A Pre-Bid Meeting will be held on Friday, January 3, 2020 at 10:00 AM at John Jay College, North Hall Building, 445 West 59th Street, New York, New York 10019. Contact Ammar Abdul Hussein 646-235-7961 . All prospective bidders are strongly encouraged to attend.
NOTICE TO BIDDERS
DORMITORY AUTHORITY OF THE STATE OF NEW YORK (“DASNY”)
City University of New York
John Jay College
Haaren Hall Athletic Department Upgrade and Asbestos Abatement
CR32 General Construction
Project Number 2918809999
Sealed bids for the above Work located at John Jay College, 899 10 Avenue, New York, New York 10019 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 January 15, 2020 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: Ammar Abdul Hussein, Project Manager, 445 West 59th Street, North Hall Second Floor, New York, New York 10019, 212-393-6373, aabdulh@dasny.org (the Owner’s Representative) and DASNY at ccontracts@dasny.org . 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 Friday, January 3, 2020 at 10:00 AM at John Jay College, North Hall Building, 445 West 59th Street, New York, New York 10019. Contact Ammar Abdul Hussein 646-235-7961 . 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 camelotbids@teamcamelot.com 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
M.LaPierre@constructionjournal.com.com
ConstructConnect
Attn: Production
30 Technology Parkway S. Suite 500
Norcross, GA 30092
Email: projects@cmdgroup.com
Contact: Vera Bifulco
Ph: (800) 364-2059
Dodge Data & Analytics
3315 Central Avenue
Hot Springs, AR 71901
Contact: William Fleming
william.fleming@construction.com
Ph: (518) 269-7735
No Fax number
Paul G. Koopman, Vice President
November 25, 2019
The project is for the complete renovation of four areas in the Haaren Hall building: 1) Approximately 14,800 sf of Athletic Facilities on the third floor (an existing Combative Room and locker areas, to be converted to Exercise Room and various locker areas to be altered); 2) Approximately 1,000 sf existing Racquetball Court, on the fourth floor, (to be converted to a Combative Room); 3) approximately 6,000 sf of existing Gym/ Exercise Room on the sixth floor, to be converted to Marketing Offices, and 4) approximately 2,400sf of existing Marketing offices, on the sixth floor, to be renovated and converted to Academic Affairs and External Affairs offices. The scope includes the interior demolition of the existing Combative Room, Stock Room, two large multi-user shower areas (approx. 17 showers total), two existing Saunas, two Varsity Locker rooms with one toilet, one lavatory and 5 or 6 showers each, two large General Locker Rooms, one Lobby, and one caged Reception and Equipment Issue Desk, with related Storage Room and Office. This demolition includes complete removal of three locker room areas adjacent the existing Combative Room (to include all rough-in and chases for approximately six toilets, four lavatories, and eight showers), to be incorporated into the new, larger, exercise room. Demolition includes all plumbing fixtures, wall tile, accessories, mirrors, suspended ceilings, toilet partitions, lighting, floor tile and base, selected partitions, thresholds, doors and frames, all signage, and modification of existing ductwork and horizontal piping runs. Construction shall be the replacement and installation of new for all the items referenced above, including new floor drains as required and indicated on the drawings. Most of the new plumbing fixtures are to be installed at existing rough-in locations. There are several restroom layouts to be modified, as indicated in the drawings, to provide handicap accessibility which will require relocation of plumbing rough-ins and installation of new fixtures in new locations. The proposed scope includes alteration to provide a large Exercise Room with its own office, a Storage Room, 2 multi-stall restrooms, four single-user restrooms, two multi-shower rooms (seven showers each), and two Faculty Locker rooms with two toilets, two showers and two lavatories each, two large General Locker Rooms, two medium-sized Visiting Locker Rooms, one lobby, and one glass-enclosed Reception and Equipment Issue Desk, with related Laundry Room and Office.
The project will be executed in two phases:
Phase 1: All work at 3rd and 4th floors.
Phase 2: Al work on 6th floor.
Construction estimate range: $6,700,000.00 to $7,400,000.00
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.
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 a DIGITAL 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 camelotbids@teamcamelot.com 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.
The Owner may make such investigation as the Owner deems necessary to determine the responsibility of any bidder or to determine the ability of any bidder to perform the Work. Bidders shall furnish to the Owner all information and data required by the Owner, including complete financial data, within the time and in the form and manner required by the Owner. The Owner reserves the right to reject any bid if the evidence required by the Owner is not submitted as required or if the evidence submitted by or the investigation of any bidder fails to satisfy the Owner that the bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated.
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
Experience will be viewed from both the perspective of completed projects of comparable scope and magnitude as well as the experience and depth of the bidder’s personnel. The determination of relevant contract experience in terms of size, scope and complexity will be at the sole and exclusive discretion of the Owner.
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 ccontracts@dasny.org. 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
Ammar Abdul Hussein
Sr. Field Representative
Downstate Construction
445 West 59th Street
North Hall - Second Floor
New York, New York 10019
United States
Phone: 646-235-7961
Email: aabdulhu@dasny.org
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: ccontracts@dasny.org
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.
The Contractor listed below has been awarded the Contract for the above listed Project as of the date provided.