Active SLED Opportunity · ALASKA · CITY & BOROUGH OF JUNEAU
AI Summary
Term contract opportunity for snow plowing, removal, sanding, and related winter maintenance services for the City and Borough of Juneau Police Department and facilities. Contract runs July 2026 to June 2027 with renewals. Services include emergency and regular calls, snow hauling, shoveling, and de-icing.
INTENT: This invitation to quote is intended to result in a term contract for snow plowing, removal, stacking, dumping, and sanding of the parking areas for the City and Borough of Juneau (City or CBJ) Juneau Police Department (JPD), located at 6255 Alaway Avenue, the CBJ Impound Facility, located at 2201 Lemon Creek Road and the haul road up to the Impound Facility. Snow shoveling and de-icing may be required. SUBMISSION INSTRUCTIONS: Timely responses are accepted via Electronic Submission at Public Purchase the CBJ’s eProcurement Provider, *Late responses will not be accepted. To respond complete the free online registration. Registration is a two-step process; Use the Public Purchase ‘Help’ Menu Tab, Register early - Registration may take up to 24-hours to complete. Vendors who successfully register may submit a response by doing the following: Access the solicitation online at Public Purchase and complete pricing for the line item listed, or download the provided PDF forms, fill out all fields and upload to Public Purchase. Do not submit more than one pricing schedule. Download the provided PDF Quote Schedule, References, and Signature Page, fill out all fields indicated, sign and upload to Public Purchase. Use only the documents provided. Acknowledge the General Terms & Conditions (ATTACHMENT A), and Insurance Requirements (ATTACHMENT B). Vendors must acknowledge, or acknowledge with exceptions. Exceptions may not qualify for award. CONTACT, QUESTIONS & ADDENDA: CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this solicitation. Submit any questions to purchasing@juneau.gov . You can also utilize the “Ask Questions” link available on Public Purchase CBJ’s eProcurement platform. No oral interpretations will be made. Submit all questions in writing, noting issuing buyer, solicitation number and title. Requests must be received a minimum of three (3) business days prior to the solicitation deadline. Any changes to CBJ issued documents will be in the form of an addendum to the solicitation, and will be issued as promptly as possible to all plan holders. All such addenda will become part of the solicitation. Review of General Terms & Conditions & Insurance: Attached to this solicitation are documents required for this project (ATTACHMENTS A, B). Vendors should carefully review all attachments. Awarded Vendor is expected to comply with these requirements. CONTRACT PERIOD: The contract will be in effect from July1, 2026 through June 30, 2027 with an automatic annual renewal period for three (3) additional years, with the final expiration date of June 30, 2030. Contractor may provide written notice to terminate the contract without penalty providing the notice is given sixty (60) days prior to the upcoming renewal period. CONTRACT PRICE:Contract prices are to remain firm for the duration of the contract period including any automatic annual renewal or hold over periods unless a price adjustment is requested and agreed upon. CONTRACT ADMINISTRATOR: The contract administrator for this contract will be Jessica Paskowski, Administrative Officer II, for JPD or upon notification, an alternative assigned designee. QUANTITIES: CBJ does not guarantee any maximum or minimum number of Regular or Emergency Service calls. Estimated quantities are for bidding purposes only. The actual contract price will depend on the number of Regular Service or Emergency calls required, which is contingent upon the weather. Service requests typically occur between October 15th through April 15th. Services will be provided on an as needed basis. ACCEPTANCE: CBJ reserves the right to determine suitability of services offered. All services performed are subject to approval by the JPD. Any services deemed unacceptable because of non-conformity of the terms and conditions or specifications of this contract, will be corrected immediately at the Contractor's sole risk and expense. REFERENCES: References may be a factor in determining the bidder’s ability to provide quality services for the City. When considering the bidder’s experience, the CBJ may request the Contractor to provide references from current customers. Failure of the bidder to produce acceptable references upon request may deem the services offered unacceptable and the bid non-responsive. PERMITS: The Contractor must comply with all applicable Federal, State, City laws which have a bearing on this contract and must have all licenses and permits required by the State and/or City for performance of this contract. AWARD: Award will be made by Total Quote to the lowest responsive, responsible bidder meeting all requirements. In the event the primary Contractor cannot meet their obligation, the City will contract with the next available Contractor and will hold the original Contractor responsible for any incidental and consequential damages incurred. SCOPE OF WORK: Provide equipment with operators, labor and materials to perform sanding, snow plowing, stacking, dumping or removal for the Juneau Police Department, the CBJ Impound Facility and the haul road to the CBJ Impound Facility. Attached site maps (EXHIBIT 1) indicate approximate areas to be plowed and sanded and approximate snow storage areas. Snow plowing, stacking, dumping or removal is to be done in a manner that will not obstruct any drains, sidewalks, adjacent streets, fences, etc. at any of the sites. Plowed snow will be stacked and or dumped in designated areas as directed by the JPD representative. BACKGROUND CHECKS: At the time of award, the Contractor will provide JPD with a list of all persons the Contractor intends to employ to perform services for the CBJ. The list must contain name, cell phone number, DOB, SSN and Driver’s License number for each individual who will be performing services. Only those persons who have cleared a background check will be authorized to perform work for the CBJ. The same information must be provided for any new employees or subcontractors for the duration of the contract prior to commencement of work. All background checks are conducted on an individual basis. JPD will simply provide the following results: “Cleared Background Check” or “Did Not Clear Background Check.” REGULAR SERVICE CALLS: All areas designated are to be automatically plowed when snow accumulation is a minimum of three (3) inches, along with sanding as necessary. All areas may require snow removal which will be done on an as needed basis. All work will be done when employee parking and traffic is at a minimum, generally between 7:00 p.m. and 6:00 a.m. unless otherwise directed. A Regular Service Call response time must be within three (3) hours unless otherwise mutually agreed upon by the Contractor and the JPD representative. EMERGENCY SERVICE CALLS: The Contractor will be available by phone 24 hours a day to be notified by the designated JPD representative that an emergency condition exists such as prolonged snow or ice storms. When notified that an emergency condition exists, the Contractor is to be on site within one (1) hour of the notification. Fee for availability for emergency service calls will be added to the appropriate line item, either plowing or sanding of the specified facility. SNOW HAULING: Snow removal will be done only after forty-eight (48) hour notification and discussion with the JPD Contract Administrator prior to the snow removal. Unit price will be based on one (1) 10 yard load per service call. SNOW SHOVELING AND DE-ICING: Contractor will provide snow shoveling and de-icing services for the sidewalks surrounding the JPD and areas within the impound lot to accommodate the removal of vehicles. Shoveling and de-icing will be billed on an hourly basis as needed when requested by JPD. DAMAGES: The Contractor will be responsible for any damages caused by snow plowing, stacking, dumping, removal and sanding operations. This includes, but is not limited to, damage to metal, wood or concrete posts, parking signs, fences, wires, pavement and vehicles. JPD will take annual fall photos or video of facility conditions prior to any snowfall, in order to document current conditions and if any damage has been caused by winter snow removal operations. SEE ATTACHED PDF DOCUMENTS FOR COMPLETE INFORMATION
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.