Advertisements_for_Bidders$Contractors Advertisements for Bidders/Contractors  

  • 3/9/11 N.Y. St. Reg. Advertisements for Bidders/Contractors
    NEW YORK STATE REGISTER
    VOLUME XXXIII, ISSUE 10
    March 09, 2011
    ADVERTISEMENTS FOR BIDDERS/CONTRACTORS
     
    SEALED BIDS
    REPLACE ROOF Otisville Correctional Facility Otisville, Orange County
    Sealed bids for Project No. M2912-C, for Construction Work, Replace Roof, Building No. 104, Otisville Correctional Facility, PO Box 8, 57 Sanatorium Avenue, Otisville (Orange 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 Correctional Services, until 2:00 p.m. on Wednesday, March 16, 2011, 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 $24,400 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 $500,000 and $1,000,000 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 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://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 301 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 March 8, 2011, at the OGS Office near the sewer plant and the front entrance, 57 Sanatorium Avenue, Otisville, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions and security provisions will apply and all vehicles will be subject to search.
    Phone the office of Donna Decker, (845) 434-0214 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.state.ny.us/bu/dc/esb/acquirebid.asp.
    For questions about purchase of bid documents, please send an e-mail to D&C.Plans@ogs.state.ny.us, or call toll free at 1-877-647-7526.
    For additional information on this project, please use the following link: http://www.ogs.state.ny.us/bu/dc.
    By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
    REHABILITATE 'E' SOUTH BLOCK SHOWERS Sullivan Correctional Facility Fallsburg, Sullivan County
    Sealed bids for Project No. M2924-C, comprising a contract for Construction Work, Rehabilitate ‘E' South Block Showers, Building No. 3, Sullivan Correctional Facility, 325 Riverside Drive, PO Box AG, Fallsburg (Sullivan 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 Correctional Services, until 2:00 p.m. on Wednesday, March 16, 2011, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the Instructions to Bidders and must be accompanied by a certified check, bank check, or bid bond in the amount of $14,800 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.
    The value of the Contract is estimated to be between $100,000 and $250,000.
    Pursuant to State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A bidder is restricted from making contacts from the earliest notice of intent to solicit offers through final award and approval of the Procurement Contract by OGS D&C and Office of the State Comptroller ("restricted period") to other than designated staff unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law § 139-j(3)(a). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a 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://www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
    The completion date for this project is 180 days after the Agreement is approved by the Comptroller.
    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 March 8, 2011, at the OGS Field Office Trailer at Route 52 and Riverside, Fallsburg, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions and security provisions will apply and all vehicles will be subject to search.
    Phone the office of Donna Decker, (845) 434-0214 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.state.ny.us/bu/dc/esb/acquirebid.asp.
    For questions about purchase of bid documents, please send an e-mail to D&C.Plans@ogs.state.ny.us, or call toll free at 1-877-647-7526.
    For additional information on this project, please use the following link: http://www.ogs.state.ny.us/bu/dc.
    By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
    REPLACE HOSPITAL ROOF Great Meadow Correctional Facility Comstock, Washington County
    Sealed bids for Project No. M2942-C, for Construction Work, Replace Hospital Roof, Building No. 6, Great Meadow Correctional Facility, Route 22, Comstock (Washington 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 Correctional Services, until 2:00 p.m. on Wednesday, March 16, 2011, 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 $23,900 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 $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 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://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 March 8, 2011, at the front entrance to Great Meadow Correctional Facility, Route 22, 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 (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.state.ny.us/bu/dc/esb/acquirebid.asp.
    For questions about purchase of bid documents, please send an e-mail to D&C.Plans@ogs.state.ny.us, or call toll free at 1-877-647-7526.
    For additional information on this project, please use the following link: http://www.ogs.state.ny.us/bu/dc.
    By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
    UPGRADE ELECTRICAL DISTRIBUTION SYSTEM Elmira Correctional Facility Elmira, Chemung County
    Sealed bids for Project Nos. 42072-C, 42072-H and 42072-E, comprising separate contracts for Construction Work, HVAC Work, and Electrical Work, Upgrade Electrical Distribution System, Elmira Correctional Facility, 1879 Davis Street, PO Box 500, Elmira (Chemung 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 Correctional Services, until 2:00 p.m. on Wednesday, March 23, 2011, 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 $53,200 for C, $25,400 for H, and $311,400 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 $1,000,000 and $2,000,000 for C, between $500,000 and $1,000,000 for H, and between $10,000,000 and $15,000,000 for E. The requirement for Labor and Material and Performance Bonds may be waived on a bid under $200,000 on a single trade project.
    Pursuant to State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A bidder is restricted from making contacts from the earliest notice of intent to solicit offers through final award and approval of the Procurement Contract by OGS D&C and Office of the State Comptroller ("restricted period") to other than designated staff unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law § 139-j(3)(a). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a 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://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 730 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 11:00 a.m. on March 10, 2011, at the OGS D&C Field Office, Elmira Correctional Facility, 1879 Davis St., Elmira, 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 Jeff Vann, (607) 734-0592 ext 112 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.state.ny.us/bu/dc/esb/acquirebid.asp.
    For questions about purchase of bid documents, please send an e-mail to D&C.Plans@ogs.state.ny.us, or call toll free at 1-877-647-7526.
    For additional information on this project, please use the following link: http://www.ogs.state.ny.us/bu/dc.
    By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
    REHABILITATE POTABLE WATER STORAGE TANK Bayview Correctional Facility New York, New York County
    Sealed bids for Project No. 43928-C, for Construction Work, Rehabilitate Potable Water Storage Tank, Bayview Correctional Facility, 550 West 20th Street, 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 Department of Correctional Services, until 2:00 p.m. on Wednesday, March 23, 2011, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the Instructions to Bidders and must be accompanied by a certified check, bank check, or bid bond in the amount of $8,500 for C.
    The value of the Contract is estimated to be between $100,000 and $250,000.
    Pursuant to State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A bidder is restricted from making contacts from the earliest notice of intent to solicit offers through final award and approval of the Procurement Contract by OGS D&C and Office of the State Comptroller ("restricted period") to other than designated staff unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law § 139-j(3)(a). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a 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://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 March 11, 2011, at the OGS/DC Field Office Trailer, Bayview Correctional Facility, 550 West 20th Street, NY, 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 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.state.ny.us/bu/dc/esb/acquirebid.asp.
    For questions about purchase of bid documents, please send an e-mail to D&C.Plans@ogs.state.ny.us, or call toll free at 1-877-647-7526.
    For additional information on this project, please use the following link: http://www.ogs.state.ny.us/bu/dc.
    By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
    REPAIR/REPLACE COPPER DOMESTIC HOT WATER MAIN Southport Correctional Facility Pine City, Elmira County
    Sealed bids for Project No. 44045-P, for Plumbing Work, Repair/Replace Copper Domestic Hot Water Main, Southport Correctional Facility, 236 Bob Masia Drive, PO Box 2000, Pine City (Elmira 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 Correctional Services, until 2:00 p.m. on Wednesday, March 23, 2011, 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, $37,800 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% of the amount of the Contract estimated to be between $1,000,000 and $2,000,000 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 § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A bidder is restricted from making contacts from the earliest notice of intent to solicit offers through final award and approval of the Procurement Contract by OGS D&C and Office of the State Comptroller ("restricted period") to other than designated staff unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law § 139-j(3)(a). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a 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://www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
    The completion date for this project is 300 days after the Agreement is approved by the Comptroller.
    The only time prospective bidders will be allowed to visit the job site to take field measurements and examine existing conditions of the project area will be at 10:00 a.m. on March 10, 2011, at the Facilities Conference Room, Southport Correctional Facility, 236 Bob Masia Drive, Pine City, NY. Prospective bidders are urged to visit the site at this time. Prospective bidders or their representatives attending the pre-bid site visit will not be admitted on facility grounds without proper photo identification. Note that parking restrictions and security provisions will apply and all vehicles will be subject to search.
    Phone the office of Valent Lata, (607) 734-0592 ext 119 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.state.ny.us/bu/dc/esb/acquirebid.asp.
    For questions about purchase of bid documents, please send an e-mail to D&C.Plans@ogs.state.ny.us, or call toll free at 1-877-647-7526.
    For additional information on this project, please use the following link: http://www.ogs.state.ny.us/bu/dc.
    By James M. Davies, AIAActing Deputy CommissionerDesign and Construction
    PROVIDE WATER TREATMENT SYSTEM Arthur Kill Correctional Facility Staten Island, Richmond County
    Sealed bids for Project No. 44051-P, for Plumbing Work, Provide Water Treatment System, Arthur Kill Correctional Facility, 2911 Arthur Kill Road, Staten Island (Richmond 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 Correctional Services, until 2:00 p.m. on Wednesday, March 23, 2011, when they will be publicly opened and read. Each bid must be prepared and submitted in accordance with the Instructions to Bidders and must be accompanied by a certified check, bank check, or bid bond in the amount of $22,800 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% of the amount of the Contract estimated to be between $250,000 and $500,000 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 § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between OGS D&C and a bidder during the procurement process. A bidder is restricted from making contacts from the earliest notice of intent to solicit offers through final award and approval of the Procurement Contract by OGS D&C and Office of the State Comptroller ("restricted period") to other than designated staff unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law § 139-j(3)(a). Designated staff are Frank Peris in the Bureau of Contract Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj, Director of Contract Administration, telephone (518) 474-0201, fax (518) 486-1650. OGS D&C employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the bidder pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a 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://www.ogs.state.ny.us and go to About OGS, Rules Regulations and Policy, Advisory Council on Procurement Lobbying.
    The completion date for this project is 180 days after the Agreement is approved by the Comptroller.
    The only time prospective bidders will be allowed to visit the job site to take field measurements and examine existing conditions of the project area will be at 10:00 a.m. on March 10, 2011, at the OGS Field Office Trailer, in the parking lot at the entrance, 2911 Arthur Kill Road, Staten Island, 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. 0 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.state.ny.us/bu/dc/esb/acquirebid.asp.
    For questions about purchase of bid documents, please send an e-mail to D&C.Plans@ogs.state.ny.us, or call toll free at 1-877-647-7526.
    For additional information on this project, please use the following link: http://www.ogs.state.ny.us/bu/dc.
    By James M. Davies, AIAActing Deputy CommissionerDesign and Construction

Document Information