New York State Court of Appeals Parking Garage Remediation

Solicitation #:3481809999/CR8
Issue Date:02/22/2019
Proposal Due:03/21/2019 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:Archived
Subcontracting Provisioning Goals (%)
Minority Owned:4
Women Owned:4
Service Disabled Veteran Owned:6
Equal Employment Opportunity:10
Pre-Bid Meeting

A pre-bid meeting will be held on Friday, March 8, 2019 at 2:00 PM at New York State Court of Appeals, 20 Eagle Street, Albany, New York 12207 . Contact Steve Wozniak at 518-257-3991. Prospective bidders are strongly encouraged to attend. The purpose is to observe actual Site conditions and review Contract Document requirements.

Contract Terms
08/18/2019
Location Where Goods to be Delivered or Service Performed
New York State Court of Appeals, 20 Eagle Street, Albany, New York 12207

NOTICE TO BIDDERS

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

New York State Court of Appeals

Parking Garage Remediation

CR8 General Construction

Project Number 3481809999

Sealed bids for the above Work located at New York State Court of Appeals, 20 Eagle Street, Albany, New York 12207 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 – JENNIFER BURTCH.” DASNY will not be responsible for receipt of bids which do not comply with these instructions.

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 at 2:00 PM local time on March 21, 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: Steve Wozniak, Project Manager, DASNY, 515 Broadway, Albany, New York 12207 518-257-3991 [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 Friday, March 8, 2019 at 2:00 PM at New York State Court of Appeals, 20 Eagle Street, Albany, New York 12207. Contact Steve Wozniak at 518-257-3991. 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 Facebookhttps://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 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 [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:

Albany Center for Economic Success

255 Orange Street

Albany, NY 12210

Contact: Destiny Watkins

Ph: (518) 427-7804

Email: [email protected]

Fax: (518) 427-6203

Dodge Data & Analytics

3315 Central Avenue

Hot Springs, AR 71901

Contact: William Fleming

[email protected]

Ph: (518) 269-7735

No Fax number

Minority Assoc. of the Cap District

Gomez Electrical Contractors Inc.

251 North Pearl Street

Albany, NY 12207

Contact: Joseph Gomez, President

Ph: (518) 427-8365

Fax: (518) 427-8366

Email: [email protected]

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

Minority Contractors Tech. Assoc.

818 Albany Street

Email: [email protected]

Ph: (518) 372-4409

Fax: (518) 372-5143

Schenectady, NY 12307

Eastern Contractors Association

6 Airline Drive

Albany, NY 12205

Contact: Judy Ploof

Email: [email protected]

Fax: (518) 869-2378

Ph: (518) 869-0961

Gerrard P. Bushell, President & CEO

February 20, 2019

DASNY is soliciting the services of a General Contractor for a single prime construction contract at the New York State Court of Appeals to repair and improve the existing upper parking deck slab and waterproof coating.  The scope of work includes, but is not limited to, concrete cleaning, polymer-modified concrete repair work, application of cementitious topping, installation of new parking deck drain bodies with associated piping, heat tracing installation, core drilling, installation of new urethane traffic coating, line striping, cutting of existing metal railings and painting existing metal railings.   

The project is scheduled to start on or about June 24, 2019 and must be substantially completed on August 17, 2019.

Estimated overall construction is valued at $175,000 - $225,000.

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 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 [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.

Eligibility/Qualifications Requirements/Preferences:

The bidder or its principals must have completed five (5) contracts of relatively similar size, scope and complexity within the last five (5) years or demonstrated an increasing ability to successfully complete contracts of incrementally larger size and scope within the last five (5) years.

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: 4%

Women Owned Sub-Contracting Goal: 4%

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

Due date: 03/21/2019 2:00 PM

Contract term: 08/18/2019

County(ies): Albany

Location: New York State Court of Appeals, 20 Eagle Street, Albany, New York 12207

Primary Contact

Steve Wozniak

Project Manager

Construction

515 Broadway

Albany, New York 12207

United States

Phone: 518-257-3991

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]

CompanyContactPhoneEmailAddressCityStateZipcodeFax
PCC Contracting. IncLori Blackburn518-785-8000[email protected]1861 Chrisler AveSchenectadyNY12303518-631-0040
Louis C. Allegrone, Inc.Kelly Thierbecker413-997-9280[email protected]150 Pittsfield RoadLenoxMA01240413-236-1200
VRAM INCPaul Szamosszegi973-470-8447[email protected]68 Colfax AveClifton NJ07013 
Finger Lakes WaterproofingDennis Marr315-568-6938[email protected]54 Rumsey St, PO Box 667Seneca FallsNY13148315-568-5734
Patterson-Stevens IncTracy Lubkowski716-873-5300[email protected]400 Sawyer AvenueTonawandaNY14150716-873-4094
Bette & Cring, LLCTom Owens518-213-1010[email protected]23 Century Hill Dr. Suite 201LathamNY12110518-213-1050
Lupini Construction Inc.Adam Brady315-736-8397[email protected]6081 Trenton Rd.UticaNY13502315-736-8809
Raymond E. Kelley, Inc.Penny Chick315-568-0982[email protected]1383 State Route 96WaterlooNY13165315-568-0983
SAW Restoration CorpMohsin Shakil917-628-5467[email protected]430 Slosson AveStaten IslandNY10314 
Debrino Caulking Associates, Inc.Donna Demarest518-732-7234[email protected]1304 Rt. 9 CastletonNY12033518-732-2281
Resilient Support Services Inc.Cindy Woodcock518-701-0282[email protected]44 Dalliba Ave., Ste 209WatervlietNY12189 
Scholar Painting LLCCheryl Little877-447-2465[email protected]2 Klarides Village Dr, #145New HavenCT06515877-737-5543
Company Name Contact Name Phone Email Website Fax Designation Goods/Services
3C SOLUTIONS INC. JASON CASANOVA [email protected]
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
BL & E CONSTRUCTION COMPANY, INC. (917)648-4584 [email protected]
  • Minority Owned Business (MBE)
Framing
Drywall
Sheetrock
General Cleaning
Carpentry/ Masonry/Tile Work
Acoustical Ceiling
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.
Leatherneck Safety, Service and Supply, LLC DBA LS3 Timothy Coleman 315-952-6440 [email protected] https://www.leathernecks3.com/
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Provide the installation, inspection and repair of Fire Protection Systems in NY State. (Only North of the City)
Nuworld Lighting Solutions Inc. [email protected] www.nuworldlighting.com
  • Minority Owned Business (MBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
Lighting Supplier
SSJ Transportation Inc Craig Skinner 845-405-2371 [email protected]
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
specialized in concrete
Strongwall Industries Fabiane Bevere 201-445-4633 [email protected] www.strongwall.com 201-447-2317
  • Women Owned Business (WBE)
Manufacturer of concrete restoration and protection systems
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,

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
3481808SAW Restoration Corporation$194,786.00
3481808Debrino Caulking Assoc, Inc.$217,825.00
3481808Patterson-Stevens, Inc.$224,881.00
3481808Scholar Painting, LLC$263,320.00
3481808PCC Contracting, Inc.$283,675.00
3481808Lupini Construction, Inc.$306,340.00
3481808VRAM, Inc.$345,000.00

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

BidNumberVendorBidAmount
3481808Debrino Caulking Assoc, Inc.$217,825.00