1.01 Scope of Work Contract shall be for snowplowing of the secured areas of the Frederick Douglass Greater Rochester International Airport (FDGRIA or Airport). Primary responsibility for such services shall be that of the Contractor under the general direction of an Airport Operations Manager, or his designee. Limited services will be provided by airport vehicles and equipment to augment the services of the Contractor. The decision to use airport vehicles and equipment will be solely at the decision of the Airport. Snow plowing will be done in the areas where aircraft are parked and moving to and from parking (gate) areas. Extreme caution is required. 1.02 Areas Snow removal areas shall include, but are not limited to, the following: A. North Ramp (Airfield side of the Terminal) including all aircraft parking gates and the North Ramp perimeter; B. East Side North Ramp; C. Center and West Ramps; D. Other associated areas, as directed by an Operations Supervisor. 1.03 Contractor Qualifications A. The bidder shall demonstrate sufficient experience in snow plowing and removal of snow for an airport, industrial, commercial, or government complex which includes large open areas. Residential or driveway plowing experience is not sufficient experience for the secure ramp areas of the Airport. B. Must be able to work in low visibility and adverse winter weather conditions. C. Must be able to provide a fully staffed 24-hour service during extended winter weather conditions. Contractor, employees and subcontractors must meet all Airport Security requirements, which include a ten (10) year criminal history record check. D. Equipment operators must attend the Airport Driver Training class before being allowed to drive on the Airfield. E. Each operator hired by the Contractor must have a valid New York State Class B Driver License, or better. Low bidder shall submit photocopies of operator driver licenses with bid proposal. F. Low bidder shall show proof of compliance with New York State Department of Transportation (DOT) drug testing requirements. 1.04 Equipment Requirements A. Bidders shall own or lease a fleet of equipment consisting of three (3) loaders equipped with push-plows, or County approved equivalent. Loaders shall be five (5) yard (50,000 Ibs.) loaders with thirty (30) foot push blades, or County approved equivalent. Bidders shall submit proof of equipment ownership or rental agreement(s)/firm price quotation(s) with bid proposal. The County shall determine if the equipment owned or leased by low bidder is sufficient to remove the snow in the secure area. Low bidder shall provide documentation of snow removal capacity for alternate loaders at time of equipment inspection. B. Loaders are to be stationed at the Airport from November 1 until April 15. All equipment shall be removed from Airport property by May 1 of each year. C. Loaders are to be equipped with amber beacons and work lights that meet Airport requirements. Equipment shall be in good mechanical condition. The Airport reserves the right to inspect Contractor’s equipment prior to bid award and before the beginning of each winter season. D. Loaders shall be equipped with two-way radios. The Lead loader shall be equipped with the Airport maintenance frequency (155.415). E. Contractor may be asked to provide additional loaders in severe weather situations.