contract award notification - ogs.state.ny.us · contact osc to obtain an information packet at 518...
TRANSCRIPT
(continued) 02130ta.doc/10keg
State of New York Executive Department Office Of General Services
Procurement Services Group Corning Tower Building - 38th Floor
Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us
CONTRACT AWARD NOTIFICATION
Title : Group 32100- SNOW/ICE CONTROL AGENTS (All State Agencies and Political Subdivisions) Classification Code(s): 12
Award Number : 02130 (Replaces Award 00914)
Contract Period : October 1, 2002 to June 30, 2003
Bid Opening Date : August 27, 2002
Date of Issue : November 15, 2002
Specification Reference : As Incorporated In The Invitation For Bids and as Amended in Purchasing Memorandum dated August 14, 2002
Contractor Information : Appears on Page 2 of this Award
Address Inquiries To:
State Agencies & Vendors Political Subdivisions & Others
Name : Title : Phone : Fax : E-mail :
Karol Garrison Purchasing Officer 1 518-473-2428 518-474-8676 [email protected]
Phone : Fax : E-mail :
Customer Services 518-474-6717 518-474-2437 [email protected]
The Procurement Services Group values your input.
Complete and return "Contract Performance Report" at end of document.
Description
Snow/Ice Control Agents include liquid calcium and magnesium chloride with corrosion inhibitors; magnesium chloride corrosion inhibited with organic based performance enhancer and granular sodium chloride (Rock Salt) treated with corrosion inhibited magnesium chloride with organic based performance enhancer. PR #02130-T
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 2 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
NOTE: See individual contract items to determine actual awardees. Refer to chart on page
22.
CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC59827 ADIRONDACK ASPHALT INC. 888/446-8211 161286955 SB Stiles Ave. 315/386-8211 PO Box 581 Mary T. Hankowski Canton, NY 13617 Fax No. 315/379-9068 E-mail: [email protected] PC59828 BARE GROUND SYSTEMS 888/800-8356 043437122 92 Bolt Street 978/459-7714 Lowell, MA 01852 Edward Brookmyer Fax No. 800/646-9029 Offers Electronic Access Ordering Fax No. 978/459-6294 Catalog on Internet E-mail: [email protected] NYS Pricing Online www.bareground.com Accepts NYS Procurement Card Discount for using Procurement Card - 2% PC59829 CARGILL INCORPORATED 800/600-7258 410177680 DEICING TECHNOLOGY Kimberly D. Bass 24950 Country Club Blvd. Fax No. 888/739-8705 Ste. 450 E-mail: [email protected] North Olmsted, OH 44070 www.cargill.com Offers Electronic Access Ordering PC59846 GRAIN PROCESSING CORPORATION 563/264-4409 421321075 1600 Oregon St. F. David Cali Muscatine, IA 52761 Fax No. 563/264-4825 Catalog on Internet E-mail: [email protected] NYS Pricing Online www.grainprocessing.com Accepts NYS Procurement Card Discount for using Procurement Card - 1% PC59830 GORMAN ASPHALT LTD. 315/853-6161 141625179 SB 20 Robinson Rd. P.A. Gorman Clinton, NY 13323 Fax No. 315/853-3171 E-mail: [email protected] www.gormanroads.com PC59831 GORMAN BROS. INC. 518/462-5401 140704840 200 Church Street P.A. Gorman Port of Albany Fax No. 518/462-1296 Albany, NY 12202-1024 E-mail: [email protected] www.gormanroads.com
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 3 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC59832 I.M.U.S. INC. 800/257-5808 510375765 SB 73 Baker Road 518/695-5627 Ganesvoort, NY 12831 Daren Crawford Fax No. 518/695-5647 2% Discount - 15 Days www.innovativecompany.com Catalog on Internet NYS Pricing Online PC59833 INTERNATIONAL SALT COMPANY LLC 888/388-4726, Ext. 1 522034785 655 Northern Blvd. 570/587-5000, Ext. 1 Clarks Summit, PA 18411-9025 Daniel P. Thompson Fax No. 888-977-2499 Offers Electronic Access Ordering Fax No. 570/586-6463 E-mail: [email protected] www.iscosalt.com PC59834 JAMES REED SALES, INC. 800/942-8947, Ext. 16 133643915 SB Union Street 518/945-1120, Ext. 16 Athens, NY 12015 Joseph Wildermuth Fax No. 518/945-1298 E-mail: [email protected] www.peckham.com PC59835 MIDLAND ASPHALT MATERIALS, INC. 716/692-0730 161579927 640 Young Street Robert Friedline Tonawanda, NY 14150 Fax No. 716/692-0613 PC59836 NEW YORK BITUMINOUS 845/782-7231 061069341 SB PRODUCTS CORP. Robert H. Maggard 1297 Craigville Rd. Fax No. 845/783-1787 PO Box 900 Chester, NY 10918 PC59837 PENN CAN ASPHALT MATERIALS, INC. 315/488-0337 260038619 PO Box 6501 Donald L. Murray Syracuse, NY 13217 Fax No. 315/488-0339 E-mail: [email protected] PC59838 SUIT-KOTE CORPORATION 800/622-5636, Ext. 332 161177189 1911 Lorings Crossing Rd. 607/753-1100, Ext. 332 Cortland, NY 13045 Mark L. Edsall Fax No. 607/758-9760 E-mail: [email protected] www.suit-kote.com
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 4 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC59839 SWP ENVIRONMENTAL, LLC. 585/728-3770 161605664 SB 11399 State Route 21 John L. Hooker Wayland, NY 14572 Fax No. 585/728-9901 E-mail: [email protected] www.swpenvironmental.com PC59840 THE CADY CO., INC. 518/843-2640 141467165 SB 446 Rte. 161 P.A. Gorman Amsterdam, NY 12010 Fax No. 518/843-3171 E-mail: [email protected] www.gormanroads.com
Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.
(See "Contract Payments" and "Electronic Payments in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP. SMALL, MINORITY AND WOMEN-OWNED BUSINESSES:
The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.
RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:
The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.
RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive
NOTE TO ALL CONTRACT USERS:
The terms and conditions of the bid solicitation which apply to the award appear at the end of this document. We strongly advise all contract users to familiarize themselves with all terms and conditions before issuing a purchase order.
PRICE: LOT I, II, AND III:
Price includes all customs, duties and charges and is net, per gallon F.O.B. destination any point in New York State as designated by the ordering agency within the respective zone.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 5 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
PRICE: LOT IV:
Price includes all customs, duties and charges and is net, per ton F.O.B. destination any point in New York State as designated by the ordering agency within the respective county(s).
MINIMUM ORDER - LOTS I, II AND III: Minimum order is 500 gallons. MINIMUM ORDER - LOT IV: Minimum order is 22 tons. CONTRACT PAYMENTS:
Payments cannot be processed by State facilities until the contract products have been delivered in satisfactory condition or services have been satisfactorily performed. Payment will be based on any invoice used in the supplier's normal course of business. However, such invoice must contain sufficient data including but not limited to contract number, description of product or service, quantity, unit and price per unit as well as federal identification number. State facilities are required to forward properly completed vouchers to the Office of the State Comptroller for audit and payment. All facilities are urged to process every completed voucher expeditiously giving particular attention to those involving cash discounts for prompt payment. If the contract terms indicate political subdivisions and others authorized by law are allowed to participate, those entities are required to make payments directly to the contractor. Prior to processing such payment, the contractor may be required to complete the ordering non-State agency's own voucher form.
See "Contract Billings" in Appendix B, OGS General Specifications. ELECTRONIC PAYMENTS:
The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.
NOTE TO CONTRACTOR:
This Contract Award Notification is not an order. Do not take any action under this contract except on the basis of purchase order(s) from the agency or agencies.
PSG's PROTEST POLICY:
It is the policy of the Office of General Services’ Procurement Services Group (PSG) to provide vendors with an opportunity to administratively resolve complaints or inquiries related to PSG bid solicitations or contract awards. PSG encourages vendors to seek resolution of complaints through consultation with PSG staff. All such matters will be accorded impartial and timely consideration. Interested parties may also file formal written protests. A copy of PSG’s Bid Protest Procedures for Vendors may be obtained by contacting the person shown on the front of this document or through the OGS website (www.ogs.state.ny.us). Click on "For Government - Contracts and Purchasing," then "Seller Information," then "Bid Protest Procedures for Vendors."
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 6 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT I - CALCIUM CHLORIDE - CORROSION INHIBITED - OPTION 1 - DELIVERED
CONTRACTOR ZONE OGS
ITEM #
PRICE PER
GALLON PRODUCT
NAME DYE/COLOR
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS
James Reed Sales 1 1 $0.8300 Corguard ML Blue (Upon Request Only) 0.5 3
Gorman Bros. Inc. 1 1 $0.9000 Corguard ML 1 2
The Cady Co. Inc. 1 1 $0.9000 Corguard ML 1 2
Gorman Asphalt LTD 2 2 $0.9000 Corguard ML 1 2
The Cady Co. Inc. 2 2 $0.9000 Corguard ML 1 2
Suit-Kote Corp. - New Hartford 2 2 $1.0170 Corguard ML 1 3
Gorman Asphalt LTD 3 3 $0.9000 Corguard ML 1 2
Penn Can Asphalt 3 3 $0.9300 Corguard ML 2 3
Suit-Kote Corp. - Cortland 3 3 $1.0050 Corguard ML 1 3
Suit-Kote Corp. - Watertown 3 3 $1.0940 Corguard ML 1 3
Suit-Kote Corp. - Watkins Glen 3 3 $1.1000 Corguard ML 1 3
Midland Asphalt Materials 4 4 $0.9050 Corguard ML 1 3
Suit-Kote Corp. - Rochester 4 4 $1.0050 Corguard ML 1 3
Suit-Kote Corp - Buffalo 4 4 $1.1350 Corguard ML 1 3
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 7 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT I - LIQUID CALCIUM CHLORIDE - CORROSION INHIBITED - DELIVERED (Continued)
CONTRACTOR ZONE OGS
ITEM #
PRICE PER
GALLON PRODUCT NAME DYE/COLOR
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS
Midland Asphalt Materials 5 5 $0.9850 Corguard ML 1 3
Suit-Kote Corp - Buffalo 5 5 $1.0400 Corguard ML 1 3
Suit-Kote Corp - Jamestown 5 5 $1.0640 Corguard ML 1 3
Suit-Kote Corp. - Rochester 5 5 $1.1000 Corguard ML 1 3
Suit-Kote Corp. - Watkins Glen 6 6 $1.0050 Corguard ML 1 3
Midland Asphalt Materials 6 6 $1.0300 Corguard ML 1 3
Penn Can Asphalt 6 6 $1.0300 Corguard ML 2 3
Suit-Kote Corp. - Cortland 6 6 $1.1000 Corguard ML 1 3
Suit-Kote Corp - Jamestown 6 6 $1.1590 Corguard ML 1 3
Gorman Asphalt LTD 7 7 $0.9400 Corguard ML 1 2
Gorman Bros. Inc. 7 7 $0.9600 Corguard ML 1 2
Adirondack Asphalt 7 7 $1.0500 Corguard ML 2 5
Suit-Kote Corp. - Watertown 7 7 $1.0940 Corguard ML 1 3
Suit-Kote Corp. - Cortland 7 7 $1.1000 Corguard ML 1 3
Suit-Kote Corp. - New Hartford 7 7 $1.1120 Corguard ML 1 3
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 8 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT I - LIQUID CALCIUM CHLORIDE - CORROSION INHIBITED - DELIVERED (Continued)
CONTRACTOR ZONE OGS
ITEM #
PRICE PER
GALLON PRODUCT NAME DYE/COLOR
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS
James Reed Sales 8 8 $0.8300 Corguard ML Blue (Upon Request Only) 0.5 3
Gorman Bros. Inc. 8 8 $0.9600 Corguard ML 1 2
Gorman Asphalt LTD 9 9 $0.9000 Corguard ML 1 2
The Cady Co. Inc. 9 9 $0.9000 Corguard ML 1 2
Penn Can Asphalt 9 9 $1.0300 Corguard ML 2 3
Suit-Kote Corp. - W. Oneonta 9 9 $1.0300 Corguard ML 1 3
Suit-Kote Corp. - Cortland 9 9 $1.1000 Corguard ML 1 3
Suit-Kote Corp. - New Hartford 9 9 $1.1120 Corguard ML 1 3
James Reed Sales 10 10 $0.9300 Corguard ML Blue (Upon Request Only) 0.5 3
James Reed Sales 11 11 $0.9300 Corguard ML Blue (Upon Request Only) 0.5 3
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 9 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT II - LIQUID MAGNESIUM CHLORIDE - CORROSION INHIBITED - DELIVERED
CONTRACTOR ZONE
OGS ITEM
# PRICE PER
GALLON PRODUCT
NAME DYE/COLOR
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS
IMUS 1 12 $0.6876 Mag Chloride w/Shield AP
Beige to Brown 2 7
IMUS 1 12 $0.7996 M1000 Beige to Clear 2 7 Bare Ground 1 12 $0.8600 Ultra M Clear 5 7
New York Bituminous 1 12 $0.9000 Ice Stop TM CI Clear 1 2
SWP Environmental 1 12 $1.2500 Freezgard N/A 2 7
SWP Environmental 1 12 AP Hydromelt N/A 2 7
IMUS 2 13 $0.6593 Mag Chloride w/Shield AP
Beige to Brown 2 7
IMUS 2 13 $0.7496 M1000 Beige to Clear 2 7 Bare Ground 2 13 $0.8900 Ultra M Clear 5 7
SWP Environmental 2 13 $1.2000 Freezgard N/A 2 7
SWP Environmental 2 13 AP Hydromelt N/A 2 7
IMUS 3 14 $0.6197 Mag Chloride w/Shield AP
Beige to Brown 2 7
IMUS 3 14 $0.6996 M1000 Beige to Clear 2 7 Bare Ground 3 14 $0.9200 Ultra M Clear 5 7
SWP Environmental 3 14 $1.2000 Freezgard N/A 2 7
SWP Environmental 3 14 AP Hydromelt N/A 2 7
AP = AWARD PENDING
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 10 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT II - LIQUID MAGNESIUM CHLORIDE - CORROSION INHIBITED - DELIVERED (Continued)
CONTRACTOR ZONE OGS
ITEM # PRICE PER GALLON PRODUCT NAME DYE/COLOR
DELIVERY MINIMUM DAYS
DELIVERY MAXIMUM DAYS
IMUS 4 15 $0.5980 Mag Chloride w/Shield AP Beige to Brown 2 7 IMUS 4 15 $0.6980 M1000 Beige to Clear 2 7 Bare Ground 4 15 $0.9500 Ultra M Clear 5 7
SWP Environmental 4 15 $1.1000 Freezgard N/A 2 7
SWP Environmental 4 15 AP Hydromelt N/A 2 7
IMUS 5 16 $0.5980 Mag Chloride w/Shield AP Beige to Brown 2 7 IMUS 5 16 $0.6980 M1000 Beige to Clear 2 7 Bare Ground 5 16 $0.9800 Ultra M Clear 5 7
SWP Environmental 5 16 $1.1000 Freezgard N/A 2 7
SWP Environmental 5 16 AP Hydromelt N/A 2 7
IMUS 6 17 $0.5980 Mag Chloride w/Shield AP Beige to Brown 2 7 IMUS 6 17 $0.6980 M1000 Beige to Clear 2 7 Bare Ground 6 17 $0.9500 Ultra M Clear 5 7
SWP Environmental 6 17 $1.1000 Freezgard N/A 2 7
SWP Environmental 6 17 AP Hydromelt N/A 2 7
IMUS 7 18 $0.6950 Mag Chloride w/Shield AP Beige to Brown 2 7 IMUS 7 18 $0.7950 M1000 Beige to Clear 2 7 Bare Ground 7 18 $0.8900 Ultra M Clear 5 7
SWP Environmental 7 18 AP Hydromelt N/A 2 7
SWP Environmental 7 18 AP Freezgard N/A 2 7
AP = AWARD PENDING
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 11 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT II - LIQUID MAGNESIUM CHLORIDE - CORROSION INHIBITED - DELIVERED (Continued)
CONTRACTOR ZONE OGS
ITEM # PRICE PER GALLON PRODUCT NAME DYE/COLOR
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS
IMUS 8 19 $0.6876 Mag Chloride w/Shield AP Beige to Brown 2 7
IMUS 8 19 $0.7996 M1000 Beige to Clear 2 7
New York Bituminous 8 19 $0.8700 Ice Stop TM CI Clear 1 2 Bare Ground 8 19 $0.8900 Ultra M Clear 5 7
SWP Environmental 8 19 AP Hydromelt N/A 2 7
SWP Environmental 8 19 AP Freezgard N/A 2 7
IMUS 9 20 $0.6197 Mag Chloride w/Shield AP Beige to Brown 2 7
IMUS 9 20 $0.6999 M1000 Beige to Clear 2 7 Bare Ground 9 20 $0.8900 Ultra M Clear 5 7
New York Bituminous 9 20 $0.9000 Ice Stop TM CI Clear 1 2
SWP Environmental 9 20 $1.2000 Freezgard N/A 2 7
SWP Environmental 9 20 AP Hydromelt N/A 2 7
IMUS 10 21 $0.7487 Mag Chloride w/Shield AP Beige to Brown 2 7
IMUS 10 21 $0.8387 M1000 Beige to Clear 2 7
New York Bituminous 10 21 $0.9400 Ice Stop TM CI Clear 1 2 Bare Ground 10 21 $0.9800 Ultra M Clear 5 7
SWP Environmental 10 21 AP Hydromelt N/A 2 7
SWP Environmental 10 21 AP Freezgard N/A 2 7
AP = AWARD PENDING
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 12 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT II - LIQUID MAGNESIUM CHLORIDE - CORROSION INHIBITED - DELIVERED (Continued)
CONTRACTOR ZONE OGS
ITEM # PRICE PER GALLON PRODUCT NAME DYE/COLOR
DELIVERY MINIMUM DAYS
DELIVERY MAXIMUM DAYS
IMUS 11 22 $0.7487 Mag Chloride w/Shield AP Beige to Brown 2 7 IMUS 11 22 $0.8387 M1000 Beige to Clear 2 7 Bare Ground 11 22 $0.8900 Ultra M Clear 5 7
New York Bituminous 11 22 $0.9400 Ice Stop TM CI Clear 1 2
SWP Environmental 11 22 AP Hydromelt N/A 2 7
SWP Environmental 11 22 AP Freezgard N/A 2 7
AP = AWARD PENDING
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 13 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT III - LIQUID MAGNESIUM CHLORIDE WITH ORGANIC BASED PERFORMANCE ENHANCER (OPBE) - OPTION 1 - DELIVERED
CONTRACTOR ZONE OGS
ITEM # PRICE PER
GALLON PRODUCT
NAME DYE/COLOR
DELIVERY MINIMUM DAYS
DELIVERY MAXIMUM DAYS
IMUS 1 23 $0.7899 Magic-O Brown 2 7 IMUS 1 23 $0.8285 M2000 Beige to Clear 2 7 Bare Ground 1 23 $0.8600 Ultra M Clear 5 7 Grain Processing 1 23 AP Geomelt M Dark Brown 5 10
SWP Environmental 1 23 AP Clearlane Plus Blue/Brown 2 7
IMUS 2 24 $0.7899 Magic-O Brown 2 7 IMUS 2 24 $0.8295 M2000 Beige to Clear 2 7 Bare Ground 2 24 $0.8900 Ultra M Clear 5 7 Grain Processing 2 24 AP Geomelt M Dark Brown 5 10
SWP Environmental 2 24 AP Clearlane Plus Blue/Brown 2 7
IMUS 3 25 $0.7388 Magic-O Brown 2 7 IMUS 3 25 $0.7995 M2000 Beige to Clear 2 7 Bare Ground 3 25 $0.9200 Ultra M Clear 5 7 Grain Processing 3 25 AP Geomelt M Dark Brown 5 10
SWP Environmental 3 25 AP Clearlane Plus Blue/Brown 2 7
IMUS 4 26 $0.7188 Magic-O Brown 2 7 IMUS 4 26 $0.7799 M2000 Beige to Clear 2 7 Bare Ground 4 26 $0.9500 Ultra M Clear 5 7 Grain Processing 4 26 AP Geomelt M Dark Brown 5 10
SWP Environmental 4 26 AP Clearlane Plus Blue/Brown 2 7
IMUS 5 27 $0.7288 Magic-O Brown 2 7 IMUS 5 27 $0.7899 M2000 Beige to Clear 2 7 Bare Ground 5 27 $0.9800 Ultra M Clear 5 7 Grain Processing 5 27 AP Geomelt M Dark Brown 5 10
SWP Environmental 5 27 AP Clearlane Plus Blue/Brown 2 7
AP = AWARD PENDING
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 14 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT III - LIQUID MAGNESIUM CHLORIDE WITH ORGANIC BASED PERFORMANCE ENHANCER (OPBE) - OPTION 1 - DELIVERED (continued)
CONTRACTOR ZONE OGS
ITEM #
PRICE PER
GALLON PRODUCT
NAME DYE/COLOR
DELIVERY MINIMUM DAYS
DELIVERY MAXIMUM DAYS
IMUS 6 28 $0.7188 Magic-O Brown 2 7 IMUS 6 28 $0.7999 M2000 Beige to Clear 2 7 Bare Ground 6 28 $0.9500 Ultra M Clear 5 7 Grain Processing 6 28 AP Geomelt M Dark Brown 5 10
SWP Environmental 6 28 AP Clearlane Plus Blue/Brown 2 7
IMUS 7 29 $0.7995 Magic-O Brown 2 7 Bare Ground 7 29 $0.8900 Ultra M Clear 5 7 IMUS 7 29 $0.8995 M2000 Beige to Clear 2 7 Grain Processing 7 29 $1.3900 Geomelt M Dark Brown 5 10
SWP Environmental 7 29 AP Clearlane Plus Blue/Brown 2 7
IMUS 8 30 $0.8295 Magic-O Brown 2 7 IMUS 8 30 $0.8795 M2000 Beige to Clear 2 7 Bare Ground 8 30 $0.8900 Ultra M Clear 5 7 Grain Processing 8 30 $1.3900 Geomelt M Dark Brown 5 10
SWP Environmental 8 30 AP Clearlane Plus Blue/Brown 2 7
IMUS 9 31 $0.7593 Magic-O Brown 2 7 IMUS 9 31 $0.7985 M2000 Beige to Clear 2 7 Bare Ground 9 31 $0.8900 Ultra M Clear 5 7 Grain Processing 9 31 AP Geomelt M Dark Brown 5 10
SWP Environmental 9 31 AP Clearlane Plus Blue/Brown 2 7
IMUS 10 32 $0.8490 Magic-O Brown 2 7 IMUS 10 32 $0.9150 M2000 Beige to Clear 2 7 Bare Ground 10 32 $0.9800 Ultra M Clear 5 7 Grain Processing 10 32 AP Geomelt M Dark Brown 5 10
SWP Environmental 10 32 AP Clearlane Plus Blue/Brown 2 7
AP = AWARD PENDING
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 15 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT III - LIQUID MAGNESIUM CHLORIDE WITH ORGANIC BASED PERFORMANCE ENHANCER (OPBE) - OPTION 1 - DELIVERED (continued)
CONTRACTOR ZONE OGS
ITEM #
PRICE PER
GALLON PRODUCT
NAME DYE/COLOR
DELIVERY MINIMUM DAYS
DELIVERY MAXIMUM DAYS
IMUS 11 33 $0.8490 Magic-O Brown 2 7 Bare Ground 11 33 $0.8900 Ultra M Clear 5 7 IMUS 11 33 $0.9150 M2000 Beige to Clear 2 7 Grain Processing 11 33 AP Geomelt M Dark Brown 5 10
SWP Environmental 11 33 AP Clearlane Plus Blue/Brown 2 7
AP = AWARD PENDING
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 16 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT III - LIQUID MAGNESIUM CHLORIDE WITH ORGANIC BASED PERFORMANCE ENHANCER (OPBE)
OPTION 2 - DELIVERED TO THE LOCATIONS SPECIFIED BY THE AGENCY IN THE SPECIFIED QUANTITIES IN CONJUNCTION WITH A MINIMUM 200 TON PER HOUR PORTABLE PUG MILL MIXING PLANT, WITH AN ADJUSTABLE LIQUID FLOW CONTROLLER, AND A QUALIFIED OPERATOR TRAINED BY THE CONTRACTOR. THE PUG MILL WILL HAVE A SPLIT HOPPER DESIGN SO THAT IT MAY RECEIVE DIFFERENT BLENDS OF AGGREGATE AND SALT TO PRODUCE A HOMOGENOUS BLEND OF AGGREGATES, SALT AND LIQUID AS DESIRED BY THE PURCHASING AGENCY. THE PURCHASING AGENCY WILL PROVIDE A MINIMUM OF TWO LOADERS/OPERATORS TO ASSIST IN THE MIXING PROCESS. FOR OPTIMAL MIXING, THREE LOADERS/OPERATORS WILL SUBSTANTIALLY INCREASE DAILY PRODUCTION.
CONTRACTOR ZONE OGS
ITEM #
PRICE PER
GALLON PRODUCT NAME DYE/COLOR
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS IMUS 1 34 $0.8676 Magic-O Brown 2 14 IMUS 1 34 $0.9062 M-2000 Beige to Clear 2 14
SWP Environmental 1 34 AP Clearlane Plus Blue/Brown 6 15
IMUS 2 35 $0.8676 Magic-O Brown 2 14 IMUS 2 35 $0.9062 M-2000 Beige to Clear 2 14
SWP Environmental 2 35 AP Clearlane Plus Blue/Brown 6 15
IMUS 3 36 $0.7976 Magic-O Brown 2 14 IMUS 3 36 $0.8583 M-2000 Beige to Clear 2 14
SWP Environmental 3 36 AP Clearlane Plus Blue/Brown 6 15
IMUS 4 37 $0.7876 Magic-O Brown 2 14 IMUS 4 37 $0.8487 M-2000 Beige to Clear 2 14
SWP Environmental 4 37 AP Clearlane Plus Blue/Brown 6 15
IMUS 5 38 $0.7976 Magic-O Brown 2 14 IMUS 5 38 $0.8587 M-2000 Beige to Clear 2 14
SWP Environmental 5 38 AP Clearlane Plus Blue/Brown 6 15
AP = AWARD PENDING
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 17 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT III - LIQUID MAGNESIUM CHLORIDE WITH ORGANIC BASED PERFORMANCE ENHANCER (OPBE) - OPTION 2 (Continued)
CONTRACTOR ZONE OGS
ITEM #
PRICE PER
GALLON PRODUCT NAME DYE/COLOR
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS IMUS 6 39 $0.7876 Magic-O Brown 2 14 IMUS 6 39 $0.8687 M-2000 Beige to Clear 2 14
SWP Environmental 6 39 AP Clearlane Plus Blue/Brown 6 15 IMUS 7 40 $0.9095 Magic-O Brown 2 14 IMUS 7 40 $1.0090 M-2000 Beige to Clear 2 14
SWP Environmental 7 40 AP Clearlane Plus Blue/Brown 6 15
IMUS 8 41 $0.9199 Magic-O Brown 2 14 IMUS 8 41 $0.9699 M-2000 Beige to Clear 2 14
SWP Environmental 8 41 AP Clearlane Plus Blue/Brown 6 15
IMUS 9 42 $0.8376 Magic-O Brown 2 14 IMUS 9 42 $0.8678 M-2000 Beige to Clear 2 14
SWP Environmental 9 42 AP Clearlane Plus Blue/Brown 6 15
IMUS 10 43 $0.9483 Magic-O Brown 2 14 IMUS 10 43 $1.0140 M-2000 Beige to Clear 2 14
SWP Environmental 10 43 AP Clearlane Plus Blue/Brown 6 15
IMUS 11 44 $0.9483 Magic-O Brown 2 14 IMUS 11 44 $1.0140 M-2000 Beige to Clear 2 14
SWP Environmental 11 44 AP Clearlane Plus Blue/Brown 6 15
AP = AWARD PENDING
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 18 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT III - LIQUID MAGNESIUM CHLORIDE WITH (OBPE)
OPTION 3 - DELIVERED TO LOCATIONS SPECIFIED BY PURCHASING AGENCY IN SPECIFIED QUANTITY IN CONJUNCTION WITH A PORTABLE STACKING CONVEYOR SYSTEM, WITH AN ADJUSTABLE LIQUID FLOW CONTROLLER, SPRAYHEADS ABOVE AND BELOW THE DISCHARGE POINT OF THE CONVEYOR, AND A QUALIFIED OPERATOR TRAINED BY THE CONTRACTOR. THE PUCHASING AGENCY WILL SUPPLY A MINIMUM OF TWO LOADERS/OPERATORS TO ASSIST IN THE STACKING PROCESS.
CONTRACTOR ZONE OGS ITEM
# PRICE PER
GALLON PRODUCT NAME DYE/COLOR
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS IMUS 1 45 $0.8876 Magic-O Brown 2 14 IMUS 1 45 $0.9262 M-2000 Beige to Clear 2 14 IMUS 2 46 $0.8875 Magic-O Brown 2 14 IMUS 2 46 $0.9262 M-2000 Beige to Clear 2 14 IMUS 3 47 $0.7976 Magic-O Brown 2 14 IMUS 3 47 $0.8583 M-2000 Beige to Clear 2 14 IMUS 4 48 $0.7876 Magic-O Brown 2 14 IMUS 4 48 $0.8487 M-2000 Beige to Clear 2 14 IMUS 5 49 $0.7976 Magic-O Brown 2 14 IMUS 5 49 $0.8587 M-2000 Beige to Clear 2 14 IMUS 6 50 $0.7876 Magic-O Brown 2 14 IMUS 6 50 $0.8687 M-2000 Beige to Clear 2 14 IMUS 7 51 $0.9295 Magic-O Brown 2 14 IMUS 7 51 $1.0290 M-2000 Beige to Clear 2 14 IMUS 8 52 $0.9399 Magic-O Brown 2 14 IMUS 8 52 $0.9899 M-2000 Beige to Clear 2 14 IMUS 9 53 $0.8576 Magic-O Brown 2 14 IMUS 9 53 $0.8968 M-2000 Beige to Clear 2 14 IMUS 10 54 $0.9683 Magic-O Brown 2 14 IMUS 10 54 $1.0340 M-2000 Beige to Clear 2 14 IMUS 11 55 $0.9683 Magic-O Brown 2 14 IMUS 11 55 $1.0340 M-2000 Beige to Clear 2 14
To determine Zones - See Page(s) 26 and 27.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 19 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT IV - GRANULAR SODIUM CHLORIDE TREATED WITH LIQUID MAGNESIUM CHLORIDE WITH ORGANIC BASED PERFORMANCE ENHANCER (OBPE)
CONTRACTOR OGS ITEM # COUNTY
ESTIMATED QUANTITY
PRICE PER TON
PRODUCT NAME
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS
FINISHED SALT COLOR
IMUS 56 Albany 5,600 $36.55 Magic Salt 2 7 Brown
IMUS 57 Allegany 100 $35.63 Magic Salt 2 7 Brown
International Salt Co. 58 Bronx 100 $45.21 Ice Ban Ultra M 2 7 Blue Tint
IMUS 59 Broome 5,100 $35.62 Magic Salt 2 7 Brown
IMUS 60 Cattaraugus 1,000 $35.63 Magic Salt 2 7 Brown
IMUS 61 Chautauqua 1,000 $36.35 Magic Salt 2 7 Brown
Cargill Inc. Deicing Technology 62 Chenango 100 $37.21
Clearlane Treated Salt 1 5 Brown
Cargill Inc. Deicing Technology 63 Clinton 100 $44.00
Clearlane Treated Salt 1 5 Brown
IMUS 64 Columbia 3,500 $40.90 Magic Salt 2 7 Brown
IMUS 65 Cortland 6,200 $33.25 Magic Salt 2 7 Brown
Cargill Inc. Deicing Technology 66 Delaware 3,100 $39.75
Clearlane Treated Salt 1 5 Brown
IMUS 67 Dutchess 2,300 $41.65 Magic Salt 2 7 Brown
IMUS 68 Erie 15,000 $30.75 Magic Salt 2 7 Brown
Cargill Inc. Deicing Technology 69 Essex 100 $45.19
Clearlane Treated Salt 1 5 Brown
Cargill Inc. Deicing Technology 70 Franklin 200 $47.50
Clearlane Treated Salt 1 5 Brown
IMUS 71 Greene 550 $40.21 Magic Salt 2 7 Brown
IMUS 72 Hamilton 100 $42.16 Magic Salt 2 7 Brown
IMUS 73 Herkimer 1,000 $38.15 Magic Salt 2 7 Brown
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 20 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT IV - GRANULAR SODIUM CHLORIDE TREATED WITH LIQUID MAGNESIUM CHLORIDE WITH (OBPE) (Continued)
CONTRACTOR OGS
ITEM # COUNTY ESTIMATED QUANTITY
PRICE PER TON
PRODUCT NAME
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS
FINISHED SALT
COLOR
IMUS 74 Jefferson 100 $40.83 Magic Salt 2 7 Brown
IMUS 75 Lewis 50 $41.46 Magic Salt 2 7 Brown
IMUS 76 Madison 100 $38.27 Magic Salt 2 7 Brown
IMUS 77 Monroe 100 $32.25 Magic Salt 2 7 Brown
International Salt Co. 78 Nassau 2,150 $45.65
Ice Ban Ultra M 2 7 Blue Tint
International Salt Co. 79 New York 100 $45.34
Ice Ban Ultra M 2 7 Blue Tint
IMUS 80 Niagara 1,000 $32.40 Magic Salt 2 7 Brown
IMUS 81 Oneida 2,000 $36.38 Magic Salt 2 7 Brown
IMUS 82 Onondaga 5,200 $31.66 Magic Salt 2 7 Brown
IMUS 83 Ontario 6,800 $30.19 Magic Salt 2 7 Brown
IMUS 84 Orange 2,900 $42.49 Magic Salt 2
7 Brown
IMUS 85 Oswego 100 $34.83 Magic Salt 2
7 Brown
IMUS 86 Otsego 1,800 $40.25 Magic Salt 2
7 Brown
IMUS 87 Putnam 1,000 $42.51 Magic Salt 2 7 Brown
International Salt Co. 88 Queens 1,000 $45.21
Ice Ban Ultra M 2 7 Blue Tint
IMUS 89 Rensselaer 3,000 $37.82 Magic Salt 2 7 Brown
International Salt Co. 90 Richmond 100 $44.88
Ice Ban Ultra M 2 7 Blue Tint
International Salt Co. 91 Rockland 1,000 $44.79
Ice Ban Ultra M 2 7 Blue Tint
SWP Environmental 92
St. Lawrence 100 $49.99
Clearlane or SWP 3 10
Clearlane -Brown/ SWP - Blue
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 21 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
LOT IV - GRANULAR SODIUM CHLORIDE TREATED WITH LIQUID MAGNESIUM CHLORIDE WITH (OBPE) (Continued)
CONTRACTOR
OGS ITEM
# COUNTY ESTIMATED QUANTITY
PRICE PER TON
PRODUCT NAME
DELIVERY MINIMUM
DAYS
DELIVERY MAXIMUM
DAYS
FINISHED SALT
COLOR
IMUS 93 Saratoga 10,100 $35.89 Magic Salt 2 7 Brown
IMUS 94 Schenectady 500 $36.99 Magic Salt 2 7 Brown
IMUS 95 Schoharie 600 $38.43 Magic Salt 2
7 Brown
IMUS 96 Steuben 6,995 $30.95 Magic Salt 2 7 Brown
International Salt Co. 97 Suffolk 5,050 $48.97
Ice Ban Ultra M 2 7 Blue Tint
IMUS 98 Sullivan 1,650 $39.76 Magic Salt 2 7 Brown
IMUS 99 Tompkins 1,330 $32.62 Magic Salt 2 7 Brown
IMUS 100 Ulster 500 $42.90 Magic Salt 2 7 Brown
IMUS 101 Warren 3,000 $41.65 Magic Salt 2 7 Brown
IMUS 102 Washington 1,000 $40.69 Magic Salt 2 7 Brown
IMUS 103 Wayne 2,800 $30.19 Magic Salt 2 7 Brown
International Salt Co. 104 Westchester 10,300 $44.24
Ice Ban Ultra M 2 7 Blue Tint
IMUS 105 Cayuga & Seneca 4,100 $31.82 Magic Salt 2
7 Brown
IMUS 106 Chemung & Tioga 1,500 $34.83 Magic Salt 2
7 Brown
IMUS 107 Fulton & Montgomery 1,000 $39.90 Magic Salt 2
7 Brown
IMUS 108 Genesee & Orleans 6,000 $33.32 Magic Salt 2
7 Brown
IMUS 109 Schuyler & Yates 2,050 $30.50 Magic Salt 2 7 Brown
IMUS 110 Wyoming & Livingston 7,352 $33.30 Magic Salt 2 7 Brown
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 22 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
Person responsible for expediting New York State contract orders: Contractor Contact Phone # Toll Free# FAX # Adirondack Asphalt Donald Lynch 315/386-8211 888/446-8211 315/379-9068 Bare Ground Systems Ed Brookmyer 978/459-7714 800/646-8941 800/646-9029 Cargill Inc. Deicing Tech. Customer Service 800/600-7258 888/739-8705 Gorman Asphalt, Ltd. P.A. Gorman 518/462-5401 NA 518/462-1296 Gorman Brothers Inc. P.A. Gorman 518/462-5401 NA 518/462-1296 Grain Processing Corp. David Cali 563/264-4409 NA 563/264-4289 I.M.U.S. Daren Crawford 518/695-5627 800/257-5808 518/695-5647 International Salt Customer Service 888/388-4726 (press 1) 888/977-2499 James Reed Ed Brady 518/945-1120 800/942-8947 518/945-1298 Midland Asphalt Tim McNally 716-692-0730 NA 716/692-0613 NY Bituminous Robert Leo 845/782-7231 NA 845/783-1787 Penn Can Thomas Barry 315/488-0337 NA 315/488-0339 Suit-Kote Mark Edsall 607/753-1100 x 332 800/622-5636, Ext. 332 607/758-9760 SWP Environmental LLC John L. Hooker 585/728-3770 NA 585/728-9901 The Cady Co. P.A. Gorman 518/843-2640 NA 581/843-3171 Person to contact in the event of an emergency occurring after business hours or on weekend/holidays: Contractor Contact Phone # Pager # Cell # Adirondack Asphalt Donald Lynch 315/386-8211 315/323-5436 315/323-4598 Bare Ground Systems John Creeth 978/459-7714 NA 617/877-3101 Cargill Inc. Deicing Tech. Customer Service 800/600-7258 NA NA Gorman Asphalt Ltd. P.A. Gorman 518/462-5401 NA NA Gorman Brothers Inc. P.A. Gorman 518/462-5401 NA NA Grain Processing Corp. Chris Duffy 570/236-9055 NA 570/236-9055 I.M.U.S. Daren Crawford 518/695-5627 NA 315/335-1647 International Salt Co. Customer Service 888/388-4726 (press 1) NA NA James Reed Joe Wildermuth 518/945-1120 518/822-3908 NA Midland Asphalt Tim McNally 716/741-4855 NA 716/479-7193 NY Bituminous Vince Salamone 845/744-5357 NA 914/447-6475 Penn-Can Donald Murray 315/382-1050 NA 315/382-1050 Suit-Kote Mark Edsall 607/844-9656 607/897-1899 607/745-0017 SWP Environmental, LLC John L. Hooker 585/728-3770 NA 585/451-6582 The Cady Co. P.A. Gorman 518/462-5401 NA NA REQUEST FOR CHANGE:
Any request by the agency or contractor regarding changes in any part of the contract must be made in writing to the Office of General Services, Procurement Services Group prior to effectuation.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 23 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
REPORT OF CONTRACT PURCHASES:
Contractor shall furnish report of purchases made from contract the fifteenth of the month following the end of each six month period. The reports shall be in the following format:
Contractor
Shipped to
(Political Subdivision)
Shipped to
(State Agencies)
Lot
Option
Gallons
Value
ABC NYS Department of Transportation
2 1 600 $420.00
ABC City of Albany 4 2 500 $400.00
The report is to be submitted to the Office of General Services, Procurement Services Group, Tower Bldg., Empire State Plaza, Albany, NY 12242, to the attention of the individual shown on the front page of the Contract Award Notification and shall reference the commodity group number, the Invitation for Bids number, contract number, sales period, and contractor's name. Failure to submit the required report may be cause for disqualification of contractor for future contracts.
PRODUCT SUITABILITY AND LIABILITY:
Deviation from specifications may result in rejection of any delivery. All costs associated with rejected deliveries will be the responsibility of the contractor. Should a product be found to be contaminated (after application), with non-specified elements, and become cause for environmental concerns, that necessitate clean-up of yards, storage facilities, or roadsides, etc., the contractor shall be responsible for any, and all expenses incurred.
NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:
New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B, OGS General Specifications. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State. Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us) under "Non-State Agency Legal References." Questions regarding an organization's eligibility to purchase from New York State Contracts should be directed to OGS Procurement Services Group's Customer Services at 518-474-6717 or by e-mail to [email protected].
OGS OR LESS GUIDELINES APPLY TO LOT IV OF THIS CONTRACT: Purchases of the products included in the Invitation For Bids and related Contract Award Notification are subject to the "OGS or Less" provisions of Section 163.3.a.v., Article XI, of the New York State Finance Law. This means that State agencies can purchase products from sources other than the contractor provided that such products are substantially similar in form, function or utility to the products herein and are:
1. lower in price -and/or- 2. available under terms which are more economically efficient to the State agency (e.g. delivery terms,
warranty terms, etc.).
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 24 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
"OGS OR LESS" GUIDELINES APPLY TO LOT IV OF THIS CONTRACT: (continued)
Agencies are reminded that they must provide the State contractor an opportunity to match the non-contract savings at least two business days prior to purchase. In addition, purchases made under "OGS or Less" flexibility must meet all requirements of law including, but not limited to, advertising in the New York State Contract Reporter, prior approval of the Comptroller's Office and competitive bidding of requirements exceeding the discretionary bid limit. State agencies should refer to Procurement Council Bulletin "OGS or Less Purchases" for complete procedural and reporting requirements.
PRICE REDUCTIONS:
Contractors shall be permitted to reduce their pricing any time during the contract term. In addition, in Lots I, II and III, contractors may choose to offer lower prices in specific instances or for particular projects. Contractors may do so through the agencies use of the “Quick Quote” procedure (see below).
QUICK QUOTE/PRICE CALCULATION:
During the course of the award, agencies may wish to try to obtain lower prices and contractors may wish to lower their contract price for various reasons, i.e. excess supply, slow business etc. Each quick quote situation is unique and the price is firm for that particular project only. The use of the quick quote format is optional. Agencies may simply contact the lowest priced contractor meeting their delivery needs and place their order. If an agency wishes to try to obtain better pricing they must sent a quick quote form to the contractors. If bid security is an issue, the agency can require bids to be sealed and opened publicly. Agencies are to accept the lowest bid meeting their specific need. There are no negotiations permitted following this “Quick Quote” bid and prices cannot be changed once offered. Failure to adhere to all quick quote procedures may cause any non-state agency to lose the privilege of using State contracts. If for some reason the lowest bid is not taken, the agency must prepare detailed documentation explaining the action taken (i.e., the low contractor could not provide the product in the time frame required). This explanation along with the worksheets must be made a part of the record. State Agencies are required to send copies of all worksheets along with the purchase order to the Office of the State Comptroller. Contractors are not required to lower prices when they receive a quick quote. They may quote their contract price. However, at no time, may a price be quoted that is higher than their contract price. Any awarded price can be lowered by the contractor during the quick quote process.
DELIVERY REQUIREMENTS: LOTS I, II, AND III:
The product shall be delivered in bulk in tank trucks. Delivery shall be made as indicated. Each delivery truck shall be equipped for unloading product, and shall have either an approved liquid meter for accurately measuring the amount of liquid product delivered or verifiable weight receipts.
DELIVERY REQUIREMENTS: LOT IV:
Product shall be shipped in bulk delivery. All shipments of product shall be totally covered with a waterproof tarpaulin or similar sheeting material. Torn or ripped coverings may be cause for rejection of shipment. Also, evidence of free flowing water/brine in particular shipments may be cause for rejection. Product shall be received in a free-flowing and usable condition.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 25 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
SAMPLING/TESTING: One 16-ounce sample of the liquid product being delivered may be taken from the delivery container. If material testing equipment is available, the sample should be taken from the delivery container with a bailer tube. If material testing equipment is unavailable then the sample should be taken from the transfer hose only after no less than one half of the load has been discharged.
OPTION 1:
Deliver to the locations specified by the purchasing agency in the specified quantities. OPTION 2:
Deliver to the locations specified by the purchasing agency in the specified quantities in conjunction with a minimum 200 ton per hour portable pug mill mixing plant, with an adjustable liquid flow controller, and a qualified operator trained by the contractor. The pug mill will have a split hopper design so that it may receive different blends of aggregate and salt to produce a homogenous blend of aggregates, salt and liquid as desired by the purchasing agency. The purchasing agency will provide a minimum of two loaders/operators to assist in the mixing process. For optimal mixing three loaders/operators will substantially increase daily production.
OPTION 3:
Deliver to the locations specified by the purchasing agency in the specified quantities in conjunction with a portable stacking conveyor system, with an adjustable liquid flow controller, spray heads above and below the discharge point of the conveyor, and a qualified operator trained by the contractor. The purchasing agency will supply a minimum of two loaders/operators to assist in the stacking process.
INTENDED USE STATEMENTS FOR LOTS I - IV
LOT I - LIQUID CALCIUM CHLORIDE - CORROSION INHIBITED
The intended use of this product could be on-board pre-wetting of material (salt and/or abrasives) as they are spread on the roadway during snow and ice control operations or stockpile (salt/abrasives) treatment.
LOT II - LIQUID MAGNESIUM CHLORIDE - CORROSION INHIBITED
The intended use of this product could be for anti-icing (direct to pavement) applications, on-board pre-wetting of material (salt and/or abrasives) as they are spread on the roadway during snow and ice control operations or stockpile (salt/abrasives) treatment.
LOT III - LIQUID MAGNESIUM CHLORIDE WITH ORGANIC BASED PERFORMANCE ENHANCER The intended use of this product could be for anti-icing (direct to pavement) applications, on-board pre-wetting of material (salt and/or abrasives) as they are spread on the roadway during snow and ice control operations or stockpile (salt/abrasives) treatment.
LOT IV - TREATED SALT (Granular Sodium Chloride Treated with Liquid Magnesium Chloride/Organic Based Performance Enhancer)
The intended use of this product would be to treat roadways for snow and ice control. Using agencies are cautioned that some of these products contain trace constituents considered excessive for use in the New York City watershed.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 26 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
NOTE WELL: The products offered under this contract may contain constituents recognized to have potential for environmental impact under certain conditions. The end user is advised to make certain that any product/item selected for use complies with any existing local or regional environmental regulations. Any questions regarding environmental regulations should be directed to:
NYS Dept. of Environmental Conservation Div. Solid & Hazardous Materials Bureau of Waste Reduction and Recycling 625 Broadway Albany, NY 12233-7253 or call Jeffrey Schmitt at 518/402-8706 ZONES:
Zones are grouped by Counties as indicated below:
1 2 3 4 5 Albany Futon Cayuga Genesee Cattaraugus Essex Hamilton Cortland Livingston Chautauqua Greene Herkimer Onondaga Monroe Erie Rensselaer Madison Oswego Ontario Niagara Saratoga Montgomery Seneca Orleans Schenectady Oneida Tompkins Wyoming Warren Wayne Washington
6 7 8 9 10 11
Allegany Clinton Columbia Broome Nassau Bronx Chemung Franklin Dutchess Chenango Suffolk Kings Schuyler Jefferson Orange Delaware Queens Steuben Lewis Putnam Otsego New York Tioga St. Lawrence Rockland Schoharie Richmond Yates Ulster Sullivan Westchester
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 27 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
NE
W Y
OR
K S
TA
TE
Z
ON
ES F
OR
LO
TS I
, II
, A
ND
III
Nas
sau
Nia
gara
O
rlean
s
Che
nang
o S
chuy
ler
Tom
pkin
s
Yat
es
Way
ne
Ont
ario
Mon
roe
Livi
ngst
on
Ono
ndag
a M
adis
on
Wyo
min
g
Gen
esee
Erie
Se
neca
Osw
ego
One
ida
Lew
is
Her
kim
er
Ham
ilton
Fulto
n
Jeffe
rson
St.
Law
renc
e F
rank
lin
Clin
ton
Ess
ex
War
ren
Sar
atog
a
Sch
ohar
ie
Ots
ego
Del
awar
e G
reen
e C
olum
bia
Dut
ches
s
Ora
nge
Sul
livan
Uls
ter
Was
hing
ton
Mon
tgom
ery
Alb
any
Suf
folk
Cay
uga
Rens
selae
r
Sch
’dy
2
10
Cat
tara
ugus
A
llega
ny
Ste
uben
Cha
utau
qua
Che
mun
g Ti
oga
Bro
ome
1
7
3
4
9
Put
nam
Wes
tche
ster
Roc
kland
Cort
land
8
5
6 Co
un
ty
Reg
ion
One
ida
2
Ono
ndag
a 3
Ont
ario
4
Ora
nge
8
Orle
ans
4
Osw
ego
3 O
tseg
o 9
Put
nam
8
Que
ens
11
R
enss
elae
r 1
Ric
hmon
d 11
R
ockl
and
8 S
t. L
awre
nce
7 S
arat
oga
1
Sch
enec
tady
1
Sch
ohar
ie
9
11
B
ronx
N
ew
Yor
k
Ric
hmon
d
Que
ens
King
s
Co
un
ty
Reg
ion
Sch
uyle
r 6
Sen
eca
3 S
teub
en
6 S
uffo
lk
10
Sul
livan
9
Tio
ga
6 T
ompk
ins
3 U
lste
r 8
War
ren
1
Was
hing
ton
1 W
ayne
4
Wes
tche
ster
8
Wyo
min
g 4
Yat
es
6
Co
un
ty
Reg
ion
Alb
any
1
Alle
gany
6
Bro
ome
9 B
ronx
11
C
atta
raug
us
5 C
ayug
a 3
Cha
utau
qua
5
Che
mun
g 6
Che
nang
o
9 C
linto
n 7
Col
umbi
a 8
Cor
tland
3
Del
awar
e 9
Dut
ches
s 8
Erie
5
Ess
ex
1
Co
un
ty
Reg
ion
Fra
nklin
7
Ful
ton
2 G
enes
ee
4 G
reen
e
1 H
amilt
on
2 H
erki
mer
2
Jeffe
rson
7
Kin
gs
11
Lew
is
7 Li
ving
ston
4
Mad
ison
2
Mon
roe
4
Mon
tgom
ery
2 N
assa
u 10
N
ew Y
ork
11
Nia
gara
5
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 28 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
PRICE CALCULATION/QUICK QUOTE WORKSHEET
SNOW/ICE CONTROL AGENTS SECTION A
Agency________________________________________________________ Date________________________ Project Name___________________________________________________Number______________________ Project Location ___________________________________________________________________________________ Option Required: ____________________________________________________________________________ Estimated Total Quantity Required:_______________________________________________GALLONS/TONS Required Delivery Date _______________________________________________________________________
SECTION B
Company Name______________________________________________________________________________ Plant Location_______________________________________________________________________________ Telephone___________________________________ Estimated Haul Distance___________________________ PRICE FOR OPTION AS INDICATED IN SECTION A: _____________________________GALLONS/TONS Can Contractor Supply. . . . . . . . . . . . . . . . . . . . . . YES____________ NO____________ Can Contractor meet Schedule. . . . . . . . . . . . . . . . YES____________ NO____________ Contractor Signature ______________________________________________________________________
SECTION C Agency Comments*_______________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ *Explain under “Agency Comments” any rejection of lowest price.
GROUP 32100 - SNOW/ICE CONTROL AGENTS AWARD PAGE 29 (All State Agencies and Political Subdivisions)
(continued) 02130.ta.doc/10keg
State of New York
Office of General Services PROCUREMENT SERVICES GROUP
Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor . Describe Product* Provided (Include Item No., if available): *Note : “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including
printing), services and/or technology. The term “Product” includes Licensed Software.
Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: Agency: Prepared by: Address: Title: Date: Phone: E-mail:
Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:
OGS PROCUREMENT SERVICES GROUP Customer Services, Room 3711
Corning 2nd Tower - Empire State Plaza Albany, New York 12242
* * * * *