City University of New York - Hunter College North Building Roof Replacement and Associated Asbestos Abatement

Solicitation #:3025609999/CR67
Issue Date:11/27/2018
Proposal Due:02/13/2019 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:Archived
Subcontracting Provisioning Goals (%)
Minority Owned:20
Women Owned:10
Service Disabled Veteran Owned:6
Pre-Bid Meeting

A Pre-Bid Meeting will be held on Tuesday, January 8, 2019 at 11:00 AM at Hunter College, 695 Park Avenue, North Building Lobby, New York, New York 10021. Contact Yunjung Lee 212-439-7958 . All prospective bidders are strongly encouraged to attend.

Contract Terms
July 15, 2020
Location Where Goods to be Delivered or Service Performed
Hunter College, North Building, 695 Park Avenue, New York, New York 10021

NOTICE TO BIDDERS

DORMITORY AUTHORITY OF THE STATE OF NEW YORK (“DASNY”)

City University of New York

Hunter College

North Building Roof Replacement and Associated Asbestos Abatement

Project Number 3025609999/CR67

Sealed bids for the above Work located at Hunter College, 695 Park Avenue, New York, New York 10021 will be received by DASNY at its office located at 515 Broadway, Albany, NY 12207. Each bid must be identified, on the outside of the envelope, with the name and address of the bidder and designated a bid for the Project titled above. When a sealed bid is placed inside another delivery jacket, the bid delivery jacket must be clearly marked on the outside“BID ENCLOSED” and “ATTENTION: CONSTRUCTION CONTRACTS – DOMINICK DONADIO.” DASNY will not be responsible for receipt of bids which do not comply with these instructions.

The Dormitory Authority of the State of New York (“DASNY”) has determined that its interest in obtaining the best work at the lowest possible price, preventing favoritism, fraud and corruption, and other considerations such as the impact of delay, the possibility of cost savings advantages and any local history of labor unrest are best met by use of a Project Labor Agreement (“PLA”) on this Project. The successful low bidder, as a condition of being awarded this Contract, will be required to execute the PLA described in the Information for Bidders and included in the Contract Documents. See Section 18.0 of the Information for Bidders of the Contract Documents for additional information. All subcontractors of every tier will be required to agree to be bound by the PLA.

Individuals and entities submitting bids in person or by private delivery services should allow sufficient time for processing through building security to assure that bids are received prior to the deadline for submitting bids. All individuals who plan to attend bid openings will be required to present government-issued picture identification to building security officials and obtain a visitors pass prior to attending the bid opening.

Only those bids in the hands of DASNY, available to be read at2:00 PM local time on February 13, 2019 will be considered. Bids shall be publicly opened and read aloud. Bid results can be viewed at DASNY’s website; http://www.dasny.org.

In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between DASNY personnel and a prospective bidder during the procurement process. Designated staff for this solicitation is: Yunjung Lee, Project Manager, 695 Park Avenue, West Building Suite 103B, New York, New York 10065 212-439-7958 [email protected] (the Owner’s Representative) and DASNY at [email protected] . Contacts made to other DASNY personnel regarding this procurement may disqualify the prospective bidder and affect future procurements with governmental entities in the State of New York. For more information pursuant to this law, refer to DASNY’s website; http://www.dasny.org or the OGS website; http://www.ogs.state.ny.us.

A Pre-Bid Meeting will be held on Tuesday, January 8, 2019 at 11:00 AM at Hunter College, 695 Park Avenue, North Building Lobby, New York, New York 10021. Contact Yunjung Lee 212-439-7958 . All prospective bidders are strongly encouraged to attend.

Prospective bidders are advised that the Contract Documents for this Project contain new “GENERAL CONDITIONS for CONSTRUCTION” dated May 1, 2018 that contain significant revisions from those documents previously contained in DASNY’s Contract Documents. Prospective bidders are further advised to review applicable sections of these General Conditions for any potential impact on their bid price prior to submittal of the bid.

A complete set of Contract Documents may be viewed and/or purchased online from Camelot Print and Copy Centers. Only those Contract Documents obtained in this manner will enable a prospective bidder to be identified as an official plan holder of record. DASNY takes no responsibility for the completeness of Contract Documents obtained from other sources. Contract Documents obtained from other sources may not be accurate or may not contain addenda that may have been issued. In addition, prospective bidders are advised that the Contract Documents for this Project contain new “GENERAL CONDITIONS for CONSTRUCTION” dated May 1, 2018 that contain significant revisions from those documents previously contained in DASNY’s Contract Documents. Prospective bidders are further advised to review applicable sections of these General Conditions for any potential impact on their bid price prior to submittal of the bid. The plan holders list and a list of interested subcontractors and material suppliers may be viewed at DASNY’s website: http://www.dasny.org. For Bid Opportunities and other DASNY related news, follow us on Twitter @NYS_DASNY and Facebook https://www.facebook.com/pages/DASNY-Dormitor-Authority-of-the-State-of-New-York/307274192739368 .

 

To view the Contract Documents online, click the following link: www.camelotplanroom.com or type it into your web browser. Then click on the Public Jobs link on the left side of the page. If you would like to purchase the Contract Documents and become a registered planholder click the link "Register for an account" and follow the steps to create a free account (if you have not previously set one up). Once you have a Login and Password, log in to the planroom. To order aDIGITAL DOWNLOAD of the Contract Documents and be placed on the bidder's list, add the Contract Document(s) to your cart and proceed to the checkout. All major credit cards are accepted online. A purchase of a digital download is required to become a registered planholder. Printed sets of the Contract Documents are also available to planholders for an additional cost and may be ordered through the online planroom or by mailing a check. The purchase of the digital downloads and printed sets are non-refundable and non-returnable. Please contact Camelot's Bid Department at (518) 435-9696 or email them at [email protected] for more information.

If you prefer to order a CD of the Contract Documents in place of the digital download, please send your non-refundable check/money order in the amount of $15.00 payable to Camelot Print and Copy Centers to:

Camelot Print & Copy Centers

630 Columbia St. Ext.

Latham, NY 12110

Attn: Bid Department

If you are ordering by mail, please include ALL the following on a transmittal with your check or money order:

Company Name

Address (physical address only)

Contact Person

Phone Number

Email (for communication including addendum notifications)

Company Fax number

FedEx or UPS shipping account number

If you do not have a shipping account, please send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.

 

Please include your Federal ID number, telephone and fax numbers on your Bank Check or Postal Money Order. NOTE: Bid due date is subject to change if Contract Documents are not available when requested, therefore, please call to confirm the availability of Contract Documents. If the Contract Documents will not be picked up by the purchaser, the purchaser will need to provide an account number for shipping of the documents or send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.

For the convenience of prospective bidders, subcontractors and material suppliers, the Contract Documents will be displayed at the following locations:

Contact information for hard copy distribution

Construction Journal

Robin Martinos

400 SW 7th St.

Stuart, FL 34994

Contact information after documents have been issued

Melissa Lapierre

Phone: 802-658-3797 ext 525

Fax: 802-862-4926

[email protected]

ConstructConnect

Attn: Production

30 Technology Parkway S. Suite 500

Norcross, GA 30092

Email: [email protected]

Contact: Vera Bifulco

Ph: (800) 364-2059

Dodge Data & Analytics

3315 Central Avenue

Hot Springs, AR 71901

Contact: William Fleming

[email protected]

Ph: (518) 269-7735

No Fax number

Gerrard P. Bushell, President & CEO

November 13, 2018

Scope of work includes:
a) Protection of existing facilities and equipment.
b) Remove all stone ballast and discard.
c) Remove all paver ballast and discard.
d) Remove all filter fabric and insulation boards.
e) Survey to confirm concrete deck elevations and positive slope to drains.
f) Remove all roofing membranes and residue down to concrete deck.
g) Perform Pull Tests on existing concrete fill to determine soundness and suitability for reroofing, as acceptable to the Roof System Manufacturer.
h) Removed unsound or damaged lightweight concrete fill.
i) Repair cracks in deck with urethane based crack repair system.
j) Patch concrete deck surface as required. Correct pitch deficiencies to provide positive drainage.
k) Perform Moisture Testing to confirm that moisture content is within a range acceptable to the Roof System Manufacturer.
l) Remove all perimeter organic flashings. Bend metal flashings up to receive new where indicated on Drawings.
m) Remove brickwork as required to install new flashings where indicated on Drawings.
n) Remove all equipment flashings, pipe flashings and pitch pockets.
o) Grind surface of all steel dunnage and metal pipes and conduits to bare metal from the deck to 12” above finish roof elevation (as measured from top of roof pavers).
p) Temporarily lift all equipment from pads and ductwork and conduits within 12” of the roof surface.

Apply New Roofs:
a) Repoint parapet walls and reseal or replace parapet coping stone joints where indicated on Drawings.
b) Install new metal cap flashings and related brick masonry where indicated on Drawings.
c) Prime all metal surfaces per manufacturer’s requirements.
d) Prime all concrete and masonry surfaces per manufacturer’s requirements.
e) Reflash all roof drains.
f) Apply Cold Applied Liquid Roof System per manufacturer’s requirements.
g) Apply perimeter flashings per manufacturer’s requirements.
h) Install R30 closed cell polystyrene roof insulation.
i) Install cementitious cover board (if required by the roof system manufacturer).
j) Install Filter fabric.
k) Install new precast concrete pavers on pedestal system.
l) Flood Test all roofs.
m) Inspect and test all roof drains for free flow.
n) Reinstall / remount existing equipment upon completion of new roof.

The Dormitory Authority of the State of New York (“DASNY”) has determined that its interest in obtaining the best work at the lowest possible price, preventing favoritism, fraud and corruption, and other considerations such as the impact of delay, the possibility of cost savings advantages and any local history of labor unrest are best met by use of a Project Labor Agreement (“PLA”) on this Project. The successful low bidder, as a condition of being awarded this Contract, will be required to execute the PLA described in the Information for Bidders and included in the Contract Documents. See Section 18.0 of the Information for Bidders of the Contract Documents for additional information. All subcontractors of every tier will be required to agree to be bound by the PLA.

A complete set of Bid Documents may be obtained from Camelot Print and Copy Center Bid Department, 100 Fuller Road, Albany, NY 12205. To view the contract documents online, click the following link: www.teamcamelot.com or type it into your web browser. Once online, click the link for ''Log into Planwell'' and then click on ''Public Planroom''. Click on the DASNY Project Number 3025609999

To order a CD of the project and be placed on the bidder's list, please make your non-refundable check in the amount of $15.00 payable to Camelot Print and Copy Center. Printed sets are available at the bidder's expense from Camelot. Printed sets are non-refundable and non-returnable. Please contact Camelot's Bid Department at (518) 435-9696 or email them at [email protected] for more information.

Printed sets are available at the bidder's expense from Camelot. Printed sets are non-refundable and non-returnable. Please call Camelot's Bid Department at (518) 435-9696 or e-mail them at [email protected] for more information.

Please provide the following information along with your payment for printed sets:
Company Name
Company Address (street address is preferable over a PO Box)
Company Contact
Company Phone Number
Company Email (for communications including addendum notification)
Company Fax number
Fed-EX or UPS shipping account number

If you do not have a shipping account, please send an additional non-refundable check for $20 payable to Camelot Print and Copy Center.

Please include your Federal ID number, telephone and fax numbers on your Bank Check or Postal Money Order. NOTE: Bid due date is subject to change if contract documents are not available when requested, therefore, please call to confirm the availability of contract documents. If the contract documents will not be picked up by the contractor, the Contractor will need to provide an account number for shipping of the documents.

The bidder or its principals must have completed 5 (five) contracts of relatively similar size and scope within the last 10 (ten) years or demonstrated an increasing ability to successfully complete contracts of incrementally larger size and scope within the last 10 (ten) years.
The bidder or its principals shall have a minimum of 5 (five) years experience in similar work and be able to provide a list of 5 (five) contracts, similar in size, scope, and complexity to this Contract, completed or substantially completed within the last 10 (ten) years. Individual technical specification sections may require increased levels of specific experience and completed contracts.

Contract Security, EEO/AA Insurance, NY State Vendor Responsibility Questionnaire (Executive Order 125). See Contract Documents for details.

In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between Dormitory Authority personnel and an Offerer during the procurement process. Designated staff for this procurement are: The Project Manager and [email protected]. Contacts made to other Dormitory Authority personnel regarding this procurement may disqualify the Offerer and affect future procurements with governmental entities in the State of New York. Please refer to the Authority's website (www.dasny.org) for Authority policy and procedures regarding this law, or the OGS website (www.ogs.state.ny.us/aboutogs/regulations/defaultAdvisoryCouncil) for more information about this law. All proposers, domestic and foreign, must be in compliance with New York State business registration requirements. Contact the NYS Department of State regarding compliance. In addition, business entities proposing to provide professional engineering services must obtain a Certificate of Authorization to Provide Engineering Services in New York State from the State Education Department. Proposals must be submitted in the full legal name of the proposer, or the full legal name plus a registered assumed name of the proposer, if any.

Primary Contact

Yunjung Lee

Project Manager

Downstate Construction

695 Park Avenue

West Building - Suite 103B

New York, New York 10065

United States

Phone: 212-439-7958

Email: [email protected]

Submit To Contact

Dominick Donadio

Construction Contract Administrator

Dormitory Authority of the State of New York

Procurement

Construction Contracts

515 Broadway

Albany, NY 12207-2964

Phone: 518-257-3000

Email: [email protected]

CompanyContactPhoneEmailAddressCityStateZipcodeFax
Metropolitan Construction Corp.Arif Soni718-305-4874[email protected]349 Union Ave.WestburyNY11590718-880-8869
Barrett Inc.Kurt Ryker203-744-2780[email protected]106 Mill Plain RoadDanburyCT06811 
Sea Breeze General Construction, Inc.Jenny Tsikotis718-721-9030[email protected]24-30 47th St. 2nd FloorAstoriaNY11103718-721-2145
SRR Holdings LLCSana Fayyaz201-562-2514[email protected]480 6th Ave, APT 257New York NY10011201-562-2514
Nicholson & Galloway Inc.Arendse Paige516-671-3900[email protected]261 Glen Head Rd.Glen Head NY11545516-759-3569
Imperium Construction, Inc.Piotr Zendzian718-384-6992[email protected]338 Scholes St.BrooklynNY11206718-384-2756
Milcon Construction Corp.Martha Enstad631-756-9530[email protected]142 Dale St.West BabylonNY11704631-756-9537
A.W.E. Inc.Kujtim Isufi718-748-3020[email protected]1072 Bay Ridge AveBROOKLYNNY11219718-748-3020
J & N Construction Group Corp.Sandeep Singh718-845-0123[email protected]98-21 101st Ave.Ozone ParkNY11416347-710-2386
Dhami Enterprises Inc.Avtar Singh718-441-7380[email protected]7 St James PlacelynbrookNY11563718-441-7290
Pro-Metal Construction, Inc.Angel Barris718-439-8500[email protected]549 63rd St.BrooklynNY11220718-439-0695
Ameri Restoration Inc.Ahsan Ranjha877-728-4188[email protected]201 Sprain Rd.ScarsdaleNY10583347-728-4188
ABCD Construction Corp.George Bouroudis718-439-3385[email protected]5702 3rd Ave.BrooklynNY11220718-666-4046
B N Restoration Inc.Zarak Chaudhary718-871-0161[email protected]1100 Coney Island Ave. Suite 412BrooklynNY11230718-871-2010
Astivida Construction, IncGeorge Maropakis718-238-3803[email protected]214 80th St.BrooklynNY11209718-238-3881
D'Onofrio General Contractors Corp.Ray Denaro718-832-5700[email protected]202 28th StreetBrookynNY11232718-832-5772
Fidelis Contracting,Inc.Jay Kumar718-305-1860[email protected]300 Northern Blvd.Great NeckNY11021 
Shivam Contracting, IncD Patel201-591-3202[email protected]619 S Beverwyck RoadParsippanyNJ07054201-591-6638
AMC United INCAlexander Dimeski973-345-5171[email protected]48 Lehigh AvenuePatersonNJ07503 
SH5 Construction CorpYasmeen Latif718-259-2625[email protected]8684-25th AvenueBrooklynNY11214718-259-5024
North Star General Contractor IncLuis Guzman718-223-3053[email protected]40-05 81st StreetElmhurstNY11373 
Arista Contracting IncElias Kafantaris917-865-4845[email protected]668 Clove AveStaten IslandNY10310212-602-0134
NN Construction IncRenata Ashraf347-785-8055[email protected]2349 Bragg StreetBrooklynNY11229347-312-6728
Monpat Construction, Inc.Pallab Banerjee718-359-5149[email protected]157-21 Horace Harding Expwy.Flushing NY11367718-359-5410
Benchmark Construction Group, Inc.Prashanth Vardireddy718-615-0555[email protected]250 Post Ave. Suite 3WestburyNY11590718-615-0558
Green Builders NYAshish Hallan646-922-3637[email protected]74-16 Grand AvenuedElmhurstNY11373347-997-0990
Company Name Contact Name Phone Email Website Fax Designation Goods/Services
A-Tech Group LLC Goran Lazarevic 201-328-2255 [email protected] ASBESTOS ABATEMENT 201-431-1117 Asbestos Abatement, Lead Abatement, Mold Abatement, Re-insulation, Demolition, Construction
AMC United Inc. Alexander Dimeski 9733458871 Asbestos Abatement, Roofing Replacement
Amp Environmental Group Knikikia Redmond 718,924,3316 [email protected]
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
Avigilon Claire Underwood 214-306-7592 [email protected] http://avigilon.com/
BASF Travon Herriotte 7343535972 [email protected] www.basf.com
  • Equal Employment Opportunity (EEO)
Benchmark Construction Group Inc. Prashanth VardiReddy 6319232355 [email protected]
BlackHawk Data LLC Maryann Pagano 6463439861 [email protected] blackhawk11.com 908-325-0241
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
IT Network Infrastructure
Brooklyn Rebar LLC Jennifer Volpe 347-668-4009 [email protected]
  • Women Owned Business (WBE)
  • Equal Employment Opportunity (EEO)
Rebar
Cadence Equipment Rental LLC Robert Truocchio 516-492-9450 [email protected]
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
CaHill Resources, LLC Sarah Weigel 7167831963 cahillresources.com
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Disadvantaged Business Enterprise (DBE)
Equipment Rented, Workforce Development & Safety Service
Cid Construction Services LLC Roque Schipilliti 9736859791 [email protected] www.cidbuilds.com 9736899115
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Citywide Environmental Services David Burger 7182372849 [email protected]
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Asbestos, Lead, PCB's Abatement
Coulomb & Joule Risk Management LLC McHughes Anokwuru 5857648502 [email protected] www.cjrmservices.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Durable Solutions regis doucette 9732890652 [email protected] www.mydurablesolutions.com Provide soluble salt remover to stop corrosion and encasement liquid system for asbestos and lead. My corrosion products stop crevice corrosion and joints/connections on metal. I have a product that speeds up the 28 day concrete cure to two or so days that I hold out as 7 days to assure full strength of the concrete is achieved. I have a Phase Change Material that keeps inhabitants of structures comfortable and at a less costly price because we store heat or thermal energy and release it as it is needed. I have an intumescent paint system that stops fires from spreading on structures. I have a cold spray applied rubber waterproofing coating that is superior to other systems and is applied by certified contractors (not me). This waterproofing product is hurricane rated, Class A fire rating, and superior elongation at 1600% while be zero VOC and almost instant cure to save vast sums in total project costs.
Fenagh, LLC. ROBERT PALERMO 5164233428 [email protected] fenaghengineering.com 3rd Party testing and inspections
Gowda Flamingo Corporation (JV) Rajiv Gowda 6464698633 [email protected] 3475903221
  • Minority Owned Business (MBE)
Guidon Financial, LLC Matthew Lawrence 732-895-6779 [email protected] www.guidonfinancial.com
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Jcs Construction Resources Inc. (SDVOSB) Edward Puma 3157155265 [email protected]
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Jones Instudries Duval Jones 7573096055 [email protected]
  • Minority Owned Business (MBE)
KAM CONSULTANTS CORP George Komninakis 7187291997 [email protected] www.kamconsultants.com 7187291876
  • Women Owned Business (WBE)
Phase I & Phase II Environmental Site Assessments Soil, water, air sampling and monitoring Asbestos, Lead based Paint, Mold, PCBs surveying Laboratory Facilities
LaPorta Partners llc Joseph LaPorta
Marylou Website 4077980337
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
Nicholson and Galloway Arendse Paige
NY Plumbing Wholesale & Supply, Inc. Derek Price 2126784900 [email protected] nyps1.com 3475234268
  • Minority Owned Business (MBE)
Supplied Material
Paintvana Cheops Allan 3472097434 Property preservation
Sheetrock
Painting
Patching
Carpententry
RDH Building Science Wei Lam 617 544 4004 [email protected] rdh.com Building enclosure consulting
Building enclosure commissioning
Riggers Construction Corp. Shammas Ali 3474815278 [email protected]
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Grinding and pointing
Roof replacement
Structural Beams replacement
Sidewalk
Landmark
Lintel replacement
Reconstruction of Parapet
Waterproofing parapet
Tera Consulting, Inc./Tera Office Solutions Terryann Powell 5167321888 [email protected] www.teraofficesolutions.com 2677505970
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Disadvantaged Business Enterprise (DBE)
Office Supplies, Office Furniture, Janitorial Supplies, Safety supplies,
TITAN Contracting Corp Mohammed Azad 2128378362 [email protected] www.titancontractingcorp.com 2128378836
  • Minority Owned Business (MBE)
1. Waterproofing
2. Masonry
3. Concrete
4. Flooring
5. Painting
6. Carpentry
7. Roofing
Tremco Roofing & Building Maintenance Mary Cioffi 203-496-0438 [email protected] http://www.tremcoroofing.com/ Roofing
Vanguard Construction and Development Co., Inc. Michael J Strauss 212-594-7477 [email protected]

The list below contains contractors and bid amounts received in response to the solicitation for the above referenced project. The list is for information only and is subject to change. The list does not guarantee or represent future award of the Contract to any entity listed. All bids submitted remain under review until such time as a Contract is awarded.

Bid CodeCompanyBid Amount
30256067Imperium Construction Inc$7,967,000.00
30256067A.B.C.D. Construction Corp.$8,634,000.00
30256067Nicholson & Galloway, Inc.$9,616,943.00

The Contractor listed below has been awarded the Contract for the above listed Project as of the date provided.

Bid CodeFirm NameAward AmtAwardDate
30256067Imperium Construction, Inc.$7,967,000.00 8/15/2019