6/23/10 N.Y. St. Reg. Advertisements for Bidders/Contractors

NY-ADR

6/23/10 N.Y. St. Reg. Advertisements for Bidders/Contractors
NEW YORK STATE REGISTER
VOLUME XXXII, ISSUE 25
June 23, 2010
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.
June 23—Natural gas (firm supply – fixed and indexed price) (interruption supply – indexed price), 11:00 a.m.
June 24—Wove envelopes – white regular and window and colors, regular, 11:00 a.m.
June 29—Electric vehicles (2010 model year and newer), 11:00 a.m.
Additional bid openings for the remainder of June 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
REHABILITATE ELEVATOR NO. 7 Auburn Correctional Facility Auburn, Cayuga County
SEALED bids for Project No(s). M2909-E and M2902-U, comprising a contract for Electrical and Elevator Work, Rehabilitate Elevator No. 7, Bldg. No. 12, Auburn Correctional Facility, 135 State St., P.O. Box 618, Auburn, 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 23, 2010, 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 $2,700 for E and $22,400 for U.
The Electric (“E”) Trade for this project is Wicks Exempt. Wicks Exempt Projects require a completed Document 004200 BDC 59 to be filled out and submitted (included in a separate, sealed envelope) in accordance with Document 002220, Supplemental Instructions to Bidders – Wicks Exempt. Failure to submit this form correctly will result in a disqualification of the bid. Further, the Elevator (“U”) Trade is NOT Wicks Exempt. The BDC 59 does not apply to the “U” Trade.
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 E and between $250,000 and $500,000 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 sections 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 section 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.
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 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 15, 2010, at the OGS Field Office Trailer, 29 W. Garden St., Auburn, 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 Ed Fischer, (315) 253-8282, 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 State Armory New York, New York County
SEALED bids for Project No(s). 43562-E, Electrical Work, Provide Fire Alarm System, State Armory, 2366 Fifth Ave., New York, 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, June 23, 2010, 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 $12,900.
The value of the contract is estimated to be between $100,000 and $250,000.
Pursuant to State Finance Law sections 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 section 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.
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 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 11, 2010, Bldg. Entrance to State Armory, 2366 Fifth Ave., New York, 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 Williams, (845) 365-0730, 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
UPGRADE FUEL OIL TANK NO. 2 State University College New Paltz, Ulster County
SEALED bids for Project No(s). 43735-C, Construction Work, Upgrade Fuel Oil Tank No. 2, State University College, One Hawk Dr., Service Bldg. No. 11, New Paltz, 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 SUNY College at New Paltz, until 2:00 p.m. on Wednesday, June 30, 2010, 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 $33,300.
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 sections 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 section 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 195 days after the agreement is approved by the Comptroller.
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 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 17, 2010, at Service Bldg. No. 11, One Hawk Dr., New Paltz, 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 Maureen Jasura (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 BUILDING WITH WALK-IN COOLER AND FREEZER Harriet Tubman Residential Center Auburn, Cayuga County
SEALED bids for Project No(s). 43773-C, Construction Work, Provide Dry Food Storage Bldg. with Walk-In Cooler and Freezer, Harriet Tubman Residential Center, 6706 Pine Ridge Rd., Auburn, 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, June 23, 2010, 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 $11,600.
Further, Wicks Exempt Projects require a completed BDC 59 to be filled out and submitted (included in a separate, sealed envelope) in accordance with Document 002220, Supplemental Instructions to Bidders – Wicks Exempt. Failure to submit this form correctly will result in a disqualification of the bid.
The value of the contract is estimated to be between $100,000 and $250,000.
Pursuant to State Finance Law sections 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 section 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 154 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 10, 2010, at the Harriet Tubman Residential Center, 6706 Pine Ridge Rd., Auburn, 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 Evan Tucker (315) 253-8282.
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
ROOFING AND ASSOCIATED WORK Washington Correctional Facility Comstock, Washington County
SEALED bids for Project No(s). 43822-C and 43822-P, comprising separate contracts for Construction and Plumbing Work, Roofing and Associated Work, Bldg. Nos. 12 and 14, Washington Correctional Facility, P.O. Box 180, 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, June 30, 2010, 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 $34,000 for C and $2,500 for P.
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 and between $25,000 and $50,000 for P. 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 sections 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 section 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.
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 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 17, 2010, at the Administration Bldg. One, Washington Correctional Facility, Lock 11 Rd., 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
REMOVE UNDERGROUND FUEL STORAGE TANKS Department of Transportation Region 10 Hampton Bays, Suffolk County
SEALED bids for Project No(s). 43929-P, Plumbing Work, Remove Underground Fuel Storage Tanks, Subheadquarters, DOT Region 10, 15 Peconic Rd., Hampton Bays, 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 30, 2010, 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 $20,200.
Further, Wicks Exempt Projects require a completed BDC 59 to be filled out and submitted (included in a separate, sealed envelope) in accordance with Document 002220, Supplemental Instructions to Bidders – Wicks Exempt. Failure to submit this form correctly will result in a disqualification of the bid.
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 sections 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 section 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 280 days after the agreement is approved by the Comptroller.
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 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 17, 2010, at the entrance to the Structure, DOT Region 10, Suffolk County, 15 Peconic Rd., Hampton Bays, 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 Maria Cappai (631) 951-0248.
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
REMOVE/REPLACE UNDERGROUND FUEL STORAGE TANK Department of Transportation Region 10 Riverhead, Suffolk County
SEALED bids for Project No(s). 43956-P and 43956-E, comprising separate contracts for Plumbing and Electrical Work, Remove/Replace Underground Fuel Storage Tank, Maintenance Headquarters, DOT Region 10, 1900 County Rd. 58, Riverhead, 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 23, 2010, 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 for P and $7,400 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 $100,000 and $250,000 for P 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 sections 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 section 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 280 days after the agreement is approved by the Comptroller.
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 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 10, 2010, meet at the entrance, DOT Region 10, 1900 County Rd. 58, Riverhead, 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 Maria Cappai (631) 951-0248.
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
UPGRADE CONCESSION STAND Buffalo City Hall, Buffalo, Erie County
SEALED bids for Project No(s). 44024-C, Construction Work, Upgrade Concession Stand, Buffalo City Hall, 65 Niagara St., Buffalo, 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 Commission for the Blind and Visually Handicapped, until 2:00 p.m. on Wednesday, June 23, 2010, 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 $5,500.
Further, Wicks Exempt Projects require a completed BDC 59 to be filled out and submitted (included in a separate, sealed envelope) in accordance with Document 002220, Supplemental Instructions to Bidders – Wicks Exempt. Failure to submit this form correctly will result in a disqualification of the bid.
The value of the contract is estimated to be between $50,000 and $100,000.
Pursuant to State Finance Law sections 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 section 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 10:00 a.m. on June 10, 2010, at the Buffalo City Hall, 65 Niagara St., Buffalo, 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 Allyson Youdsavage (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
End of Document