37000 21203 Mowing Equipment (Walk Behind Type) & Weed Trimmer (Statewide) Award !! 3700021203a

Preview ! 3700021203a Sarlo Lawn Mower Manuals - Lawn Mower Manuals – The Best Lawn Mower Manuals Collection

User Manual: !! Sarlo Lawn Mower Manuals - Lawn Mower Manuals – The Best Lawn Mower Manuals Collection

Open the PDF directly: View PDF PDF.
Page Count: 14

Download37000 21203 Mowing Equipment (Walk Behind Type) & Weed Trimmer (Statewide) - Award  !! 3700021203a
Open PDF In BrowserView PDF
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

:

Award Number

:

Group 37000 - MOWING EQUIPMENT
(Walk Behind Type) & WEED TRIMMER
(Statewide)
Classification Code: 21
21203
(Replaces Award 20911)

Contract Period

:

May 15, 2008 - May 14, 2009

Bid Opening Date

:

November 20, 2007

Date of Issue

:

February 7, 2008

Specification Reference :

As Incorporated In The Invitation for Bids

Contractor Information :

Appears on Page 2 of this Award

Address Inquiries To:
State Agencies & Vendors
Name
Title
Phone
Fax
E-mail

:
:
:
:
:

Political Subdivisions & Others

Patrick Rohloff
Purchasing Officer I
518-474-3856
518-474-8676
patrick.rohloff@ogs.state.ny.us

Phone :
Fax
:
E-mail :

Customer Services
518-474-6717
518-474-2437
customer.services@ogs.state.ny.us

The Procurement Services Group values your input.
Complete and return "Contract Performance Report" at end of document.

Description
This award covers both light and heavy duty lawn mowers which are gasoline engine powered.
The types include both Light Duty (Small Area/Home Type) and Heavy Duty (Large Area/Commercial
Type). The Styles include both Hand-Propelled and Self-Propelled mowers. This award also covers handheld grass, weed and brush trimmers.

PR #21203-T

(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD

PAGE 2

NOTE: See individual contract items to determine actual awardees.
CONTRACT # CONTRACTOR & ADDRESS

TELEPHONE #

FED.IDENT.#

PC63759
SB

GRASSLAND EQUIPMENT &
IRRIGATION CORP.
892-898 Troy-Schenectady Rd.
Latham, NY 12110

800/564-5236
141460098
716/822-2020
Mr. Steve Piper
Fax: 716/822-8836
E-mail: sjpiperbla@aol.com
Web: www.grasslandcorp.com

PC63760
SB
WBE

HENRY W. O'NEILL & ASSOC., INC.
d/b/a O'NEILL ASSOCIATES
795 Canning Parkway
Victor, NY 14564
(1% - 15 Days)

800/724-3145
160923534
585/924-3700
Mr. John Werder
Fax: 800/724-3144
585/924-7494
E-mail: john@oneilloutdoor.com
Web: www:oneilloutdoor.com

PC63761
SB

S.V. MOFFETT CO., INC.
33 Thruway Park Dr.
West Henrietta, NY 14586

888/708-5296, Ext. 128
160714976
585/334-0100, Ext. 128
Mr. Dennis Vivenzio
Fax: 585/334-6332
E-mail: sales@svmoffett.com
Web: www.svmoffett.com

PC63762

SARLO POWER MOWERS, INC.
PO Box 1169
Ft. Myers, FL 33902

800/749-5296
590832854
239/332-1955
Mr. Tony Sarlo
Fax: 239/332-7212
E-mail: tsarlo9082@aol.com
Web: www.sarlomower.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.
NOTE TO AUTHORIZED USERS:
When placing purchase orders under the contract(s), the authorized user should be familiar with and
follow the terms and conditions governing its use which usually appears at the end of this document. The
authorized user is accountable and responsible for compliance with the requirements of public procurement
processes. The authorized user must periodically sample the results of its procurements to determine its
compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure
that such results can withstand public scrutiny.
(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD

PAGE 3

NOTE TO AUTHORIZED USERS: (Cont'd)
The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for
contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in
recognition of market fluctuations over time, authorized users are encouraged to seek improved pricing whenever
possible.
Authorized users have the responsibility to document purchases, particularly when using OGS multiple
award contracts for the same or similar product(s)/service(s), which should include:
• a statement of need and associated requirements,
• a summary of the contract alternatives considered for the purchase,
• the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among multiple
contracts at the time of purchase was the most practical and economical alternative and was in the best
interests of the State).
PRICE:
Price includes all customs duties and charges and is net, F.O.B. destination any point in New York State
including unloading at storeroom door, operational instruction of agency personnel (comprehensive manual
acceptable).
The unit is a delivered price (including all freight charges) regardless of quantities of weight.
In addition, upon mutual agreement, delivery locations may be expanded per the "Extension of Use"
clause.
ACCEPTANCE OF NYS PROCUREMENT CARD:
Contractor

Add'l. Discount
for Purchases
Made with Card

Yes/No

Grassland Equipment & Irrigation
O'Neill Associates
S.V. Moffett Co., Inc.
Sarlo Power Mowers, Inc.

Yes
Yes
Yes
Yes

0%
0%
0%
0%

LIGHT DUTY DOMESTIC TYPE ROTARY MOWERS:
Item
No.
1.

Item
Description

Unit
Price

Rotary Mower, Self-Propelled,
21" cut, 6.5 HP/4 cycle
gasoline engine, and as described
below.
(Side discharge)

$315.75

Mower Make & Model Number: Lawnboy 10682
Cutting Width: 21 in.
Make, Model Number & HP of Engine: Tecumseh, LV195EA, 6.5HP
No. of Cycles: 4
Cutting Height: 1 in. to 4 in.
Blade Type: Tempered Steel
Deck Gauge: 14
Wheels: Std. Bushing
Side Discharge
Rear Wheel Drive
Delivery: 30 Days A/R/O
CONTRACTOR, ITEM 1: GRASSLAND EQUIPMENT & IRRIGATION CORP.
(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

ROTARY MOWERS, HEAVY DUTY COMMERCIAL:
Item
No.
2.

Item
Description

Unit
Price

Rotary Mower, Heavy Duty
Commercial, Hand-Propelled
22” Cut, 6.75 HP/4 cycle
air-cooled Commercial Grade
Gasoline Engine and as
described below.
(Side discharge)

$581.00

Mower Make & Model Number: Sarlo 622
Cutting Width: 22 in.
Make & HP of Engine: B & S, 6.75HP
Industrial Commercial Type
No. of Cycles: 4
Cutting Height: 1 in. to 3 in.
Blade Type: Rigid
Deck Gauge: 13
Side Discharge
Delivery: 14 Days A/R/O
CONTRACTOR, ITEM 2: SARLO POWER MOWERS, INC.

3.

Rotary Mower 21” Cut,
Self-Propelled Type as described
below.
(Side discharge)

$665.40

Mower Make & Model Number: Lawnboy 22271
Cutting Width: 21 in.
Make, Model Number & HP of Engine: Honda, GSV190LA, 5.1HP
Industrial Commercial Type
No. of Cycles: 4
Cutting Height: 1 in. to 4.5 in.
Blade Type: Tempered Steel
Deck Gauge: Cast Aluminum
Type of Drive System: Single Speed Gear
Wheels: Steel w/Bearings
Side Discharge
Rear Drive
Delivery: 30 Days A/R/O
CONTRACTOR, ITEM 3: GRASSLAND EQUIPMENT & IRRIGATION CORP.

(continued)
21203a.doc/T05mls

AWARD

PAGE 4

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD

PAGE 5

ROTARY MOWERS, HEAVY DUTY COMMERCIAL CUT, COMMERCIAL GRADE ENGINE, MULCHING/
RECYCLING TYPE:
Item
No.
4.

Item
Description

Unit
Price

Rotary Mower 21” Cut,
Self-Propelled Mulching/
Recycling Type, as described
below.

$ 775.30

Mower Make & Model Number: Toro 22164
Cutting Width: 21 in.
Make, Model Number & HP of Engine: Kawasaki, FJ1801, 6HP
Industrial Commercial Type
No. of Cycles: 4
Cutting Height: 1.25 in. to 4.25 in.
Blade Type: Tempered Steel
Deck Gauge: Cast Aluminum
Type of Drive System: Belt to Transmission
Wheels: Ball Bearing Style
Side Discharge Mulcher
Rear Drive
Delivery: 30 Days A/R/O
CONTRACTOR, ITEM 4: GRASSLAND EQUIPMENT & IRRIGATION CORP.

MID-SIZE OUT-FRONT ROTARY MOWERS, HEAVY-DUTY COMMERCIAL, MULTI-BLADED, WALK
BEHIND TYPE, SELF-PROPELLED:
Item
No.
5.

Item
Description

Unit
Price

Out-Front Heavy Duty
Commercial Self-Propelled
Rotary Mower, Min. 36” cut,
15 HP/4-cycle Walk-Behind
Type and as described below.

$2,048.00

Mower Make & Model Number: Toro 30684
Cutting Width: 36 in.
Make, Model Number & HP of Engine: Kawasaki, FH430V, 15HP
Industrial Commercial Type
No. of Cycles: 4
Cutting Height: 1 in. to 4.25 in.
Blade Type: Tempered Steel
Deck Gauge: 7
Brake Type: Drum
Size of Wheels-Drive: 13x6.50-6
Size of Wheels-Caster: 9x3.50-4
Side Discharge
Transmission Type: 5 Speed
Delivery: 30 Days A/R/O
CONTRACTOR, ITEM 5: GRASSLAND EQUIPMENT & IRRIGATION CORP.
(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD

PAGE 6

MID-SIZE OUT-FRONT ROTARY MOWERS, HEAVY-DUTY COMMERCIAL, MULTI-BLADED, WALK
BEHIND TYPE, SELF-PROPELLED: (Cont’d)
Item
No.
6.

Item
Description

Unit
Price

Out-Front Heavy Duty Commercial
Self-Propelled Rotary Mower,
48” cut, 15 HP 4 cycle I/C Engine
and as described below.

$2,350.90

Mower Make & Model Number: Toro 30688
Cutting Width: 48 in.
Make, Model Number & HP of Engine: Kawasaki, FH430V, 15HP
Industrial Commercial Type
No. of Cycles: 4
Cutting Height: 1 in. to 4.25 in.
Blade Type: Tempered Steel
Deck Gauge: 7
Brake Type: Drum
Size of Wheels-Drive: 13x6.50-6
Size of Wheels-Caster: 9x3.50-4
Side Discharge
Transmission Type: 5 Speed
Delivery: 30 Days A/R/O
CONTRACTOR, ITEM 6: GRASSLAND EQUIPMENT & IRRIGATION CORP.

7.

Out-Front Heavy Duty Commercial
Hydrostatic Self-Propelled Mower,
48” cut, 17 HP 4 cycle I/C
Engine and as described below.

$3,404.10

Mower Make & Model Number: Toro 30988
Cutting Width: 48 in.
Make, Model Number & HP of Engine: Kawasaki, FH541V, 17HP
Industrial Commercial Type
No. of Cycles: 4
Transmission Type: Hydrostatic
Turning Radius: 0 in.
Brake Type: Drum
Wheels Size-Drive: 16" diameter
Steering Type: Handlebar-Pistol Grip Controls
Deck Gauge: 7
Delivery: 30 Days A/R/O
CONTRACTOR, ITEM 7: GRASSLAND EQUIPMENT & IRRIGATION CORP.

(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

GOLF COURSE SPECIALTY MOWER:
Item
No.
8.

Item
Description

Unit
Price

Self-Propelled Greens Mower
Min. 21” cut, Reel Type and
as described below.

$5,875.00

Mower Make & Model Number: Toro Greensmaster 1000 #04052
Cutting Width: 21 in.
Make, Model Number & HP of Engine: Kawasaki, OHV, 3.7HP
Industrial Commercial Type
No. of Cycles: 4
Reel Type: 5" 11 Blade
Range of Height Adjustment: 5/64”-1"
Drive Mechanism: Differential Gear
Delivery: 30 Days A/R/O
CONTRACTOR, ITEM 8: GRASSLAND EQUIPMENT & IRRIGATION CORP.

9.

Self-Propelled Greens Mower
22” cut, Reel Type Electrically
Powered and as described below.

$8,453.99

Mower Make & Model Number: Jacobsen Eclipse #63311
Cutting Width: 22 in.
Electric Motor: 48 volts
Reel Type: 11 Blade
Frequency of Cut: Variable - Adjustable
Range of Height Adjustment: 5/64"-7/16"
Drive Mechanism: Electric
Delivery: 30 Days A/R/O
CONTRACTOR, ITEM 9: S.V. MOFFETT CO., INC.

(continued)
21203a.doc/T05mls

AWARD

PAGE 7

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

GRASS AND WEED TRIMMERS
Item
No.

Item
Description

Unit
Price

10.

Gas Powered Grass and Weed
Trimmer, 22.5 c.c.
displacement 2-cycle,
air-cooled engine and as
described below.

$174.95

Trimmer Make & Model Number: Maruyama BST 23
Make, Model Number & HP of Engine: Maruyama BE 230, .8HP/22.5cc
Starter Type: Automatic Rewind
Crankshaft Type: Double Lobed
Drive Shaft System: Steel - Rigid
Mono-Filament Line Diameter: .095 in.
Shipping Weight: 11.5 pounds
Delivery: 30 Days A/R/O
Shoulder Harness is included
CONTRACTOR, ITEM 10: HENRY W. O'NEILL & ASSOC., INC.

11.

Gas Powered Grass and Weed
Trimmer, 30.2 c.c. displacement 2-cycle, air-cooled
engine and as described below.

$259.95

Trimmer Make & Model Number: Maruyama BC 3020
Make, Model Number & HP of Engine: Maruyama CE300, 1.7HP/30.2cc
Starter Type: Automatic Rewind
Crankshaft Type: Double Lobed
Drive Shaft System: Steel - Rigid
Mono-Filament Line Diameter: .095 in.
Shipping Weight: 12.7 pounds
Delivery: 30 Days A/R/O
Shoulder Harness is included
CONTRACTOR, ITEM 11: HENRY W. O'NEILL & ASSOC., INC.

(continued)
21203a.doc/T05mls

AWARD

PAGE 8

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD

PAGE 9

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.
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.
To obtain an electronic payment authorization form visit the OSC website at www.osc.state.ny.us or contact
them by e-mail at epunit@osc.state.ny.us or by phone at 518-474-4032.
NOTE TO AGENCY:
When placing purchase orders against the contract(s) please forward the "Procurement Services Group
Copy" of the purchase order to: Senior Mechanical Inspector - OGS Procurement Services Group, 37th Floor
Tower Bldg., Empire State Plaza - Albany, NY 12242.
NOTE TO CONTRACTOR:
In the event a specified manufacturer's product listed in the Contract Award Notification becomes
unavailable or cannot be supplied to the State by the contractor for any reason (except as provided for in the
“Savings/Force Majeure” clause in Appendix B, OGS General Specifications), a product deemed by the Office
of General Services to be equal to or better than the specified product must be substituted by the contractor at no
additional cost or expense to the State.
PSG's DISPUTE RESOLUTION POLICY:
It is the policy of the Office of General Services’ Procurement Services Group (PSG) to provide vendors
with an opportunity to administratively resolve disputes, complaints or inquiries related to PSG bid solicitations
or contract awards. PSG encourages vendors to seek resolution of disputes through consultation with PSG staff.
All such matters will be accorded impartial and timely consideration. Interested parties may also file formal
written disputes. A copy of PSG’s Dispute Resolution 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).
ELECTRONIC BID OPENING RESULTS
The Procurement Services Group (PSG) posts bid prices on the OGS/PSG web page. The web page
makes available bid tabulations (i.e.: photocopies of price pages or spreadsheets) received by PSG for scheduled
bid openings. Previously only available through Freedom of Information, such information is anticipated to be
available online within two business days after the bid opening.
The Bid Opening Results Page is available at:
http://www.ogs.state.ny.us/purchase/bidresults/bidresults.asp

(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD PAGE 10

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). Questions regarding an organization's eligibility to
purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer
Services at 518-474-6717.
EXTENSION OF USE:
Any contract resulting from this bid solicitation may be extended to additional States or governmental
jurisdictions upon mutual written agreement between New York State (the lead contracting State) and the
contractor. Political subdivisions and other authorized entities within each participating State or governmental
jurisdiction may also participate in any resultant contract if such State normally allows participation by such
entities. New York State reserves the right to negotiate additional discounts based on any increased volume
generated by such extensions.
CANCELLATION FOR CONVENIENCE:
The State of New York retains the right to cancel this contract, in whole or in part without reason provided
that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be
understood as waiving the State's right to terminate the contract for cause or stop work immediately for
unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on
existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for
cause by the respective user Agencies.
DELIVERY:
Delivery is expressed in number of calendar days required to make delivery after receipt of a purchase
order.
Product is required as soon as possible.
Delivery shall be made in accordance with instructions on Purchase Order from each agency. If there is a
discrepancy between the purchase order and what is listed on the contract, it is the contractor’s obligation to seek
clarification from the ordering agency and, if applicable, from the Office of General Services, Procurement
Services Group.
CONTRACT PERIOD AND RENEWALS:
Prices quoted are firm for the entire period of the contract. Price escalation will not be allowed and is
specifically excluded from the terms and conditions of the contract award. Price decreases are permitted at any
time.
If mutually agreed between the Procurement Services Group and the contractor, the contract may be
renewed under the same terms and conditions for additional period(s) not to exceed a total contract term of five
(5) years.
SHORT TERM EXTENSION:
In the event the replacement contract has not been issued, any contract let and awarded hereunder by the
State, may be extended unilaterally by the State for an additional period of up to one month upon notice to the
contractor with the same terms and conditions as the original contract including, but not limited to, quantities
(prorated for such one month extension), prices, and delivery requirements. With the concurrence of the
contractor, the extension may be for a period of up to three months in lieu of one month. However, this
extension terminates should the replacement contract be issued in the interim.
(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD PAGE 11

CONTRACT MIGRATION:
State Agencies or any other authorized user holding individual contracts with contractors under this
centralized contract shall be able to migrate to this contract award with the same contractor, effective on the
contract begin date (retroactively, if applicable). Migration by an agency or any other authorized user to the
centralized contract shall not operate to diminish, alter or extinguish any right that the agency or other authorized
user otherwise had under the terms and conditions of their original contract.
WARRANTIES:
See "Warranties" in Appendix B, OGS General Specifications.
Normal wear and tear items shall be warranted in accordance with manufacturer's standard warranty.
At time of bid opening, product offered must meet all requirements of this solicitation including full
commercial/retail availability. Product literature and specifications must also be available.
REPORT OF CONTRACT PURCHASES:
Contractor shall furnish a report containing both state agency and authorized non-state agency contract
purchases by the fifteenth of the month following the end of each six month period. In addition to contractor
direct sales, contractor shall submit sales information for all resellers, dealers, distributors or other authorized
distribution channels, where such contract sales are provided by other than the contractor. Contractors shall
verify if each alternate vendor is a NYS Certified Minority (MBE) or Women (WBE) Owned Businesses.
Contractors shall verify such status through the Empire State Development Minority and Women Owned
Businesses Database web site at: http://205.232.252.35/.
A separate report shall be provided in the following format for each authorized distribution channel. The
sales report form is forwarded to each contractor at time of award for completion in accordance with the contract
terms and conditions:

Item/
SubItem
Number

Product or
Catalog
Number

Product/
Service
Description

Total Quantity
Shipped to
State Agencies

Total Quantity
Shipped to
Authorized
Non-State Agencies

Total $
Value
$

Grand Total

$

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 Group Number, the Award Number, Contract Number, sales
period, and contractor's (or other authorized agent) name.
The outlined sales report is the minimum information required. Additional related sales information, such
as monthly reports, and/or detailed user purchases may be required and must be supplied upon request.
EMERGENCY PURCHASING:
In the event that a disaster emergency is declared by Executive Order under Section 28 of Article 2-B of
the Executive Law, or that the Commissioner determines pursuant to his/her authority under Section 163(10)(b)
of the State Finance Law that an emergency exists requiring the prompt and immediate delivery of products or
services, the Commissioner reserves the right to obtain such products or services from any source, including but
not limited to this contract, as the Commissioner in his/her sole discretion determines will meet the needs of such
emergency. Contractor shall not be entitled to any claim or lost profits for products or services procured from
other sources pursuant to this paragraph.

(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD PAGE 12

"OGS OR LESS" GUIDELINES APPLY TO 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.
2.

lower in price
-and/oravailable under terms which are more economically efficient to the State agency (e.g. delivery terms,
warranty terms, etc.).

Agencies are reminded that they must provide the State contractor an opportunity to match the noncontract 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.
DIESEL EMISSION REDUCTION ACT OF 2006 (NEW REQUIREMENT OF LAW):
On February 12, 2007 the Diesel Emissions Reduction Act took effect as law (the “Law”). Pursuant to
new §19-0323 of the N.Y. Environmental Conservation Law (“NYECL”) it is now a requirement that heavy duty
diesel vehicles in excess of 8,500 pounds use the best available retrofit technology (“BART”) and ultra low
sulfur diesel fuel (“ULSD”). The requirement of the Law applies to all vehicles owned, operated by or on behalf
of, or leased by State agencies and State or regional public authorities. They need to be operated exclusively on
ULSD by February 12, 2007. It also requires that such vehicles owned, operated by or on behalf of, or leased by
State agencies and State or regional public authorities with more than half of its governing body appointed by the
Governor utilize BART.
As a contract vendor the Law may be applicable to vehicles used by contract vendors “on behalf of” State
agencies and public authorities. Thirty-three percent (33%) of affected vehicles must have BART by December
31, 2008, sixty-six percent (66%) by December 31, 2009 and one-hundred percent (100%) by December 31,
2010. The Law provides a list of exempted vehicles. Regulations currently being drafted will provide further
guidance as to the effects of the Law on contract vendors using heavy duty diesel vehicles on behalf of the State.
The Law also permits waivers of ULSD and BART under limited circumstances at the discretion of the
Commissioner of Environmental Conservation. The Law will also require reporting from State agencies and
from contract vendors in affected contracts.
Therefore, the bidder hereby certifies and warrants that all heavy duty vehicles, as defined in NYECL
§19-0323, to be used under this contract, will comply with the specifications and provisions of NYECL
§19-0323, and any regulations promulgated pursuant thereto, which requires the use of BART and ULSD, unless
specifically waived by NYSDEC. Qualification and application for a waiver under this Law will be the
responsibility of the bidder.
PURCHASE ORDERS AND INVOICING:
General – All orders and invoices/vouchers should include the contract number and a line by line listing
of separate charges.
Invoices - Contract users are instructed not to process invoices without needed information. Invoices
must be detailed and include all of the following:
¾ Contract Number
¾ Purchase Order Number
¾ Item Number
• Should not be something that is “unique” to dealer or distributor.
• Should be something that can be tracked by a third party.
• Preferably a manufacturer’s code or identifying number.
¾ Line item breakdown of all charges
Failure to comply may result in lengthy payment delays.
(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD PAGE 13

GENERAL:
The equipment furnished under this award shall be manufacturer’s current standard product. All
accessories and components shall be furnished with each mower that are normally furnished with the standard
product offered commercially.
WORKMANSHIP:
Mowers and Weed Trimmers shall be free from defects such as fractures, splits, punctures, dents, rust
deterioration or malformations, sharp edges, burrs, and slivers. Finish shall consist of a durable, rust-proof,
weather-proof coating.
MANUALS AND PARTS LIST:
The supplier shall furnish one (1) copy of complete installation, a parts list, maintenance and operating
instructions for each item at time of shipment.
PACKING:
One complete mower or weed trimmer, parts, tools (if standard) and technical publications shall be packed
to insure carrier-acceptance and safe delivery to destination.
INSPECTION:
Inspection shall be done by the receiving agency at time of delivery.
SAFETY:
As applicable, mowers shall conform to the latest updates of ANSI B71.1, ANSI B71.4 and shall meet
with current C.P.S.C. safety standards.

(continued)
21203a.doc/T05mls

GROUP

37000 - MOWING EQUIPMENT (Walk Behind Type)
& WEED TRIMMER (Statewide)

AWARD PAGE 14

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

Excellent

Good

Acceptable

Unacceptable

• Product meets your needs
• Product meets contract specifications
• Pricing
CONTRACTOR

•
•
•
•
•

Timeliness of delivery
Completeness of order (fill rate)
Responsiveness to inquiries
Employee courtesy
Problem resolution

Comments:

(over)

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, 37th Floor
Corning 2nd Tower - Empire State Plaza
Albany, New York 12242
* * * * *
(continued)
21203a.doc/T05mls



Source Exif Data:
File Type                       : PDF
File Type Extension             : pdf
MIME Type                       : application/pdf
PDF Version                     : 1.4
Linearized                      : No
XMP Toolkit                     : 3.1-701
Producer                        : Acrobat Distiller 7.0 (Windows)
Create Date                     : 2008:02:08 11:06:54-05:00
Creator Tool                    : PScript5.dll Version 5.2.2
Modify Date                     : 2008:02:08 11:12:51-05:00
Metadata Date                   : 2008:02:08 11:12:51-05:00
Format                          : application/pdf
Creator                         : Scofielk
Title                           : 37000 21203 Mowing Equipment (Walk Behind Type) & Weed Trimmer (Statewide) - Award
Document ID                     : uuid:088bf4c4-817d-4496-84c0-e2219e2cd538
Instance ID                     : uuid:8828e7b9-8db3-4f88-b3d1-39339a06426d
Page Count                      : 14
Author                          : Scofielk
Warning                         : [Minor] Ignored duplicate Info dictionary
EXIF Metadata provided by EXIF.tools

Navigation menu