Similar Projects
Water and Sewer Maintenance
Term Contract
Sub-Bidding
Albany, NY 12207

Concrete and Associated Materials for Albany Water Department
Term Contract
Sub-Bidding
Albany, NY 12207

Pest Control Services
Term Contract
Post-Bid

Soil Disposal for Four LNA Sites
Alteration
Post-Bid

Air Quality Monitoring
Term Contract
Sub-Bidding
Albany, NY 12223

Purchase of Refurbished Dispensers & Associated Parts for LNA Service Stations
Alteration
Post-Bid

Albany Pine Bush Preserve Stumping/Grading 69 acres
Term Contract
Sub-Bidding
Albany, NY 12205

Fire Suppression System Testing & Maintenance
Alteration
Post-Bid

Group 31555 Liquid Bituminous Materials (2023 VPP NYSDOT Specific Projects) (Federal and State Funds)
Term Contract
Sub-Bidding
Albany, NY 12207

Sign Faces, Custom Signs, Decals & Overlays For LNA Sites
Alteration
Post-Bid

Switches 803 A and B, S/O Main Street, Flushing Line
Term Contract
Sub-Bidding
Albany, NY 12207

Exterior Sign & Lighting Maintenance
Alteration
Post-Bid

Custodial Services at Various Locations
Term Contract
Sub-Bidding
Albany, NY 12207

Dispensers and Tank Field Maintenance Services
Term Contract
Post-Bid

Materials and Services 2023
Term Contract
Sub-Bidding
Delmar, NY 12054

Last Updated 02/14/2023 11:10 AM
Project Title

Job Order Contracts (JOC) Region 5, Region 8

Physical Address View project details and contacts
City, State (County) Albany, NY 12207   (Albany County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from State Agency
Owner View project details and contacts
Architect View project details and contacts
Description

Name of Project: Job Order Contracts (JOC); Region 5, Region 8 Contract No(s): D012829, D012830 Project Description: A Job Order Contract is a competitively bid, indefinite quantity construction contract pursuant to which the Contractor may perform an ongoing series of individual Job Orders up to or totaling the Maximum Annual Contract Value. The bid documents include a Construction Task Catalog (R) containing Pre-priced Tasks for construction work with preset Unit Prices. All Unit Prices are based on local labor, material and equipment costs and are for the direct cost of construction. The value of the Price Proposal shall be determined by summing the total of the following calculation for each Pre-priced Task: Unit Price x quantity x Adjustment Factor, plus the value of all Non-Pre-priced Tasks. The Job Order Price shall equal the value of the approved Price Proposal. Region 5 - D012829 contract covers: Franklin, Clinton, Essex, Hamilton, Warren, Fulton, Saratoga and Washington. The contract shall be effective upon approval of the Office of the State Comptroller (Contract award date) and shall stay in effect for one year or when the Maximum Annual Contract Value has been ordered, whichever occurs first. The contract may be amended or extended for a maximum of four (4) bilateral option periods, upon mutual written consent of both parties, subject to the availability of funds and upon approval of the Office of the State Comptroller. The contract has a Minimum Contract Value of $0 and a Maximum Annual Contract Value of $2,000,000. Region 8 - D012830 contract covers: Orleans, Monroe, Wayne, Genesee, Livingston, Ontario, Yates, Seneca, Steuben, Schuyler and Chemung Counties. The contract shall be effective upon approval of the Office of the State Comptroller (Contract award date) and shall stay in effect for one year or when the Maximum Annual Contract Value has been ordered, whichever occurs first. The contract may be amended or extended for a maximum of four (4) bilateral option periods, upon mutual written consent of both parties, subject to the availability of funds and upon approval of the Office of the State Comptroller. The contract has a Minimum Contract Value of $0 and a Maximum Annual Contract Value of $2,000,000. Each proposal must be accompanied by a deposit or a Bid Bond Form 004313 in the amount of $25,000. The Apparent Low Bidder will be required to submit a completed NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE FOR-PROFIT CONSTRUCTION (CCA-2) and M/WBE-EEO & SDVOB Utilization Plans, within 24 hours and five days respectively, of being notified that they are the Apparent Low Bidder. Pursuant to State Finance Law, 139-j and 139-k, this Invitation for Bid includes and imposes certain restrictions on communications between a Governmental Entity and an Offerer during the procurement process. Further information about these requirements, including a copy of the new lobbying law, can be found electronically. The Contractor shall adhere to the NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION GUIDELINES REGARDING PERMISSIBLE CONTACTS DURING A PROCUREMENT AND THE PROHIBITION OF INAPPROPRIATE LOBBYING INFLUENCE. All correspondence and/or questions relating to this IFB should be directed to the Department's designated contacts listed below: Frank Cosamano, JOC Contract Manager Warren Longacker, Section Chief - Consultant Services Appendix A of the contract contains Standard Clauses for all NYS Contracts; Appendix B contains Standard Clauses for Department of Environmental Conservation contracts including MBE and WBE requirements; Appendix C contains Standard Clauses for Ethics in all NYSDEC Contracts; and Appendix D contains Participation Opportunities for New York State Certified Service-Disabled Veteran Owned Businesses (SDVOB). Subcontractors will be required to complete the New York State Vendor Responsibility Questionnaire For-Profit Construction (CCA-2). There are maximum subcontracting limits as specified in the Supplemental Instructions to Bidders. In accordance with Labor Law, 220-h, all contractors' employees shall be certified as having completed an OSHA 10 safety training course. The Successful Bidder will be required to furnish a Performance Surety Bond and a Labor and Materials Surety Bond, each for 100% of the amount of the contract. The Successful Bidders will be required to provide Policies of Insurance as set forth in the Contract Documents. The New York State Department of Environmental Conservation is an Equal Opportunity/Affirmative Action Employer. The Department of Environmental Conservation reserves the right to reject any or all bids.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents