8/19/15 N.Y. St. Reg. Advertisements for Bidders/Contractors

NY-ADR

8/19/15 N.Y. St. Reg. Advertisements for Bidders/Contractors
NEW YORK STATE REGISTER
VOLUME XXXVII, ISSUE 33
August 19, 2015
ADVERTISEMENTS FOR BIDDERS/CONTRACTORS
 
SEALED BIDS
REPLACE WATER TOWER Camp Smith Training Site Cortlandt Manor, Westchester County
Sealed bids for Project No. Q1600-C, for Construction Work, Replace Water Tower, Camp Smith Training Site, 11 Bear Mountain Bridge Road, Cortlandt Manor (Westchester County), NY, will be received by the Office of General Services (OGS), Design & Construction Group (D&C), 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, September 2, 2015, 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 $49,000 for C.
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% of the amount of the Contract estimated to be between $1,000,000 and $2,000,000 for C. 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 and Carl Ruppert 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 4 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://ogs.ny.gov/aboutogs/regulations/defaultAdvisoryCouncil.asp.
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 260 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 August 20, 2014 at Camp Smith Training Site, Building 501, Room 107, 11 Bear Mountain Bridge Road, Cortlandt Manor, 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 Ida Colon, (631) 951-0248 Ext. 102 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 (CD) only, and may be obtained for an $8.00 deposit per set, plus a $2.00 per set shipping and handling fee. Contractors and other interested parties can order CD’s on-line through a secure web interface available 24 hours a day, 7 days a week. Please use the following link at the OGS website for ordering and payment instructions: http://www.ogs.ny.gov/bu/dc/esb/acquirebid.asp.
For questions about purchase of bid documents, please send an e-mail to D&[email protected], or call toll free at 1-877-647-7526.
For additional information on this project, please use the link below and then click on the project number: https://online.ogs.ny.gov/dnc/contractorConsultant/esb/ESBPlansAvailableIndex.asp.
By John D. Lewyckyj, Contracting OfficerDirector, Contract AdministrationOGS Design & Construction Group
PROVIDE FIT-OUT OF SHELL SPACE New York Psychiatric Institute New York, New York County
Sealed bids for Project No. 44002-C, for Construction Work, Provide Fit-Out of Shell Space, 4th Floor, Building 5, New York Psychiatric Institute, 1051 Riverside Drive, New York (New York County), NY, will be received by the Office of General Services (OGS), Design & Construction Group (D&C), 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, September 2, 2015, 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 $66,500 for C.
Further, Wicks Exempt Projects require a completed BDC 59 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% of the amount of the Contract estimated to be between $1,000,000 and $2,000,000 for C. 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 and Carl Ruppert 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 4 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://ogs.ny.gov/aboutogs/regulations/defaultAdvisoryCouncil.asp.
The substantial completion date for this project is 375 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 August 20, 2015 at New York Psychiatric Institute, 1051 Riverside Drive, 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.
For assistance pertaining to the site visit only, please phone Carlos Silver (212) 543-0804.
It is the policy of the State and the Office of General Services to encourage meaningful minority business enterprise participation in this project by contractors, subcontractors and suppliers who perform commercially useful functions under the Contract, 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 (CD) only, and may be obtained for an $8.00 deposit per set, plus a $2.00 per set shipping and handling fee. Contractors and other interested parties can order CD’s on-line through a secure web interface available 24 hours a day, 7 days a week. Please use the following link for ordering and payment instructions: http://www.ogs.ny.gov/bu/dc/esb/acquirebid.asp.
For questions about purchase of bid documents, please send an e-mail to D&[email protected], or call toll free at 1-877-647-7526.
For additional information on this project, please use the link below and then click on the project number: https://online.ogs.ny.gov/dnc/contractorConsultant/esb/ESBPlansAvailableIndex.asp.
By John D. Lewyckyj, Contracting OfficerDirector, Contract AdministrationOGS Design & Construction Group
RENOVATE BUILDING Manhattan Psychiatric Center Wards Island, New York County
Sealed bids for Project No. 44578-C, for Construction Work, Major Building Renovations For The Manhattan Forensic Relocation, Manhattan Psychiatric Center, 600 East 125th Street, Wards Island (New York County), NY, will be received by the Office of General Services (OGS), Design & Construction Group (D&C), 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, September 16, 2015, 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 $3,369,900 for C.
This contract contains a PLA (Project Labor Agreement). This Contract includes Construction Work and both Preventative Maintenance and Full Service Warranty Maintenance for both Elevators and HVAC Systems and Equipment.
Further, Project Labor Agreement (PLA) Projects require a completed Project Labor Agreement List Of Subcontractors (BDC 59P) be filled out and submitted (included in a separate, sealed envelope) in accordance with Document 002221, Supplemental Instructions to Bidders – PLA. Failure to submit this form correctly will result in a disqualification of the bid.
All successful bidders 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% of the amount of the Contract estimated to be between $100,000,000 and $150,000,000 for C.
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 and Carl Ruppert in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862, John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650, Jim McCullough and Joe Fitzpatrick. 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 4 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://ogs.ny.gov/aboutogs/regulations/defaultAdvisoryCouncil.asp.
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. 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 1166 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.
Prospective bidders must attend a Mandatory Pre-Bid Conference and Site Visit. The conference will be held for the purpose of discussing a Major Building Renovations for the Manhattan Forensic Relocation at the Manhattan Psychiatric Center. Failure to attend one of the meetings will result in a bid not being accepted.
The attendees representing prospective bidders at the Pre-Bid Conferences should be principals of the firm and/or the individuals who will be compiling the bid on behalf of the firm. If the bidder is a joint venture, at least one party of the joint venture must have been represented and signed in at the Pre-Bid Conference.
The only times prospective bidders will be allowed to attend the Mandatory Pre-Bid Conference and Site Visit to take field measurements and examine existing conditions of the project area will be at 10:00 a.m. on August 19, 2015 or at 10:00 a.m. on September 3, 2015 at Manhattan Psychiatric Center, TDX Field Office in Building 106 on Wards Island, NY. Prospective bidders are required to visit the site at least one of these times. Prospective bidders or their representatives attending the Mandatory Pre-Bid Conference and 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.
A requirement of attendance to the Mandatory Pre-Bid Conference is to phone the office of Irene Rosa, (212) 369-4757 between 8:30 AM and 3:30 PM a minimum of 24 hours in advance of the date to provide the names of those who will attend the Mandatory Pre-Bid Conference and Site Visit, and which date they will be in attendance.
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 (CD) only, and may be obtained for an $8.00 deposit per set, plus a $2.00 per set shipping and handling fee. Contractors and other interested parties can order CD’s on-line through a secure web interface available 24 hours a day, 7 days a week. Please use the following link for ordering and payment instructions: http://www.ogs.ny.gov/bu/dc/esb/acquirebid.asp.
For questions about purchase of bid documents, please send an e-mail to D&[email protected], or call toll free at 1-877-647-7526.
For additional information on this project, please use the link below and then click on the project number: https://online.ogs.ny.gov/dnc/contractorConsultant/esb/ESBPlansAvailableIndex.asp.
By John D. Lewyckyj, Contracting OfficerDirector, Contract AdministrationOGS Design & Construction Group
MODIFY ROOF STRUCTURE Underwood Bridge Shop North Hudson, Essex County
Sealed bids for Project No. 45045-C, for Construction Work, Modify Roof Structure and Replace Roof, Region 1, Underwood Bridge Shop, 4907 Route 9, North Hudson (Essex County), NY, will be received by the Office of General Services (OGS), Design & Construction Group (D&C), 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, September 2, 2015, 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 $21,200 for C.
Further, Wicks Exempt Projects require a completed BDC 59 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% of the amount of the Contract estimated to be between $250,000 and $500,000 for C. 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 and Carl Ruppert 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 4 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://ogs.ny.gov/aboutogs/regulations/defaultAdvisoryCouncil.asp.
The substantial completion date for this project is 210 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 9:30 a.m. on August 20, 2015 at Underwood Bridge Shop, 4907 Route 9, North Hudson, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions and security provisions will apply and all vehicles will be subject to search.
For assistance pertaining to the site visit only, please phone Brandi Cutter (518) 639-4013.
It is the policy of the State and the Office of General Services to encourage meaningful minority business enterprise participation in this project by contractors, subcontractors and suppliers who perform commercially useful functions under the Contract, 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 (CD) only, and may be obtained for an $8.00 deposit per set, plus a $2.00 per set shipping and handling fee. Contractors and other interested parties can order CD’s on-line through a secure web interface available 24 hours a day, 7 days a week. Please use the following link for ordering and payment instructions: http://www.ogs.ny.gov/bu/dc/esb/acquirebid.asp.
For questions about purchase of bid documents, please send an e-mail to D&[email protected], or call toll free at 1-877-647-7526.
For additional information on this project, please use the link below and then click on the project number: https://online.ogs.ny.gov/dnc/contractorConsultant/esb/ESBPlansAvailableIndex.asp.
By John D. Lewyckyj, Contracting OfficerDirector, Contract AdministrationOGS Design & Construction Group
REMOVE/REPLACE COOLING TOWERS Hughes State Office Building Syracuse, Onondaga County
Sealed bids for Project Nos. 45133-C, 45133-H, 45133-P, 45133-E, comprising separate contracts for Construction Work, HVAC Work, Plumbing Work, and Electrical Work, Remove/Replace Cooling Towers, Hughes State Office Building, 333 E. Washington Street, Syracuse, (Onondaga County), NY, will be received by the Office of General Services (OGS), Design & Construction Group (D&C), 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, September 16, 2015, 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 for C, $24,500 for H, $3,000 for P, and $4,400 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% of the amount of the Contract estimated to be between $100,000 and $250,000 for C, between $250,000 and $500,000 for H, between $25,000 and $50,000 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 § 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 and Carl Ruppert 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 4 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://ogs.ny.gov/aboutogs/regulations/defaultAdvisoryCouncil.asp.
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 167 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 September 3, 2015 at Hughes State Office Building, 333 E. Washington Street, Syracuse, 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 Dennis Coughlin (315) 428-4224.
It is the policy of the State and the Office of General Services to encourage meaningful minority business enterprise participation in this project by contractors, subcontractors and suppliers who perform commercially useful functions under the Contract, 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 (CD) only, and may be obtained for an $8.00 deposit per set, plus a $2.00 per set shipping and handling fee. Contractors and other interested parties can order CD’s on-line through a secure web interface available 24 hours a day, 7 days a week. Please use the following link at the OGS website for ordering and payment instructions: http://www.ogs.ny.gov/bu/dc/esb/acquirebid.asp.
For questions about purchase of bid documents, please send an e-mail to D&[email protected], or call toll free at 1-877-647-7526.
For additional information on this project, please use the link below and then click on the project number: https://online.ogs.ny.gov/dnc/contractorConsultant/esb/ESBPlansAvailableIndex.asp.
By John D. Lewyckyj, Contracting OfficerDirector, Contract AdministrationOGS Design & Construction Group
End of Document