Similar Projects
Cooperative Pest Control Service
Term Contract
Post-Bid
NY

Pest Control Services
Term Contract
Post-Bid
NY

Job Order Contract - General Construction, Upstate
Renovation, Term Contract
Results
$12,750,000 to $17,250,000 est. value

ADA Accessibility Improvements Project, Various Locations
Term Contract
Results

Job Order Contracts Regions 1,2,3,4,8,9
Alteration
Post-Bid

Welding and Sandblasting Contractor
Term Contract
Results
Rochester, NY

Maintenance Services for Various Schools
Term Contract
Post-Bid
NY

Window Cleaning at Frederick Douglass Greater Rochester International Airport
Alteration
Results
Rochester, NY 14624

Pest Extermination and IPM Services
Term Contract
Post-Bid
Rochester, NY

Pest Control Services
Term Contract
Post-Bid

Soil Disposal for Four LNA Sites
Alteration
Post-Bid

Purchase of Refurbished Dispensers & Associated Parts for LNA Service Stations
Alteration
Post-Bid

Fire Suppression System Testing & Maintenance
Alteration
Post-Bid

Civil and Paving Multiple Award Construction Contract
Term Contract
Post-Bid
$500,000 CJ est. value
Jacksonville, NC 28547

Sign Faces, Custom Signs, Decals & Overlays For LNA Sites
Alteration
Post-Bid

Last Updated 08/26/2022 02:05 PM
Project Title

Roadway Snowplowing 2022-2023 Round 2

Physical Address View project details and contacts
City, State (County) Rochester, NY 14604   (Monroe County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

1. SCOPE It is the intention of the City of Rochester to enter into contracts with competent and responsive contractors for plowing City of Rochester's residential roadway routes in the manner described herein for a full snowplow season. The snowplow season per terms of this contract starts on October 15 and runs through the following April 15, unless extended by the City. 1.2 Contractors proposing their services under this contract must supply one (1) well-maintained truck with a City-approved Hydroturn plow, or a front end loader or articulated loader backhoe, in excellent operating condition that meets the equipment specification, plus an operator, for each route awarded (see Sections 6, 9 and 10). All equipment intended for use in snowplowing City streets will be subject to passing the Vehicle Inspection. The Vehicle Inspection will be scheduled by the Director of Operations in late October or early November. 1.3 FOR THIS BID, the successful bidders are expected to be able to provide the driver, insurance and equipment information specified herein to the Purchasing Agent within five (5) days of Notification of Award and then schedule a Vehicle Inspection with the Department of Environmental Services. If a bidder cannot make this time frame, the bidder must note when they can provide the information to qualify for the dry run inspection. The Vehicle Inspection will be at a time acceptable to the City. The City reserves the right to not accept any bid where the bidder's time frame is not acceptable to the City, regardless of the price offered. 1.4 Equipment Incentive Premium. The City is seeking to have as many of its routes plowed with four wheel drive front-end loaders or articulated four-wheel loader backhoes as possible. For that reason, the City will pay up to a 25% premium for a front end loader or articulated loader backhoe. 1.5 Overall, the plowing service can be described as follows: 1.5.1 The contractor will be paid the amount bid for each route, upon satisfactory completion of the route. To be considered completed, all streets shown on the maps must be plowed to the satisfaction of the City's route inspector. 1.5.2 The specific streets for each route are shown in Appendix "A" attached to these specifications. Each route requires the contractor to plow approximately six (6) centerline street miles. The City expects the contractor to follow the Street-By-Street Directions given for each route (Appendix A). The approximate distance in miles shown in the Street-By-Street Directions is the total estimated distance that will be driven in order to plow the six (6) centerline miles by following the City's Route Directions. The City reserves the right to increase, or decrease, the size of the route in centerline miles as shown on each map by up to five (5%) percent while still paying the price bid per route. 1.5.3 The City reserves the right to treat each route independently and to order service on one or more routes at any given time. 1.6 In consideration of the need to reserve equipment to meet the needs of this contract, the City will guarantee a minimum payment of $5,000 per route to the contractor during this contract if the contractor fully performs the services of this contract as specified herein to the satisfaction of the City. 1.7 Bidders should carefully review the Insurance Requirements of Section 14, and must certify on the Proposal that they have or can obtain the insurance specified. Successful bidder must submit all insurance endorsements (in addition to an Acord) as requested by the City. General Requirements - Bid Deposit Required - FOB Destination - Insurance Required Award Requirements - All or None Award - Reserve Rights to Award by Line Item Bonding Requirements - Bid Bond 1000 $ - Performance Bond 1000 $ Delivery Point FOB DESTINATION Purchase Type Duration: 1 year Option: WITH AN OPTION TO EXTEND Question Acceptance Deadline 08/25/2022 01:00 PM EDT

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents