State University of New York at Albany Tower Sealer Program

Solicitation #:3370309999/CR14 & CR25
Issue Date:12/06/2018
Proposal Due:01/04/2019 - 2:00 PM
Classification:Construction Contracts
Type:Expression of Interest (EOI)
Status:Archived
Subcontracting Provisioning Goals (%)
Minority Owned:10
Women Owned:10
Service Disabled Veteran Owned:6
Contract Terms
08/16/2019 & 08/07/2020
Location Where Goods to be Delivered or Service Performed
State University of New York at Albany, 1400 Washington Avenue, Albany, New York 12222

THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST ONLY, see the Eligibility Requirements further down in this document.

The Dormitory Authority, State of New York (DASNY) is soliciting the services of a general contractor for a single prime restoration and maintenance contract at the State University of New York Albany campus. 

The scope of services includes the application of a mineral pigmented stain and siloxane based coating on the entire 22-story tower façade, restoration and repairs to localized exterior concrete and precast concrete surfaces, associated replacement of surface mounted electrical components, and related site restoration and protection at Mohawk Tower (2019) and Stuyvesant Tower (2020).

The primary purpose for this solicitation is to enable DASNY to identify a number of qualified general contractors that would be asked to submit bids for the Mohawk Tower project to be bid and completed in 2019 and to submit bids for the Stuyvesant Tower project to be bid and completed in 2020.

The estimated construction value for each of these projects is $850,000-950,000. 

This ad is for expressions of interest only. Bidders for the construction of this project will be selected only after the review and evaluation of the qualification packages received in response to this notice.

Firms shall provide one (1) hard copy and one (1) electronic copy (CD or Thumb Drive) of the EOI package, with Tabs in the following sequence: 

Tab 1 - Documentation of a minimum of five (5) years experience in similar work and provide a list of five (5) projects of similar size scope and complexity to the referenced project, which have been completed, or substantially completed in the last ten (10) years.  For each project, the following needs to be provided; project designer, firm name and contact information, project title and location/facility, a brief description of the project, total construction cost, and construction start and substantial completion date.

Tab 2 - Three (3) samples of project schedules utilized for previous projects.

Tab 3 - The table of contents of the firm’s written Safety Program.

Tab 4 - The firm’s experience modification rating documentation issued by the Workers Compensation Board (EMR Rating).

Tab 5 - Bonding Capacity documentation from Surety Company (single and aggregate).

Tab 6 - A completed NYS Vendor Responsibility Questionnaire For-Profit Construction (CCA-2). Electronic copies can be obtained from the Dormitory Authority, State of New York (DASNY) web site www.dasny.org.

Tab 7 - Proposed project team with résumés.

Tab 8 – List of Potential Subcontractors to be utilized on this Project.  Demonstration of M/WBE participation must be identified.

Tab 9 – Anticipated workload for the period during which this Project will be in Construction.

Firms deemed qualified from this solicitation will be included on a short list and invited to submit a bid in the near future.  Firms not following the EOI package requirements as noted shall be considered non-responsive to the advertisement.  The construction contract will be held by DASNY.

Eligibility/Qualifications Requirements/Preferences:

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.

Service-Disabled Veteran-Owned Set Aside: No

Minority Owned Sub-Contracting Goal: 10%

Women Owned Sub-Contracting Goal: 10%

Service-Disabled Veteran-Owned Business Contracting Goal: 6%

Due date: 01/04/2019 2:00 PM

Contract term: 08/16/2019

County(ies): Albany

Location: State University of New York at Albany, 1400 Washington Avenue, Albany, New York 12222

Primary Contact

Sam Gleason

Project Manager

DASNY

Construction

515 Broadway

Albany, New York 12207

United States

Phone: 518-257-3283

Email: [email protected]

Submit To Contact

Jennifer Burtch

Construction Contract Administrator

DASNY

Procurement

Construction Contracts

515 Broadway

Albany, New York 12207

United States

Phone: 518-257-3000

Email: [email protected]

Company Name Contact Name Phone Email Website Fax Designation Goods/Services
Amp Environmental Group Knikikia Redmond 718,924,3316 [email protected]
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
Arista Renovation inc. 7189750316 [email protected] 7189750324
BASF Travon Herriotte 7343535972 [email protected] www.basf.com
  • Equal Employment Opportunity (EEO)
Cadence Equipment Rental LLC Robert Truocchio 516-492-9450 [email protected]
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Deborah Bradley Construction Deborah Bradley 212-222-2494 [email protected] Deborah Bradley construction 212-222-5887
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
General Contractor
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.
Integrity Communication Technologies LLC Joshua Pahl 7183002264 [email protected] www.integritynyc.com
  • Minority Owned Business (MBE)
Fire Alarm, Alarm Systems,
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)
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
Strategic Response Initiatives, LLC Heidi Sullivan 518-336-6757 [email protected] www.strategicri.com
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
procurement
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,
Tri-State Facade Services, Inc. Loni Basciano 8455756789 [email protected] www.tristatefacade.com 8455756767

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.

BidNumberVendorBidAmount
33703025Louis C. Allegrone, Inc.$1,022,000.00
33703025Debrino Caulking Assoc, Inc.$1,168,670.00
33703025Lupini Construction, Inc.$2,336,155.00
33703014Louis C. Allegrone, Inc.$1,087,000.00
33703014Debrino Caulking Assoc, Inc.$1,206,790.00
33703014Lupini Construction, Inc.$2,204,577.00

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

BidNumberVendorBidAmount
33703025Louis C. Allegrone, Inc.$1,022,000.00
33703014Louis C. Allegrone, Inc.$1,087,000.00