4/16/08 N.Y. St. Reg. Advertisements for Bidders/Contractors

NY-ADR

4/16/08 N.Y. St. Reg. Advertisements for Bidders/Contractors
NEW YORK STATE REGISTER
VOLUME XXX, ISSUE 16
April 16, 2008
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 date has 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.
April 17—Hydraulic oil, high performance, returnable drums, 11:00 a.m.
Additional bid openings for the remainder of April 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
REPLACE SPRINKLER SYSTEMS Collins Correctional Facility, Collins, Erie County
SEALED bids for Project No(s). M2732-P, Plumbing Work, Replace Sprinkler Systems, Bldg. Nos. 2, 3, 5, 6 and 7, Collins Correctional Facility, Taylor Hollow Rd., Rte. 62, Collins, 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, April 23, 2008, 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 $12,800.
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.
As a condition of award, within 48 hours of receipt of the proposed contract agreement from the State, the low bidder shall return the contract agreement to the State, properly executed, along with the bonds if required by said agreement. Low bidders who cannot meet these provisions may be subject to disqualification and forfeiture of the bid security.
The State intends to expedite award of this contract and the contractor shall be prepared to proceed with the work accordingly. Bidders are warned that time is of the essence of the contract and completion of the work must be within 180 days after the agreement is approved by the Comptroller. Due to the tightness of the construction schedule, bidders should consider the necessity for an increased work force and shift operations.
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 April 15, 2008 at the OGS Field Office, 14312 Taylor Hollow Rd., Gowanda, 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 Kim Himes, (716) 532-5151, 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
REHABILITATE WATER TANK Southport Correctional Facility Pine City, Chemung County
SEALED bids for Project No(s). Q1226-C, Construction Work, Rehabilitate 750,000-Gallon Tower Water Tank, Southport Correctional Facility, 236 Bob Masia Dr., Pine City, 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, April 23, 2008, 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 $25,000.
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 $250,000 and $500,000. 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 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 April 10, 2008 at Southport Correctional Facility, 236 Bob Masia Dr., Pine City, 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 Brandy Moss, (607) 734-0592, 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 VOICE OVER IP SYSTEM Industry Limited Secure Center Rush, Monroe County
SEALED bids for Project No(s). Q1287-E, Electrical Work, Provide Voice Over IP System, Industry Limited Secure Center, 375 Rush-Scottsville Rd., Rush, 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 Children and Family Services, until 2:00 p.m. on Wednesday, April 30, 2008, 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 $27,500.
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 $500,000 and $1,000,000. 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 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 April 15, 2008 at Bldg. 1, Industry Limited Secure Center, 375 Rush-Scottsville Rd., Rush, 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 Mick Piechuta (585) 533-2674.
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 ENVELOPES State Armory, Troy, Rensselaer County
SEALED bids for Project No(s). Q1300-C, Construction Work, Miscellaneous Envelope Repairs, State Armory, 99 S. Lake Ave., Troy, 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 Division of Military and Naval Affairs, until 2:00 p.m. on Wednesday, April 23, 2008, 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 $20,400.
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 $250,000 and $500,000. 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.
As a condition of award, within 48 hours of receipt of the proposed contract agreement from the State, the low bidder shall return the contract agreement to the State, properly executed, along with the bonds if required by said agreement. Low bidders who cannot meet these provisions may be subject to disqualification and forfeiture of the bid security.
The State intends to expedite award of this contract and the contractor shall be prepared to proceed with the work accordingly. Bidders are warned that time is of the essence of the contract and completion of the work must be within 181 days after the agreement is approved by the Comptroller. Due to the tightness of the construction schedule, bidders should consider the necessity for an increased work force and shift operations.
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 2:00 p.m. on April 11, 2008 at the State Armory, 99 S. Lake Ave., Troy, 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 Robert Kisselback, (518) 286-2241, a minimum of 24 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
REPLACE CONTROLS AND CONDITIONER Cook Chill Production Center Orangeburg, Rockland County
SEALED bids for Project No(s). Q1327-H, HVAC Work, Replace Controls and Conditioner, Bldg. No. 144, Cook Chill Production Center, 145 Old Orangeburg Rd., Orangeburg, 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, April 30, 2008, 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 $11,100.
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.
As a condition of award, within 48 hours of receipt of the proposed contract agreement from the State, the low bidder shall return the contract agreement to the State, properly executed, along with the bonds if required by said agreement. Low bidders who cannot meet these provisions may be subject to disqualification and forfeiture of the bid security.
The State intends to expedite award of this contract and the contractor shall be prepared to proceed with the work accordingly. Bidders are warned that time is of the essence of the contract and completion of the work must be within 120 days after the agreement is approved by the Comptroller. Due to the tightness of the construction schedule, bidders should consider the necessity for an increased work force and shift operations.
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 April 17, 2008. Meet at the OGS D&C Regional Office Trailer, Rockland State Hospital- behind Power House, off Third Ave., Orangeburg, 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 Kim Williams (845) 365-0730 ext. 101.
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 WINDOWS Greene Correctional Facility Coxsackie, Greene County
SEALED bids for Project No(s). Q1329-C, Construction Work, Replace Windows, Bldgs. C and D, Greene Correctional Facility, County Rte. 9, Coxsackie, 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, April 23, 2008, 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 $38,000.
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 $500,000 and $1,000,000. 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 300 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 April 11, 2008. Meet at the OGS D&C Field Office off Rte. 9W, left off the entrance road in parking lot, Coxsackie, 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 Rick Christensen or Jeannette Duncan, (518) 731-8290, 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 LOCKER ROOM ADDITION Department of Transportation Region 5 Depew, Erie County
SEALED bids for Project No(s). 40660-C, 40660-H, 40660-P, 40660-E, comprising separate contracts for Construction, HVAC, Plumbing and Electrical Work, Provide Locker Room Addition, Maintenance Headquarters, Department of Transportation Region 5, 111 Indian Rd., Depew, 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, April 30, 2008, 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 $22,700 for C, $11,600 for H, $2,600 for P and $2,100 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 $250,000 and $500,000 for C, between $100,000 and $250,000 for H, between $25,000 and $50,000 for P 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 240 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 April 17, 2008 at 111 Indian Rd., Depew, 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 Rachel Beason (716) 674-0409.
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
REHABILITATE ELEVATORS Gowanda Correctional Facility Gowanda, Erie County
SEALED bids for Project No(s).42655-C, 42655-H, 42655-P, 42655-E, 42655-U, comprising separate contracts for Construction, HVAC, Plumbing, Electrical and Elevator Work, Rehabilitate Elevators, Bldg. No. 86, Gowanda Correctional Facility, South Rd., Gowanda 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, April 23, 2008, 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 $5,300 for C, $6,200 for H, $5,400 for P, $20,000 for E and $37,400 for U.
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 $50,000 and $100,000 for C, between $50,000 and $100,000 for H, between $50,000 and $100,000 for P, between $250,000 and $500,000 for E and between $1,000,000 and $2,000,000 for U. 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 1:00 p.m. on April 11, 2008 at the OGS Gowanda Field Office, 14312 Taylor Hollow Rd., Gowanda, 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 Kim Himes, (716) 532-5151, 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 PERIMETER FENCE AND SECURITY SYSTEMS MODIFICATIONS Otisville Correctional Facility Otisville, Orange County
SEALED bids for Project No(s). 42777-E, Electrical Work, Provide Perimeter Fence and Security Systems Modifications, Otisville Correctional Facility, 57 Sanatorium Ave., Otisville, 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, April 23, 2008, 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 $52,500.
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.
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 360 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 April 10, 2008. Meet at the OGS D&C Field Office, front gate near sewage treatment plant, Otisville, 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 Donna Decker, (845) 386-4020 or (917) 576-5218, 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
REHABILITATE BATHROOMS AND DORMITORIES Washington Correctional Facility Comstock, Washington County
SEALED bids for Project No(s). 42865-C, 42865-H, 42865-P, 42865-E, comprising separate contracts for Construction, HVAC, Plumbing and Electrical Work, Rehabilitate Bathrooms and Dormitories, Main Campus, Bldg. Nos. 3, 4, 5, 6, 7, 20 and 21, H Block Bldg. Nos. 139 and 140, Washington Correctional Facility, 72 Lock 11 Lane, Comstock, 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, April 30, 2008, 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 $30,600 for C, $20,500 for H, $24,400 for P, and $11,400 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 $500,000 and $1,000,000 for C, between $250,000 and $500,000 for H, between $500,000 and $1,000,000 for P, and between $100,000 and $250,000 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 350 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 April 17, 2008 at the Administration Bldg. 1, Washington Correctional Facility, 72 Lock 11 Lane, Comstock, 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 Bob Bowman, (518) 639-4013, 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 SECURITY IMPROVEMENTS Allen Campus, South Kortright Delaware County
SEALED bids for Project No(s).42880-E, Electrical Work, Provide Security Improvements, Allen Campus, State Rte. 10, South Kortright, 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 Children and Family Services, until 2:00 p.m. on Wednesday, April 30, 2008, 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 $22,100.
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 $250,000 and $500,000. 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 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 April 17, 2008 at the OGS BSOB Field Office, State Rte. 10, South Kortright, 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 Luanne Vaughn (607) 721-8716.
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
REHABILITATE RESTROOMS State Capitol Albany, Albany County
SEALED bids for Project No(s). 43260-C, 43260-H, 43260-P, 43260-E, comprising separate contracts for Construction, HVAC, Plumbing and Electrical Work, Rehabilitate Restrooms, 3rd Fl., East Side, New York State Capitol, Albany, 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 General Services, until 2:00 p.m. on Wednesday, May 7, 2008, 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 $21,100 for C, $4,300 for H, $8,300 for P, and $2,900 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 $250,000 and $500,000 for C, between $25,000 and $50,000 for H, between $50,000 and $100,000 for P, 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 365 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 10:30 a.m. on April 9, 2008 at the Office of the Engineer in Charge at the New York State Capitol, 5th Fl., Rm. 546, Albany, 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 Rich Hynes (518) 474-5767.
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 AIR CONDITIONING SYSTEMS Hudson River Psychiatric Center Poughkeepsie, Dutchess County
SEALED bids for Project No(s). 43362-H, 43362-E, comprising separate contracts for HVAC and Electrical Work, Provide Air Conditioning Systems, SOCR, Bldg. Nos. 63 and 66, Hudson River Psychiatric Center, 10 Ross Circle., Poughkeepsie, 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, April 30, 2008, 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 $21,500 for H, and $4,700 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 $250,000 and $500,000 for H, and between $50,000 and $100,000 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.
As a condition of award, within 48 hours of receipt of the proposed contract agreement from the State, the low bidder shall return the contract agreement to the State, properly executed, along with the bonds if required by said agreement. Low bidders who cannot meet these provisions may be subject to disqualification and forfeiture of the bid security.
The State intends to expedite award of this contract and the contractor shall be prepared to proceed with the work accordingly. Bidders are warned that time is of the essence of the contract and completion of the work must be within 120 days after the agreement is approved by the Comptroller. Due to the tightness of the construction schedule, bidders should consider the necessity for an increased work force and shift operations.
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 April 17, 2008, meet at Hudson River Psychiatric Center Work Control Center, Cleveland Bldg. 41, 10 Ross Circle, Poughkeepsie, NY after which both sides will be visited. 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 Shannon Landolfa (845) 831-3111, 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 FUEL CONTAINMENT AREA Moriah Correctional Facility Mineville, Essex County
SEALED bids for Project No(s). 43386-C, Construction Work, Provide Fuel Containment Area, Bldg. No. 7, Moriah Correctional Facility, County Rte. 7, Mineville, 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, April 23, 2008, 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 April 10, 2008, meet at the front entrance of Moriah Correctional Facility, County Rte. 7, Mineville, 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 Maureen Fennessy, (315) 393-6898, 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
REPLACE STANDING SEAM ROOFS Bare Hill Correctional Facility Malone, Franklin County
SEALED bids for Project No(s). 43529-C, Construction Work, Replace Standing Seam Roofs, Bare Hill Correctional Facility, Cady Rd., Malone, 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, April 30, 2008, 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 $145,800.
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 $5,000,000 and $6,000,000. 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 453 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 April 17, 2008, meet at the Administration Bldg. 1, Bare Hill Correctional Facility, 181 Brand Rd., Malone, 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 Dan Perryman, (518) 483-8411 ext. 3950, 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 POURED IN-PLACE RUBBER PLAY SURFACE School for the Blind Batavia, Genesee County
SEALED bids for Project No(s). 43595-C, Construction Work, Provide Poured In-Place Rubber Play Surface, School for the Blind, 2A Richmond Ave., Batavia, 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 State Education Department, until 2:00 p.m. on Wednesday, April 23, 2008, 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 $13,600.
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 120 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 April 11, 2008 at the School for the Blind, 2A Richmond Ave., Batavia, 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 Dusty Bramson (716) 937-4200.
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