9/29/10 N.Y. St. Reg. Advertisements for Bidders/Contractors

NY-ADR

9/29/10 N.Y. St. Reg. Advertisements for Bidders/Contractors
NEW YORK STATE REGISTER
VOLUME XXXII, ISSUE 39
September 29, 2010
ADVERTISEMENTS FOR BIDDERS/CONTRACTORS
 
SEALED BIDS
REPLACE WINDOWS Gowanda Correctional Facility Gowanda, Erie County
SEALED bids for Project No(s). 42516-C, Construction Work, Replace Windows, Bldg. Nos. 65, 66 & 67, Gowanda Correctional Facility, P.O. Box 350 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, Oct. 6, 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 $154,700.
All successful bidders on a multiple trade project or the successful bidder with a bid over $200,000 on a single trade project, will be required to furnish a performance bond and a labor and material bond in the statutory form of public bonds required by sections 136 and 137 of the State Finance Law, each for 100 percent of the amount of the contract estimated to be between $6,000,000 and $7,000,000. 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 540 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 Sept. 23, 2010, at the OGS Field Office, Gowanda Correctional Facility, 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 FOOD LABORATORY AND WEIGHTS AND MEASURES LABORATORY State Office Building Campus Albany, Albany County
SEALED bids for Project No(s). 43100-C, 43100-H, 43100-P, 43100-E and 43100-N, comprising separate contracts for Construction, HVAC, Plumbing, Electrical and Fire Protection Work, Provide Food Laboratory & Weights and Measures Laboratory, State Office Building Campus, Bldg. No. 6, 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 Department of Agriculture & Markets, until 2:00 p.m. on Wednesday, Oct. 13, 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 $490,000 for C, $239,400 for H, $73,100 for P, $104,800 for E, and $23,000 for N.
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 $15,000,000 and $20,000,000 for C, between $9,000,000 and $10,000,000 for H, between $2,000,000 and $3,000,000 for P, between $4,000,000 and $5,000,000 for E and between $250,000 and $500,000 for N. 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 750 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 Wednesday, Sept. 28, 2010, in the Bldg. Three Cafeteria, at the Harriman State Office Building Campus, 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 Lou Salerno (518) 457-1583.
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 FACADE Southport Correctional Facility Pine City, Chemung County
SEALED bids for Project No(s). 43467-C, Construction Work, Repair Facade, Housing Unit Bldgs. 4, 5, & 6, and Corridor Bldg. No. 9, Southport Correctional Facility, 236 Bob Masia Dr., P.O. Box 2000, 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, Sept. 29, 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 $38,600.
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 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 10:00 a.m. on Sept. 16, 2010, at the Southport Correctional Facility, 236 Massa Dr., Pine City, NY-Conference Rm. 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 Jeffrey Vann, (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
REPLACE PUMPS AND DUPLEX CONTROL PANEL Pump Station Rotterdam, Schenectady County
SEALED bids for Project No(s). 43517-P, Plumbing Work, Replace Pumps and Duplex Control Panel in Existing Storm Water Pump Station, Region 1 Pump Station, Rte. 158, Marker 158-1602-1020, Rotterdam, 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, Oct. 6, 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 $15,100.
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 201 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 Sept. 23, 2010, at the Department of Transportation Region 1 Facility, 3008 Chrisler Ave., Rotterdam, 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 Rob Pacapte or Glen Allendorph (518) 393-0863.
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 DAI DOORS Bayview Correctional Facility New York, New York County
SEALED bids for Project No(s). 44137-C, Construction Work, Provide DAI Doors at Various Keeplock SHU Units, Bayview Correctional Facility, 550 W. 20th St., 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 Department of Correctional Services, until 2:00 p.m. on Wednesday, Sept. 29, 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 $35,600.
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 252 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 Sept. 16, 2010, at the entrance to Bayview Correctional Facility, 550 W. 20th St., 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 ext 101 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
End of Document