5/23/07 N.Y. St. Reg. Advertisements for Bidders/Contractors

NY-ADR

5/23/07 N.Y. St. Reg. Advertisements for Bidders/Contractors
NEW YORK STATE REGISTER
VOLUME XXIX, ISSUE 21
May 23, 2007
ADVERTISEMENTS FOR BIDDERS/CONTRACTORS
 
NOTICE TO BIDDERS
Office of General Services Procurement Services Group Corning Tower, 37th Fl. Empire State Plaza Albany, NY
The following advance bid opening dates have been scheduled by the Procurement Services Group. The following listing is for information purposes only. Interested companies are encouraged to register for online notification of OGS bid opportunities by contacting http://www.ogs.state.ny.us/ovr.
May 23—Fresh bread, rolls and related products (western region), 11:00 a.m.
May 23—Liquid bituminous materials — surface treatment (specific projects — DOT Region 6), 11:00 a.m.
Additional bid openings for the remainder of May will be scheduled necessarily following the date of this publication.
The right is reserved to make any additional change in dates and to schedule additional bid openings at any time without publication.
SEALED BIDS
RENOVATE WARDS E1-D1 Rochester Psychiatric Center Rochester, Monroe County
SEALED bids for Project No(s). Q1152-C, Q1152-E, comprising separate contracts for Construction and Electrical Work, Renovate Wards E1-D1, Bldg. No. 60, Rochester Psychiatric Center, 1111 Elmwood Ave., Rochester, NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Office of Mental Health, until 2:00 p.m. on Wednesday, June 6, 2007 when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $2,600 for C, and $3,700 for E.
All successful bidders on a multiple trade project or the successful bidder with a bid over $200,000 on a single trade project, will be required to furnish a performance bond and a labor and material bond in the statutory form of public bonds required by sections 136 and 137 of the State Finance Law, each for 100 percent of the amount of the contract estimated to be between $25,000 and $50,000 for C, and between $25,000 and $50,000 for E. The requirement for labor and material and performance bonds may be waived on a bid under $200,000 on a single trade project.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
The completion date for this project is 150 days after the agreement is approved by the Comptroller.
The only time prospective bidders will be allowed to visit the job site to take field measurements and examine existing conditions of the project area will be at 10:00 a.m. on May 29, 2007 at Rochester Psychiatric Center Work Control Center, 1111 Elmwood Ave., Rochester, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions, and security provisions will apply and all vehicles will be subject to search.
For assistance pertaining to the site visit only, please phone Christine Karr (585) 427-7430.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8 deposit per set, plus $2 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
REPLACE SIDEWALK Hudson Correctional Facility Hudson, Columbia County
SEALED bids for Project No(s). Q1247-C, Construction Work, Replace Sidewalk, Worth Ave., Hudson Correctional Facility, East Court St., Hudson, NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Department of Correctional Services, until 2:00 p.m. on Wednesday, June 13, 2007, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $11,400.
The value of the contract is estimated to be between $100,000 and $250,000.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
The completion date for this project is 180 days after the agreement is approved by the Comptroller.
The only time prospective bidders will be allowed to visit the job site to take field measurements and examine existing conditions of the project area will be at 10:00 a.m. on June 5, 2007 at the OGS D&C construction trailer opposite the main gate, Hudson Correctional Facility, East Court St., Hudson, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions, and security provisions will apply and all vehicles will be subject to search.
Phone the office of Joan Raymondo, (845) 895-3170, a minimum of 72 hours in advance of the date to provide the names of those who will attend the pre-bid site visit.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8 deposit per set, plus $2 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
PROVIDE FIRE ALARM SYSTEM Clinton Correctional Facility Dannemora, Clinton County
SEALED bids for Project No(s). 41525E, Electrical Work, Provide Fire Alarm System, Various Bldgs., Clinton Correctional Facility, Rte. 374, Cook St., Dannemora, NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Department of Correctional Services, until 2:00 p.m. on Wednesday, June 6, 2007, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $16,400.
All successful bidders on a multiple trade project or the successful bidder with a bid over $200,000 on a single trade project, will be required to furnish a performance bond and a labor and material bond in the statutory form of public bonds required by sections 136 and 137 of the State Finance Law, each for 100 percent of the amount of the contract estimated to be between $100,000 and $250,000. The requirement for labor and material and performance bonds may be waived on a bid under $200,000 on a single trade project.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
The completion date for this project is 330 days after the agreement is approved by the Comptroller.
The only time prospective bidders will be allowed to visit the job site to take field measurements and examine existing conditions of the project area will be at 10:00 a.m. on May 30, 2007 at the OGS field office, Clinton Correctional Facility, Rte. 374, Cook St., Dannemora, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions, and security provisions will apply and all vehicles will be subject to search.
Phone the office of Bruce Daley, (518) 492-2200 a minimum of 72 hours in advance of the date to provide the names of those who will attend the pre-bid site visit.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8 deposit per set, plus $2 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
ABATE SMALL NONCOMPLIANT WASTE TIRE SITES Various Department of Environmental Conservation Locations, Various Counties
SEALED bids for Project No(s). 42802-C, Construction Work, Abatement of Small Noncompliant Waste Tire Sites, East Region, Various Department of Environmental Conservation Locations, (Franklin, Clinton, Essex, Hamilton, Warren, Washington, Fulton, Saratoga, Montgomery, Schenectady, Otsego, Schoharie, Albany, Rensselaer, Delaware, Greene, Columbia, Sullivan, Ulster, Dutchess, Orange and Putnam Counties), NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Department of Environmental Conservation until 2:00 p.m. on Wednesday, May 30, 2007, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $85,900.
All successful bidders on a multiple trade project or the successful bidder with a bid over $200,000 on a single trade project, will be required to furnish a performance bond and a labor and material bond in the statutory form of public bonds required by sections 136 and 137 of the State Finance Law, each for 100 percent of the amount of the contract estimated to be between $3,000,000 and $4,000,000. The requirement for labor and material and performance bonds may be waived on a bid under $200,000 on a single trade project.
The completion date for this project is 720 days after the agreement is approved by the Comptroller.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8.00 deposit per set, plus $2.00 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
PROVIDE WATER AND SANITARY LINES Region 2 Old Forge RF, Old Forge, Herkimer County
SEALED bids for Project No(s). 42956-C, Construction Work, Provide Water and Sanitary Lines, Maintenance Subheadquarters, Region 2 Old Forge RF, 3471 State Rte. 28, Old Forge, NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Department of Transportation, until 2:00 p.m. on Wednesday, June 6, 2007, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $14,000.
The value of the contract is estimated to be between $100,000 and $250,000.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
The completion date for this project is 90 days after the agreement is approved by the Comptroller.
The only time prospective bidders will be allowed to visit the job site to take field measurements and examine existing conditions of the project area will be at 9:00 a.m. on May 24, 2007 at Old Forge Department of Transportation salt structure, 2471 State Rte. 28, Old Forge, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions, and security provisions will apply and all vehicles will be subject to search.
For assistance pertaining to the site visit only, please phone Tim McDonald (315) 736-5770 ext. 29.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8 deposit per set, plus $2 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
REPAIR WATER AND SEWER SYSTEMS Highland Residential Center Highland, Ulster County
SEALED bids for Project No(s). 42968-C, Construction Work, Repair Water and Sewer Systems, Highland Residential Center, N. Chodikee Lake Rd., Highland, NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Department of Children and Family Services, until 2:00 p.m. on Wednesday, May 30, 2007, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $80,700.
All successful bidders on a multiple trade project or the successful bidder with a bid over $200,000 on a single trade project, will be required to furnish a performance bond and a labor and material bond in the statutory form of public bonds required by sections 136 and 137 of the State Finance Law, each for 100 percent of the amount of the contract estimated to be between $2,000,000 and $3,000,000. The requirement for labor and material and performance bonds may be waived on a bid under $200,000 on a single trade project.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
The completion date for this project is 400 days after the agreement is approved by the Comptroller.
The only time prospective bidders will be allowed to visit the job site to take field measurements and examine existing conditions of the project area will be at 9 a.m. on May 22, 2007 at the Highland Residential Center, OGS/D&C field office trailer, N. Chodikee Lake Rd., Highland, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions, and security provisions will apply and all vehicles will be subject to search.
For assistance pertaining to the site visit only, please phone Joan Raymondo (845) 895-3170.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8 deposit per set, plus $2 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
PROVIDE PIPE CAPS Greater Binghamton Health Center Binghamton, Broome County
SEALED bids for Project No(s). 43219-P, Plumbing Work, Provide Pipe Caps on Domestic Water Piping, Bldg. No. 75, Greater Binghamton Health Center, 425 Robinson St., Binghamton, NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Office of Mental Health, until 2:00 p.m. on Wednesday, June 6, 2007, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $8,800.
The value of the contract is estimated to be between $100,000 and $250,000.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
The completion date for this project is 180 days after the agreement is approved by the Comptroller.
The only time prospective bidders will be allowed to visit the job site to take field measurements and examine existing conditions of the project area will be at 10:00 a.m. on May 29, 2007 at Greater Binghamton Correctional Facility, 425 Robinson St., Binghamton, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions, and security provisions will apply and all vehicles will be subject to search.
For assistance pertaining to the site visit only, please phone Philip Mauro (607) 765-0428.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8 deposit per set, plus $2 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
REPLACE ROOFS Region 2 Johnstown Johnstown, Fulton County
SEALED bids for Project No(s). 43236-C for Construction Work, Replace Roofs A & B, Region 2 Johnstown, Pennsylvania Ave., Johnstown, NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Department of Transportation, until 2:00 p.m. on Wednesday, June 6, 2007, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $12,400.
The value of the contract is estimated to be between $100,000 and $250,000.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
The completion date for this project is 152 days after the agreement is approved by the Comptroller.
The only time prospective bidders will be allowed to visit the job site to take field measurements and examine existing conditions of the project area will be at 9 a.m. on June 1, 2007 at Region 2 Johnstown, 15 Pennsylvania Ave., Johnstown, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions, and security provisions will apply and all vehicles will be subject to search.
For assistance pertaining to the site visit only, please phone Tony Chiffolo at (518) 337-0351.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8 deposit per set, plus $2 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
ABATE SMALL NONCOMPLIANT WASTE TIRE SITES Various Department of Environmental Conservation Locations, Various Counties
SEALED bids for Project No(s). 43413-C, Construction Work, Abatement of Small Noncompliant Waste Tire Sites, Central Region, Various Department of Environmental Conservation Locations, (St. Lawrence, Jefferson, Lewis, Herkimer, Oneida, Oswego, Madison, Chenango, Broome, Cortland, Onondaga, Cayuga, Tompkins, Tioga, Chemung, Schuyler, Seneca, Wayne, Ontario, Yates, Steuben, Livingston and Monroe Counties), NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Department of Environmental Conservation, until 2:00 p.m. on Wednesday, June 6, 2007, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $83,000.
All successful bidders on a multiple trade project or the successful bidder with a bid over $200,000 on a single trade project, will be required to furnish a performance bond and a labor and material bond in the statutory form of public bonds required by sections 136 and 137 of the State Finance Law, each for 100 percent of the amount of the contract estimated to be between $2,000,000 and $3,000,000. The requirement for labor and material and performance bonds may be waived on a bid under $200,000 on a single trade project.
The completion date for this project is 720 days after the agreement is approved by the Comptroller.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8 deposit per set, plus $2 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
ABATE SMALL NONCOMPLIANT WASTE TIRE SITES Various Department of Environmental Conservation Locations, Various Counties
SEALED bids for Project No(s). 43414-C, Construction Work, Abatement of Small Noncompliant Waste Tire Sites, West Region, Various Department of Environmental Conservation Locations, (Niagara, Orleans, Erie, Genesee, Wyoming, Chautauqua, Cattaraugus, and Allegany Counties), NY, will be received by the Office of General Services, Design and Construction Group, Division of Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on behalf of the Department of Environmental Conservation, until 2:00 p.m. on Wednesday, May 30, 2007, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the instructions to bidders and must be accompanied by a certified check, bank check or bid bond in the amount of $40,400.
All successful bidders on a multiple trade project or the successful bidder with a bid over $200,000 on a single trade project, will be required to furnish a performance bond and a labor and material bond in the statutory form of public bonds required by sections 136 and 137 of the State Finance Law, each for 100 percent of the amount of the contract estimated to be between $1,000,000 and $2,000,000. The requirement for labor and material and performance bonds may be waived on a bid under $200,000 on a single trade project.
The completion date for this project is 720 days after the agreement is approved by the Comptroller.
Pursuant to State Finance Law §§ 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A 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 OGS D&C and 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). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four year period, the bidder is debarred from obtaining governmental Procurement Contracts. Bidders responding to this Advertisement must familiarize themselves with the new Legislative and State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the bid form. Further information about these requirements can be found within the project manual or at http:// www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
It is the policy of the State and the Office of General Services to encourage minority business enterprise participation in this project by contractors, subcontractors and suppliers, and all bidders are expected to cooperate in implementing this policy.
The Office of General Services reserves the right to reject any or all bids.
The bidding and contract documents for this project are available on compact disc only, and may be obtained for $8 deposit per set, plus $2 per set shipping and handling fee, by calling the following toll free number (877) OGS-PLAN (647-7526) or by mail from the Plan Sales Unit, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242 (deposits less than $50 are nonrefundable). Make check payable to the Office of General Services and write Fed. ID # and phone # on check.
By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
End of Document