaired within two weeks of award. Due to Covid and the current shortages of supplies and materials, some of the parts required to provide a timely repair may be on backorder. If this is, in fact the case, please be sure to provide that information within your bid response.

Please note: there are three individual repairs needed. Vendors may submit proposals for all three projects or any one individual project listed below.

Proposals shall be submitted, no later than, 12 noon, on Friday, September 17, 2021. Late submissions will not be accepted.

II. RECEIPT OF POPOSALS:

Proposals shall be mailed or dropped off at the below address:

APDC Attn: Virginia Spadaro REF: # RFP #2021-05

106 Smith Blvd. Albany, NY 12202

Proposals shall be clearly labeled with the title of the project listed on the sealed bid “RFP #2021-05” to prevent the bid from being opened before the opening date. Those submitting proposals do so entirely at their expense. Submission of any proposal indicates acceptance of the conditions and terms stated herein unless clearly and specifically noted otherwise. The APDC reserves the right to reject any and all proposals, in whole or in part, submitted in response to this RFP. Proposals will be examined and evaluated by APDC’s CEO, CFO, Engineer, Maintenance Staff, and procurement coordinator.

3 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

A. sealed bid packages must be received by APDC, at its offices located at 106 Smith Boulevard, Albany, New York, 12202, NO LATER THAN noon, Friday, September 17, 2021. Bid packet must be clearly labeled “RFP #2021-05.

B. All proposals and accompanying documentation will become APDC property and will not be

returned.

C. An official authorized to commit the company to a contract must sign the proposal and all related proposal documents.

D. Facsimile or emailed proposals will not be accepted for this bid opening.

E. Equipment viewings will be scheduled on Thursday, September 16, 2021, between 10-2pm (more information may be found within section VI of this RFP).

F. Bid openings will be conducted in person at APDC headquarters on September 17th at 12:30pm.

The statutory mission of the APDC provides that the “commission shall have power and authority over the . . . development, control and operation of the port facilities . . ., operations . . . within such port . . . with a view to the increase and efficiency of all such facilities and the furtherance of commerce and industries in the district.”

III. APDC NEEDS:

The APDC is in need of repairs for three (2) two of their Hyster Forklifts and one Taylor forklift. Each repair is decribed in detail below:

FORKLIFT #1 INFORMATION:

REPAIR NEEDED: CAGE REPLACEMENT

(HYSTER) LIFT TRUCK MODEL: H90FT

SERIAL NO: S005V04770M

REPAIR LOCATION: APDC HEADQUARTERS-TOWING IS NOT NEEDED FOR THIS REPAIR

4 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

FORKLIFT #2 INFORMATION:

REPAIR NEEDED: CAGE REPLACEMENT

(HYSTER) LIFT TRUCK MODEL: H70FT

SERIAL NO: L177B06871D

REPAIR LOCATION: APDC HEADQUARTERS-TOWING IS NOT NEEDED FOR THIS REPAIR

FORKLIFT #3 INFORMATION:

REPAIR NEEDED: FULL TRANSMISSION REPLACEMENT WITH TORQUE CONVERTER

(TAYLOR) MODEL: TE-520S

SERIAL NO: S-W3-21900

REPAIR LOCATION: AT MECHANIC’S FACILITIES- MUST BE TOWED

VEHICLE WEIGHT: 75,500LBS

AXLE WEIGHT: 44,700LBS

LOCATION: APDC HEADQUARTERS

PICTURES:

FORKLIFT # ONE- HYSTER

5 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

6 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

FORKLIFT #2- HYSTER

7 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

8 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

FORKLIFT #3- TAYLOR

9 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

IV. GUIDELINES:

1. All vendors submitting proposals shall agree that their pricing is valid for one month after receipt of proposal;

2. Pricing shall be submitted on a “not to exceed” basis; 3. APDC may conduct discussions with any vendor who submits a proposal. 4. APDC reserves the right to reject any and all proposals, to waive any informality in proposals

received, to accept or reject any or all of the items in the proposal, and to award the contract in whole or in part and/or negotiate any or all items with individual vendors if it is deemed in APDC’s best interest. Moreover, APDC reserves the right not make a selection if proposals are deemed to be outside the fiscal constraint or not in the best interest of APDC;

5. The vendor shall not reassign any award made as the result of this RFP without the prior written consent from APDC.

V. PROPOSAL RESPONSE:

In order to facilitate an analysis of responses to this RFP, vendors are required to prepare their proposals per the below outline. Proposals should be prepared as simply as possible and provide a straightforward, concise description of the vendor’s capabilities to satisfy the requirements of this RFP.

10 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

1. Provide the name of your company; 2. Provide a scope of services which shall include a general discussion of the vendor’s

understanding of the “overall” project and a summary of products being proposed; 3. Identify your firms professional staff members who would be assigned to this engagement; 4. Provide a name and title of the person(s) authorized to bind the vendor, together with the main

office address and telephone number (including area code); 5. Specify the time in which work could be started and completed along with any delays due to

part arrival; 6. Complete, sign, and notarize all requested forms within this propsal.

VI. PROPOSAL COMMUNICATION , LEGAL PROVISIONS FOR PROCUREMENT CONTRACTS, AND OFFERER RESPONSIBILITY:

Pursuant to New York State Finance Law §§139-j and 139-k, this request for proposals (“RFP”) includes and imposes certain restrictions on communication between a Governmental Entity (APDC and any other government entity) and an Offeror/Bidder during the procurement process. An Offeror/Bidder is restricted from making contacts from the earliest notice of intent to solicit offers through final award and approval of the Procurement Contract by the APDC and, if applicable, Office of the State Comptroller (“restricted period”) to other than designated staff unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law §139-j (3) (a). The designated staff member for this RFP is Virginia Spadaro, Compliance and Procurement Coordinator. Governmental Entity employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the Offeror/bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for a contract award and in the event of two findings within a four-year period, the Bidder is debarred from obtaining governmental Procurement Contracts. Further information about these requirements can be found in the appropriate statutes and on the New York State Office of General Services website under the link for the “Advisory Council on Procurement Lobbying.” Questions pertaining to this solicitation for bids shall be asked on during equipment viewings which is scheduled for, Thursday, September 16, 2021, between 10-2pm. Please note: other than the contact person identified in the proposal, or their designee, prospective proposers shall not approach ACDC employees or the Administration during the period of this RFP process about any matters related to this RFP or any other proposals submitted thereto. Additionally, the above law requires certain affirmations to be provided to the APDC by bidders and that certain provisions are contained within any contract/award resulting from this RFP. Specifically, the following information is provided:

1. All bidders must complete a “Bidder Questionnaire” with a signature/notary public acknowledgement.

11 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

2. The APDC must obtain from all Offerors the required affirmation of understanding and agreement to comply with procedures on procurement lobbying restrictions regarding permissible Contacts in the restricted period for a procurement contract in accordance with New York State Finance Law §§139-j and 139-k.

3. The APDC must include a disclosure request regarding prior non-responsibility determination in accordance with New York State Finance Law §139-k in its solicitation of proposals or bid documents or specifications or contract documents, as applicable, for procurement contracts.

4. The APDC must obtain from all Offerors a required certification that the information is complete, true, and accurate regarding any prior findings of non-responsibility, such as non-responsibility pursuant to New York State Finance Law §139-j. The Offeror must agree to the certification and provide it to the procuring Government Entity.

5. New York State Public Authority Law § 2878 requires that all bidders on procurements involving goods and services complete a “Non-Collusive Bidding Certification.”

6. New York State Law §139-k (5) provides that every procurement contract award subject to the provisions of New York State Finance Law §§139-k and 139-j shall contain a provision authorizing the Governmental Entity to terminate the contract in the event that the certification is found to be intentionally false or intentionally incomplete. An example of such language is provided below:

The APDC reserves the right to terminate this contract in the event it is found that the certification filed by the Offeror in accordance with New York State Finance Law §139-k was intentionally false or intentionally incomplete. Upon such finding, the APDC may exercise its termination right by providing written notification to the Offeror in accordance with the written notification terms of this contract.

Forms meeting the requirements of 1-6 are provided below. All bids submitted must contain these completed forms to be considered responsive – failure to include any of these forms will result in the bid being rejected without any further review or consideration.

VII. AWARD:

There are two categories to this award. The first category will be Hyster equipment repair while the second category will be Taylor equipment repair along with towing services. An award will be made to the lowest priced bidder in each category.

APDC reserves the right to award a contract based on the initial offers received from vendors, without discussion and without conducting further negotiations. Under such circumstance, the acceptance of a proposal by APDC shall be deemed to be an acceptance of an offer that such acceptance will be binding upon both parties. APDC may also, at its sole discretion, have discussions with those vendors that it deems in its sole discretion to fall within a competitive range. APDC may enter negotiations separately with such vendors. All contracts are subject to the approval by the Albany District Port Commission Board.

12 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

VIII. APDC MWBE/SDVOB PARTICIPATION GOALS:

Non-discrimination and Contractor and Supplier Diversity:

Pursuant to New York State Executive Law Article 15-A, APDC recognizes its obligation under the law to promote opportunities for maximum feasible participation of certified minority- and women-owned businesses (MWBEs) in the performance of APDC contracts. For purposes of this Contract, however, MWBE goals for participation will not be established due to the unavailability of opportunities for MWBEs in the performance of this Contract.

IX. Term:

The contract period shall be from the date of award until project completion.

X. INDEMNIFICATION:

The successful proposer shall defend, indemnify, and save harmless the APDC, its employees and agents, from and against all claims, damages, losses, expenses (including without limitations, reasonable attorneys’ fees) arising out of, or in consequence of, any negligent or intentional act or omission of the successful proposer, it’s employees or agents, to the extent of its or their responsibility for such claims, damages, losses, and expenses.

XI. INSURANCE:

This contract shall be void and of no effect unless the Contractor secures and delivers a certification of insurance dated within ten (10) days of the date of the signing of the contract, and Contractor shall maintain such insurance policies as will protect themselves, their subcontractors and, unless specified otherwise, the APDC (the owner), including their agents, servants and employees and the Engineer as additional named insured, from any and all claims for Bodily Injuries, Death or Property Damage which may arise from operations under this contract whether such operations be by himself/herself or by any subcontractor or anyone employed by him/her directly or indirectly, or any other party who may be injured, claim injuries or die. All policies shall name the Albany Port District Commission as an additional insured on a primary and non-contributory basis.

The following insurance policies are required:

(1) Statutory Worker’s Compensation

(2) Public Liability

A. Property Damage- Each occurrence $1,000,000, Aggregate $1,000,000

B. Automotive Liability-

Bodily Injury- Each person $1,000,000, Each accident $1,000,000

13 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

Property Damage- Each accident $ 500,000

Such policies to insure:

a) Contractor’s Public Liability & Property Damage, including explosion, collapse, and underground hazards.

b) Contractors Protective Liability & Property Damage.

c) Completed Operations Liability & Property Damage.

d) Contractual Public Liability & Property Damage.

e) Automobile Public Liability & Property Damage insuring all owned and non-owned automotive vehicles and equipment.

(3) Owners Protective Liability & Property Damage - The Contractor shall take out and furnish to the owner and maintain and pay for during the life of this contract, complete Owner’s Protective Liability Insurance and shall provide certificates of insurance dated within ten (10) days of the signing of the contract, protecting the Owner, its agents, servants and employees and the Engineer as additional named insured, from any and all claims for personal injury, death or property damage arising out of the operations of the Contractor and his/her subcontractor on this job. The limits of liability shall be the same as specified under (2) above for the Contractor’s Public Liability and Property Damage Insurance.

(4) The original Owner’s Protective Liability insurance policy and certificates and/or copies of policies of such insurance specified above shall be furnished to the Owner prior to commencement of the work. All policies shall be secured from a company or companies which are satisfactory to the Owner and licensed to issue such policies in the State of New York. All policies and certificates shall contain an unequivocal statement that not less than thirty (30) days written Notice of Cancellation of any insurance shall be given to the Owner.

Please note: no work shall be commenced under the contract until the successful proposer has delivered to ACDC proof of insurance of all policies of insurance required by the contract to be procured by the successful proposer.

XII. Statement of Non-Investment in the Iranian Energy Sector

Public Authorities Law § 2879-c. a person engages in investment activities in Iran if: a. The person provides goods or services of twenty million dollars or more in the energy sector of Iran, including a person that provides oil or liquefied natural gas tankers, or products used to construct or maintain pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran; or b. The person is a financial institution that extends twenty million dollars or more in credit to another person, for forty-five days or more, if that person will use the credit to provide goods or services in the energy sector in Iran. 3. Notwithstanding any other provision of this chapter or any other law to the contrary, no state or local public authority or an interstate or international authority, or subsidiary thereof, shall enter into any contract for work or services performed or to be performed or goods sold or to be sold, with a person that is identified on a list created pursuant to paragraph (b) of subdivision three of section one

14 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

hundred sixty-five-a of the state finance law as a person engaging in investment activities in Iran as described in subdivision two of this section. 4. Notwithstanding any other provision of this chapter or any other law to the contrary, every contract entered with a state or local public authority or an interstate or international authority for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed by and affirmed by the person entering the contract as true under the penalties of perjury: a. "By signing this contract, each person and each person signing on behalf of any other party certifies, and in the case of a joint bid or partnership each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each person is not on the list created pursuant to paragraph (b) of subdivision 3 of section 165-a of the state finance law." b. Notwithstanding paragraph a of this subdivision, the statement of non-investment in the Iranian energy sector may be submitted electronically. c. A contract shall not be considered nor shall any contract be entered where the condition set forth in paragraph a of this subdivision has not been complied with; provided, however, that if in any case the person cannot make the foregoing certification, the person shall so state and shall furnish with the contract a signed statement which sets forth in detail the reasons therefor. A public authority may award or enter a contract with a person who cannot make the certification pursuant to paragraph a of this subdivision on a case-by-case basis if: (1) The investment activities in Iran were made before the effective date of this section, the investment activities in Iran have not been expanded or renewed after the effective date of this section, and the person has adopted, publicized, and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or (2) The public authority makes a determination that the goods or services are necessary for the public authority to perform its functions and that, absent such an exemption, the public authority would be unable to obtain the goods or services for which the contract is offered. Such determination shall be made in writing and shall be a public document.

XIII. NON-DISCRIMINATION AND DIVERSITY STATEMENT

Pursuant to Federal laws and regulations, the New York State Executive Law Article 15-A, Article III Omnibus Human Rights Law, and Section 220-E of the NYS Labor Law, the APDC recognizes its obligation under the law to prevent discrimination on the grounds of race, sex, creed, color, religion, national origin, sexual orientation, gender, age, disability, marital or domestic partner, or English proficiency and to promote opportunities for maximum feasible participation of certified minority-and women-owned business enterprises and the employment of minority group members and women in the performance of APDC contracts.

In furtherance of these rules and principles, the APDC highly encourages the participation of certified minority-, women–owned business enterprises (“MWBE”), and Service-Disabled Veterans (SDVOB) at the APDC goal levels and the employment of minority groups’ members and women in the performance of its contracts. The APDC hereby notifies all Consultants submitting a proposal that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, sex, creed, color, religion, national origin, sexual orientation, gender, age, disability, marital or domestic partner, or English proficiency in consideration for award.

15 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

Further, by submission of a bid in response to this Bid request, 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 its knowledge and belief that:

“The respondent/contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, sex, creed, color, religion, national origin, sexual orientation, gender, age, disability, marital or domestic partner, or English proficiency in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The respondent/contractor will not participate directly or indirectly in the discrimination prohibited by the federal, state, and local laws and regulations, including employment practices. In all solicitations, either by competitive bidding, or negotiation made by the respondent/contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the respondent/contractor of the respondent/contractor’s obligations under this Statement and the federal, state and local laws and regulations relative to Non-discrimination on the grounds of race, sex, creed, color, religion, national origin, sexual orientation, gender, age, disability, marital or domestic partner, or English proficiency.”

16 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

BIDDER QUESTIONNAIRE

1. Are you a New York State resident business? Yes ___ No___

2. Total number of people employed by your firm? ___________

3. Total number of people employed by your firm in New York State? ___________

4. Is your company independently owned and operated? Yes ___ No___

5. Is your firm at least 51% owned and controlled by women, or 51% owned

and controlled by minority group members, i.e., Black, Hispanic, Asian, Pacific Islander,

American Indian, and Alaskan Native?

If yes, ___________Minority Owned ____________ Women Owned

If yes, have you been certified or registered? ________ Yes ________ No

If yes, List certificate or registration authority:

Yes _______ No _______

6. Within the past five years has your firm, any affiliate, any predecessor company or entity, owner,

director, officer, partner, or proprietor been the subject of:

(Check any that apply. If “Yes”, describe using additional pages.)

a. An indictment, judgment, conviction, or a grant of immunity, including pending actions, for any business- related conduct constituting a crime under local, state, or federal law?

Yes ______ No ______

b. A federal, state, or local government suspension or debarment, rejection of any bid or disapproval of any bid or disapproval of any proposed subcontract, including pending actions, for lack of responsibility, denial, or revocation, of pre-qualification or a voluntary exclusion agreement?

Yes __ No____

c. Any federal or state determination of a violation of any public works law or regulation, or labor law or regulation, or any OSHA violation deemed “serious or willful”?

Yes _____

No ______

d. A consent order with NYS Department of Environmental Conservation, or a federal or state enforcement determination involving a violation of federal or state environmental laws?

Yes ______

No ______

17 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

7.Is your firm owned by a service-disabled veteran?

If yes, have you been certified or registered? ________ Yes ________ No

If yes, List certificate or registration authority:

Yes ______

No ______

_____________________________

BIDDER’S SIGNATURE

_____________________________

DATED

___________________________ _________________________________________

PRINT NAME TITLE

_________________________________________

ADDRESS

______________________ _________________

CITY STATE/ZIP

____________________________________ TELEPHONE NUMBER

____________________________________ FEDERAL ID NUMBER

18 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

CORPORATE, PARTNERSHIP OR INDIVIDUAL ACKNOWLEDGMENT

STATE OF )

) SS;

COUNTY OF )

On the _______ day of ______________ in the year 20 ___ , before me personally appeared: ____________________________________, known to me to be the person who executed the foregoing instrument, who, being duly sworn by me did depose and say that __ he resides at _______________________________________, City/Town of __________________________, County of ___________, State of _________________; and further that:

(Check One)

(If an individual): __ he executed the foregoing instrument in His/her name and on his/her behalf.

(If a corporation): ___ he is the _______________ of ____________________, the corporation described in said instrument; that, by authority of the Board of Directors of said corporation, __ he is authorized to execute the foregoing instrument on behalf of the corporation for purpose set forth therein; and that, pursuant to that authority, __ he executed the foregoing instrument in the name of and on behalf of said corporation as the act and deed of said corporation.

(If a partnership): __ he is the _________________ of ______________________, the corporation described in said instrument; that, by the terms of said partnership, __ he is authorized to execute the foregoing instrument on behalf of the partnership for the purpose set forth therein; and that, pursuant to that authority, __ he executed the foregoing instrument in the name and on behalf of said partnership as the act and deed of said partnership.

Notary Public

19 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

Exhibit 1

Offeror affirms that it understands and agrees to comply with the procedures of the APDC relative to permissible Contacts as required by State Finance Law §139-j (3) and §139-j(6)(b).

By: ___________________________________ Date: ____________________

Name: ________________________________

Title: _________________________________

Offeror/Bidder Name: _______________________________________________________

Offeror/Bidder Address: _____________________________________________________

20 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

Exhibit 2

Offeror Disclosure of Prior Non-Responsibility Determinations

Name of Individual or Entity Seeking to Enter into the Procurement Contract: _______________________________________________________________________

Address: _______________________________________________________________

Name and Title of Person Submitting this Form: ________________________________

Contract Procurement Number: _____________________________________________

Date: ________________________

7. Has any Governmental Entity made a finding of non-responsibility regarding the individual or entity seeking to enter into the Procurement Contract in the previous four years? (Please circle):

No Yes

If yes, please answer the next questions:

8. Was the basis for the finding of non-responsibility due to a violation of State Finance Law §139-j (Please circle):

No Yes

9. Was the basis for the finding of non-responsibility due to the intentional provision of false or incomplete information to a Governmental Entity? (Please circle):

No Yes

21 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

4. If you answered yes to any of the above questions, please provide details regarding the finding of non-responsibility below.

Governmental Entity: ___________________________________________________________

Date of Finding of Non-responsibility: ______________________________________________

Basis of Finding of Non-Responsibility: _____________________________________________

(Add additional pages as necessary)

5. Has any Governmental Entity or other governmental agency terminated or withheld a Procurement Contract with the above-named individual or entity due to the intentional provision of false or incomplete information? (Please circle):

No Yes

10. If yes, please provide details below.

Governmental Entity: ______________________________________________

Date of Termination or Withholding of Contract: _______________________________________

Basis of Termination or Withholding: ____________________________________________

22 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

(Add additional pages as necessary)

Offeror certifies that all information provided to the Governmental Entity with respect to State Finance Law §139-k is complete, true, and accurate.

By: Date:

Signature

Name:

Title:

23 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

Exhibit 3

Offeror Certification:

I certify that all information provided to the APDC with respect to State Finance Law §139-k is complete,

true, and accurate.

By: ___________________________________ Date: ____________________

Name: ________________________________

Title: _________________________________

Offeror/Bidder Name: _______________________________________________________________

Offeror/Bidder Address: _____________________________________________________________

_______________________________________ _______________________________________

24 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

Exhibit 4

NON-COLLUSIVE BIDDING CERTIFICATION

(Reference: Public Authorities Law Section 2878)

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

1. The prices and terms 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 price and term which have been quoted in this bid have not been knowing disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly, or indirectly, to any other bidder or to any competitor; and

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

Signature: ________________________ Date: _______________

Title: ________________________

25 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

Exhibit 5

ALBANY PORT DISTRICT COMMISSION

COST PROPOSAL FORM

TITLE: 2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

PART ONE HYSTER REPAIRS: (2) TWO HYSTER FORKLIFTS NEEDING CAGE REPLACEMENTS. TOWING IS NOT NEEDED AS REPAIR CAN BE PERFORMED AT APDC HEADQUARTERS/ REPAIR SHOP. PLEASE NOTE: PRICING SHALL INCLUDE THE FOLLOWING: PARTS, LABOR, EQUIPMENT, TRAVEL, AND ANY OTHER COSTS.

PRICE TO REPAIR (2) TWO HYSTER FORKLIFTS: ________________________________________________________

PRICE WRITTEN IN WORDS________________________________________________________________________

PART TWO TAYLOR REPAIR: TAYLOR FORKLIFT NEEDING TRANSMISSION ALONG WITH TORQUE CONVERTER. TOWING IS NEEDED FOR THIS REPAIR, THEREFORE, PLEASE BE SURE TO INCLUDE APPLICABLE TOWING FEES WITHIN THE PRICE FOR REPAIR. PLEASE NOTE: PRICING SHALL INCLUDE THE FOLLOWING: PARTS, LABOR, TOWING FEES TO AND FROM THE APDC, EQUIPMENT, TRAVEL, AND ANY OTHER COSTS.

PRICE TO REPAIR (1) ONE TAYLOR FORKLIFT (TOWING FEES INCLUDED IN PRICE) $___________________________

PRICE WRITTEN IN WORDS________________________________________________________________________

NAME OF TOWING COMPANY_____________________________________________________________________

COMPANY: ____________________________________________________________________________________

ADDRESS: _____________________________________________________________________________________

CITY, STATE, ZIP: ________________________________________________________________________________

TELEPHONE NO.: _______________________________________________________________________________

REPRESENTATIVE: ______________________________________________________________________________

EMAIL: _______________________________________________________________________________________

SIGNATURE AND TITLE: __________________________________________________________________________

DATE: ________________________________________________________________________________________

26 | P a g e

RFP #2021-05 HYSTER & TAYLOR FORKLIFT REPAIRS

PLEASE UTILIZE THIS SECTION TO NOTE ANY ASPECTS OF THIS SPECIFICATION THAT YOU WOULD NOT BE ABLE TO COMPLY WITH, DEVIATIONS FROM THE SPECIFICATION, OPTIONAL SERVICES AND/ OR ANY AREAS WORTH MENTIONING: