New York State Office of Addiction Services and Supports Charles K. Post Addiction Treatment Center Conversion including Asbestos Removal Rebid

Solicitation #:3330209999/CR49
Issue Date:09/11/2020
Proposal Due:12/08/2020 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:Archived
Subcontracting Provisioning Goals (%)
Minority Owned:20
Women Owned:12
Service Disabled Veteran Owned:6
Pre-Bid Meeting

Pre-Bid Meetings will be held between Tuesday, October 6, 2020 and Thursday, October 8, 2020 at CK Post ATC- Pilgrim PC- Building #1,998 Crooked Hill Road, West Brentwood, New York 11717 by appointment only . All prospective bidders are strongly encouraged to attend.

Contract Terms
June 30, 2024
Location Where Goods to be Delivered or Service Performed
Charles K. Post Addiction Treatment Center at Pilgrim Psychiatric Center, 998 Crooked Hill Road, West Brentwood, New York 11717

NOTICE TO BIDDERS

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

New York State Office of Addiction Services and Supports

Charles K. Post Addiction Treatment Center

Conversion including Asbestos Removal Rebid

CR49 General Construction

Project Number 3330209999

Sealed bids for the above Work located at Charles K. Post Addiction Treatment Center at Pilgrim Psychiatric Center, 998 Crooked Hill Road, West Brentwood, New York 11717 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.

All individuals who plan to attend pre-bid meetings or bid openings in person will be required to complete and present a DASNY Covid-19 Daily Worksite Screening Questionnaire, present government-issued picture identification to building security officials and obtain a visitors pass prior to attending the bid opening. The questionnaire and all instructions are located after Section 19.0 of the Information for Bidders.

 

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 bid openings will be made available for viewing live via Zoom at www.zoom.us . To enter the meeting, select “Join a Meeting” then enter Meeting Id 353 471 6521, Password 351895. Individuals are strongly encouraged to utilize this public viewing option as an alternative to in person attendance at bid openings.

Only those bids in the hands of DASNY, available to be read at2:00 PM local time on October 29, 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: : John Platz, Project Manager, 998 Crooked Hill Boulevard, Building 26, West Brentwood, New York 11717, 631-434-3297, [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.

Pre-Bid Meetings will be held between Tuesday, October 6, 2020 and Thursday, October 8, 2020 at CK Post ATC- Pilgrim PC- Building #1,998 Crooked Hill Road, West Brentwood, New York 11717 by appointment only . 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 July 28, 2020 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 July 28, 2020 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

Reuben R. McDaniel, III, President & CEO

September 3, 2020

Single Prime Contract to complete Interior and Exterior Renovations including the following: 1.) Phased Project in an Occupied Building completed including a minimum of (7) Phases with each Phase requiring (1) month for Facility turnover and relocation prior to commencement of the next phase. Phases are to be completed consecutively (one after the other). 2.) Site Preparation including staging, providing lockable temporary air-tight barriers to separate Construction areas from Occupied spaces and access to temporary entrances. 3.) Asbestos Removal- Abatement of approximately 15 Linear Feet of caulking per each Basement Window & approximately 19 Linear Feet of caulking per each 1st and 2nd floor window for perimeter caulking, , approximately 15 Linear Feet of caulking per each Basement Window & approximately 19 Linear Feet of caulking per each 1st and 2nd floor window for caulking under existing aluminum cladding, approximately 116 Square Feet of Black Tar Mastic removal at the perimeter of the exterior masonry window openings and approximately 6,635 SF of interior Flooring Removal 4.) PCB Removal- Removal of approximately 686 LF of non-liquid PCB caulking at exterior perimeter of Basement windows. 5.) Selective Demolition. 6.) Exterior Closure- Removal and Replacement of approximately 366 Windows including the removal, storage and re-installation of existing Security Screens, removal and replacement of existing Steel Lintels and associated masonry repair and removal/replacement of the windows. 7.) Interior Renovation including miscellaneous partition demolition, new partition installation, existing door replacement and/or new door installation, interior glazed opening installation or replacement, construction of new interior soffits, ceilings & walls 8.) Fire Protection specialties- relocation or providing new miscellaneous devices and specialties. 9.) Interior finishes and built-in casework. 10.) Bathroom and Kitchenette Renovations- including additions, alterations, relocations, modifications and revisions to the DCW & DHW distribution, sanitary/waste systems and plumbing fixtures 11.) Fire Protection system- Providing a full NFPA 13R sprinkler system throughout the Building utilizing a portion of the existing partial coverage sprinkler system. 12.) Electrical system modifications including additions, alterations, modification and revisions to accommodate interior renovations including power and lighting. 13.) Interior Lighting- revisions to accommodate all interior wall or room reconfiguration.

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.

Due to the recent COVID-19 pandemic all guidance as provided by the NYS Governor’s Office shall be applicable to the Project. For additional information please visit the following link:

• https://www.governor.ny.gov/sites/governor.ny.gov/files/atoms/files/ConstructionMasterGuidance.pdf

Pre-Bid Walk Throughs will be scheduled for any plan-holder as follows:

1.) All plan-holders must request in writing to attend a Pre-Bid walk through that will be conducted between 10/6/2020 and 10/8/2020 and scheduled at the Facilities convenience during normal business hours.

2.) All requests for a pre-Bid walk-through must be received no later than 10/2/2020.

3.) All plan-holders will be allowed to have only (1) ONE Representative to attend the Pre-bid site walk through.

4.) Walk Throughs will be conducted in accordance with all current COVID-19 guidance and may be subject to change.

5.) Walk Throughs will be conducted in groups not to exceed (10) persons.

6.) All Bidders attending the walk though MUST provide: ID, submit to a non-contact temperature scan, wear a mask at all times and maintain approved social distancing requirements.

7.) Disclosure- Some areas located within the building may currently be under Quarantine and will NOT be available for access during any site walk through.

Construction Duration- 30 months

Estimated Construction Start- 12/31/2020

Estimated Construction Completion- 6/30/2024

Construction Estimate- $9,000,000- $9,500,000

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: https://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.

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.

Primary Contact

John Platz

Project Manager

Dormitory Authority of the State of New York

Downstate Construction

Pilgrim Psychiatric Center

998 Crooked Hill Road

Building 26

West Brentwood, NY 11717

United States

Phone: 631-434-1487 224

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
Infinity Contracting Services, CorpBeatris Banica718-762-3200[email protected]112-20 14th AveCollege PointNY11356718-762-3232
North Shore Climate Control, Inc.Estimating Department631-656-0300[email protected]20 Keyland CourtBohemiaNY11716 
Vanguard Construction and Development Co. Inc.Michael Strauss212-594-7477[email protected]308 West 38th St. 7th FloorNew YorkNY10018212-279-2418
Jemco Electrical Contractors IncNicholas Adamo718-658-9500[email protected]271 42 StreetBrooklynNY11232 
Jobco IncEgzona Kelmendi516-487-0050[email protected]277 Northern Blvd, Suite 203Great NeckNY11021516-487-0014
Stalco Construction, Inc.Kevin Harney631-254-6767[email protected]1316 Motor ParkwayIslandiaNY11749631-254-8015
Biltwel General Contractor Corp.Saeid Jalayer631-849-6240[email protected]585 Route 25ARocky PointNY11778631-849-6241
Pope ContractingGoran Popovski973-279-1022[email protected]155 Sargeant AveClifton NJ07013 
Lipsky EnterprisesAmy Lipsky631-472-4454[email protected]814 Montauk HwyBayportNY11705 
AC Environmental IncMark Todaro516-250-9680[email protected]9143 120th St, #9Richmond HillNY11418 
PMY Construction Corp.Deepak Patel201-866-0409[email protected]115 Hague St.Jersey CityNJ07307501-526-8350
Eldor ContractingJuliette Gonzalez631-218-0010[email protected]30 Corporate DriveHoltsvilleNY11742 
Tectonic Engineering & Surveying Consultants P.C.Lauren Hilaire845-534-5959[email protected]70 Pleasant Hill Rd.MountainvilleNY10953845-534-5999
Paul Trapani - East End GroupPaul Trapani631-849-6464[email protected]31 Old Dock RdYaphankNY11980 
Construction Consultants/LI, Inc.Susan Young631-727-6604[email protected]36 East 2nd. St.RiverheadNY11901631-727-6605
greenwayusaco.comDennis Gannon631-767-0659[email protected]23 West 36th StreetNew YorkNY10018 
VRD Contracting Inc.Bonnie Crans631-956-7000[email protected]25 Andrea Rd.HolbrookNY11741631-956-3306
New Style Contractors, Inc.Adrian Nowak718-651-7960[email protected]4817 Laurel Hill Blvd.WoodsideNY11377718-651-7961
Richmond Construction Inc.Amninder Singh718-739-3380[email protected]178-01 Liberty AveJamaicaNY11433 
Lanmark Group, Inc.George Manouselakis347-462-4000[email protected]2125 Mill Ave.BrooklynNY11234347-462-4001
ACS System Associates, Inc.Ahmad Reyaz914-665-5800[email protected]160 W. Lincoln Ave.Mount VernonNY10550914-664-8772
UTB-United Technology, Inc.Pete Patel516-326-1160[email protected]146 East 2nd St.MineolaNY11501516-326-1162
P & K ContractingRajendra Patel516-775-5659[email protected]1645 Jericho Turnpike Ste BNew Hyde ParkNY11040 
Litehouse Builders, Inc.Guillermo Fuentes718-728-8600[email protected]23-21 Brooklyn Queens Expressway WestAstoriaNY11103718-728-8602
ARA Plumbing Corp.Judy Rosenberg516-826-1602[email protected]2182 Jackson Ave.SeafordNY11783516-826-1601
Green Island Group Corp.Jessica Dussan631-256-5711[email protected]45 Knickerbocker Avenue Suite 7HolbrookNY11741 
Citnalta Construction CorpChristina Lewis631-563-1110[email protected]1601 Locust AvenueBohemiaNY11716631-563-3765
Patriot OrganizationAnn Giovingo631-320-1166[email protected]44 W Jefryn BlvdDeer ParkNY11729 
Parish Property ManagementDavid Ilchert914-572-1245[email protected]11 Seventh StreetPelhamNY10803 
Metropolitan Construction Corp.Arif Soni718-305-4874[email protected]349 Union Ave.WestburyNY11590718-880-8869
Euro Castle Construction, Corp.Peter Owsiany718-894-5190[email protected]53-22 35th StreetLong Island CityNY11101 
Technico Construction Services, Inc.George Pipergias718-937-3800[email protected]41-33 38th StreetLong Island CityNY11101 
Vanguard Construction and Development Co. Inc.Arti Shah212-594-7477[email protected]307 West 38th St.New YorkNY10018212-279-2419
XBR Inc.Sean Bronson718-606-0072[email protected]35-12 19th Ave. Suite 2EAstoriaNY11105718-889-2229
Whitestone Construction CorporationSyed Asghar718-392-1800[email protected]50-52 49th StreetWoodsideNY11377718-392-6262
Framan Mechanical, IncDomenic Manginelli732-661-0001[email protected]259 New Brunswick AveFordsNJ08863732-661-0002
Niram, Inc.Chong Kim973-299-4455[email protected]4 East Fredrick PlaceCedar KnollsNJ07927973-299-1707
Miami Wall Systems IncRichard Welch305-888-2300[email protected]701 West 25th St.HialeahFL33010305-888-3058
Fratello ConstructionTracy Ouassil631-414-7171[email protected]134 Milbar Blvd.FarmingdaleNY11735631-414-7170
All Con ContractingWahid Wahab516-333-3339[email protected]66 Brooklyn AvenueWestburyNY11590 
FAXA IncJuan Cifuentes201-868-6629[email protected]1 Madison Street Building BEast RutherfordNJ07073201-881-8006
B&B Contracting Group, LLCOdila Roman646-693-5527[email protected]247 West 35th St Suite 1101New YorkNY10001 
Corbex Inc.Anthony Klimathianos516-739-2000[email protected]351 Denton Ave.New Hyde ParkNY11040516-739-3800
Peter Scalamandre & Sons IncVictor Czartorysky516-868-3000[email protected]157 Albany AvenueFreeportNY11520 
Alvion GroupMegan Malone518-522-5327[email protected]242 BroadwayMenandsNY12204 
Benchmark Construction Group, Inc.Marina Lintzeris718-615-0555[email protected]250 Post Ave. Suite3WestburyNY11590718-615-0558
NavillusMina Asaad212-750-1808[email protected]633 3rd Ave 17th FloorNew YorkNY10017212-750-4015
Nagan Construction, Inc.Nadir Uygan516-374-6286[email protected]226 Wanser Ave.InwoodNY11096516-374-6290
JEMCOJohn Traub516-246-0677[email protected]98-13 180th StFlushingNY11232 
Arrow Steel Window Corp.Michele Huertas631-756-8661[email protected]133 East Carmans RoadEast FarmingdaleNY11735631-756-8622
Zion Contracting, LLCHely Duarte516-960-2414[email protected]303 Merrick Road, Suite 205LynbrookNY11563 
Michael Borruto General Contractor, Inc.Michael Borruto631-567-5940[email protected]1755 Julia Goldbach AvenueRonkonkomaNY11779631-567-5916
Core Construction Group CorpSaif Baksh718-399-8300[email protected]32-75 Steinway St. Suite 201AstoriaNY11103718-267-7111
AECOM TishmanVimal Patel212-708-6800[email protected]100 Park AvenueNew YorkNY10017 
Universal Construction Resources, Inc.Jigar Patel718-672-5800[email protected]66-00 Queens Midtown Expressway, Suite 307MaspethNY11378718-672-5700
Benchmark Construction Group, Inc.Prashanth Vardireddy718-615-0555[email protected]250 Post Ave. Suite 3WestburyNY11590718-615-0558
Arista Contracting IncElias Kafantaris917-865-4845[email protected]668 Clove AveStaten IslandNY10310212-602-0134
T.A. Ahern Contractors Corp.Anna Stolarczyk718-639-5880[email protected]69-24 49th Avenue WoodsideNY11377718-476-1979
Polaris Electrical ConstructionDebra Perrone516-442-0550[email protected]124 S. Long Beach RdRockville CentreNY11570516-417-7687
A.W.E. Inc.Kujtim Isufi718-748-3020[email protected]1072 Bay Ridge AveBROOKLYNNY11219718-748-3020
Michael Anthony Contracting CoDan Vandekar516-282-9747[email protected]161 Railroad AvenueNew Hyde ParkNY11040 
National Environmental Safety Company, Inc.Clare Zalud718-361-0044[email protected]900 3rd Ave.New Hyde ParkNY11040718-361-0846
Sea Breeze General Construction, Inc.Jenny Tsikotis718-721-9030[email protected]24-30 47th St. 2nd FloorAstoriaNY11103718-721-2145
KG Construction Services, Inc.Andrea Stevens845-215-9490[email protected]55 Old Nyack Turnpike, Suite 306NanuetNY10954845-215-9489
Company Name Contact Name Phone Email Website Fax Designation Goods/Services
Abatement Unlimited, Inc. Bill McKenzie 7189941374 [email protected] www.abatementunltd.com
Americas Choice Veterans Construction Inc Elizabeth Younes 16312554483 [email protected] [email protected] 6315046175
  • Service Disabled Veteran Owned Business (SDVOB)
Fireproofing, PM, steam tunnel repair throughout numerous buildings.
Anchor Contracting Joseph Rivera 845-616-1687 [email protected]
  • Service Disabled Veteran Owned Business (SDVOB)
AP Titan Development LLC Alan Nystrom 516-517-2883 [email protected] www.aptitan.net
  • 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)
General Construction
Concrete Foundations
Site Work
Deep Foundation Systems
Demolition
AWE INCORPORATED Kujtim Isufi 718-748-3050 [email protected] 718-748-3020
  • Equal Employment Opportunity (EEO)
Roofing Replacement
Bedford Landscape Contractors LLC Joseph Bedwell 17187020027 [email protected]
  • Minority Owned Business (MBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
Sitework
BES Service NY Samuel Allen 7189155148 [email protected] wwww.besservicesny.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
Bidding Enterprise Mark Leegard 7187172729 [email protected] https://www.biddingenterprise.com/ 718-717-2730
Bradley & Barnett Agency Michele B. Occhino, Esq. 8458038377 [email protected] BradleyandBarnett.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Caren Insights And Beliefs 4195241638
  • 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)
Castletown David Sharkey 631 848-2908 [email protected] www.castletown.us 631 828-2448
Chase Building Renovation Wasiq 516-366-9992 [email protected] 5162697779
CMI Crystal McKenzie 2125984567 [email protected] cminyc.com 2125984566
  • 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)
  • Equal Employment Opportunity (EEO)
Wayfinding, Signage Systems, Public Outreach, CMI has three (3) operating units. 1) Experiential Graphic Design (EGD), Master Wayfinding System Services, 2) Public Outreach, POP, PIP, PIC, 3) Digital/Interactive, SEO, SEM, SMM.
Coletta Site 5136312077
  • 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)
Corbex Inc Anthony K. 5167392000 [email protected] www.corbexinc.com
Crestview Group, LLC Blake Workman 8645101226
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
CS Scott. Enterprises Corp 7184270094 [email protected] Medical Office renovation
East End Group Paul Trapani 6318496464
Engineering Solutions Jeff Spivak 2128401030 [email protected] engsolu.com MEP, Life Safety systems engineering,
Inspections for Mechanical, service water heating systems, related energy inspections
Estimators Joe Williams 9724606115 [email protected] www.firstestimator.com
Fantastic Views 2138368765
  • 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)
Farmanta corp Ehab Mostafa 9177929309
Finesse Creations Esther Machlis 7186922100
  • Women Owned Business (WBE)
First Estimator Joe Williams 9724606115 [email protected] www.firstestimator.com
FLORACON Sal Kardar 2125376563 [email protected] www.floracon.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Garrison Walker Group, Inc. Alexander Fogle 7605861513 [email protected] gwalkergroup.com
  • Minority Owned Business (MBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
Garrison Walker Group, Inc. was the certified DBE/MBE/DVBE (SDVOB) material supplier for the projects mentioned above. We supplied a broad array of building materials, acoustical ceiling panels, steel, steel powder coating services, tile and other flooring materials.
Halpert Life Safety Consulting LLC Sharron Halpert 2012504193 [email protected] www.halpertlifesafety.com
  • Women Owned Business (WBE)
training, firestop consulting, value engineering, quality control, international code collaboration, negotiation, team building, SAFETY Act Terrorism Protection by Design
Hemiunu Construction solutions LLC Dina 646-823-5424 [email protected] www.Hemiunu.org New Construction
Civil Work
Concrete Superstructure
Foundation
Excavation
SOE
Renovation
HoursTv HoursTv 03058899889 [email protected] https://hourstv.com/
  • Minority Owned Business (MBE)
International Asbestos Removal Inc. Karen Grando, CEO 7183350304 [email protected] www.iaronline.com 6315174604
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Equal Employment Opportunity (EEO)
Asbestos, Lead, Mold & Mercury Removal; PCB, Ballast & Battery Removal; Mechanical & Plumbing Insulation; Microbial Remediation; Demolition, Energy Audits
KAYANDA LLC Elizabeth Mwangaguhunga 646-283-0869 [email protected] www.kayandallc.com
Kevlar Rental & Supply Company Inc. Eric Huber 5165067737 [email protected] www.kevlarrental.com 5165067757
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Construction Equipment rental for Concrete Demolition
Construction Equipment sales
L V Maintenance, Inc.
  • 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)
LS TECH LAND SURVEYING & ENGINEERING, PLLC Darren Reid 3478480115 [email protected] www.lstechpllc.com
  • Minority Owned Business (MBE)
Control Survey. Layout property lines. Set-up Axis Lines on grade:
• Establish or verify Horizontal Controls and Vertical Controls (NA YD88 Datum)
• Determination of Property line
• Setup Three Benchmarks
MAXTECH SECURITY SYSTEMS USA CORP Christopher Lickman 19177099427 [email protected] https://maxtechsystems.com/ Installation of security system; Video Analytics; Security Assessment; Preventive Maintenance
Maxtech Security Systems USA Corp Matthew Kwasniewski 917-755-9386 [email protected] https://maxtechsystems.com/ Installation of security system; video Analytics; Security Assessment; Preventive Maintenance
MDA Associates NY INC Mohammed Abdelaal 3477550461 [email protected] General Contracting
New York Development Partners, LLC Petegay Johnson 347-240-3608 [email protected] www.nydevelopmentpartners.com 718-756-5825
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
Electrical Contracting Work
New York Insulation, Inc. Anthony Cardinale 7183260125 [email protected] nyinsulates.com
Oehler Contracting and Consulting Inc John Oehler 6468522818 [email protected]
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Optic Environmental Inc Henry Nwankwo +1 (973) 622-4372 [email protected] +1 (973) 622-4374 Environmental consulting and materials testing.
Panagios MEP Nikolas Panagiotopulos 3478395407 [email protected] panagiosmep.com
  • Minority Owned Business (MBE)
Completed the installation of the mechanical system in 30 floors
Completed the installation of the Audio & Video system ​
Peak Security Plus Inc Mr. Emmanuel Osula 7185966346 [email protected] peaksecurityplus.com 7187227550
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
security guard services, fire guard services, fire safety services and flagman/crossing guard services
Pleasant Contracting Corp Beldon Ramadani 7189839800 [email protected] www.pleasantcontractingcorp.com Roofing (all types), waterproofing, sheet metal, masonry, concrete
Prospect Cleaning Service Matt Wells 7182826348 xt 202 [email protected] www.prospectcleaningnyc.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Covid19 Cleaning

Janitorial Needs
Move In/Out Office Cleaning
Corporate Office Cleaning
Retail Space Cleaning
Green Cleaning
Emergency Cleanups
Final Cleanup For Construction Sites.
Floor Stripping and Waxing.
Hardwood Floor Restoration
Snow Removal
ROM Group Inc. Abdue Monroe Jr. 2129209600 [email protected] http://www.romgroupinc.com/
Saheet Construction Corp Surmit Sahota 3475491894 [email protected]
  • Minority Owned Business (MBE)
SJ Hoerning Construction Inc Brian Hoerning 6312061676 [email protected] General Construction
Streamline Security Services, Inc. Desmond Ojumu 800-606-7269 Ext 1 [email protected] www.streamlinesecurityincs.com 718-285-6174
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Watch guard or Patrol Services
Taylor Environmental Group, Inc. Susan Haiken 5163582955 [email protected] 5163581780
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Environmental inspections, sample collection & analysis, preparation of survey reports and development of remediation design documents, air / project monitoring during abatement, air sample analysis, and project management. Projects include interior renovation, roof replacement, exterior modifications, HVAC upgrades, etc.
The Monroe Group LLC Lindi Nguyen 3146048237 [email protected] www.themonroegroupllc.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Compliance, scheduling, outreach
The WZ Group LC Surinder Paul 18484686900 [email protected] www.thewzgroupllc.com
  • Minority Owned Business (MBE)
  • Equal Employment Opportunity (EEO)
Service NY & NJ
* Carpentry
* Consulting
* Masonry
* Management
UPPER RESTORATION INC Matt Lee 5167777001 [email protected] [email protected]
  • Minority Owned Business (MBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
asbestos Floor tile removals, asbestos siding removals, Asbestos roof removal
URB Design Build, Inc. Ray Batmaz 646 322 3368 [email protected] www.urbdesignbuild.com Some of our client ; MTA , DOL , NYS Parks, OGS, SCA.
Veteran Electrical Supply Jose Cabrera 9293022990 [email protected] www.veteranehs.com 516-953-3459
  • Minority Owned Business (MBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Provided electrical and lighting supply.
Workspace Consulting Group Alexandra Schechtman 2035480305 [email protected]
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Design, Space Planning, Furniture Application, Budgets/Specifications, Furniture Procurement (Office Furniture, Task Seating, Classroom Furniture, Lounge, Cafe, Collaborative Spaces, Dorm Furniture, Storage/Custom Casegoods, Wall Systems), Ergonomic Solutions, Power and Data Solutions, Project Management, Delivery and Installation, Warehousing.

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
33302049Michael Anthony Contracting Corp.$6,050,000.00
33302049Niram, Inc.$6,393,000.00
33302049Michael Borruto General Contractor, Inc.$6,983,055.00
33302049T.A. Ahern Contractors Corp.$7,548,000.00
33302049Sea Breeze General Construction Inc$8,159,000.00
33302049Nagan Construction Inc.$8,290,000.00
33302049B&B Contracting Group, LLC$8,439,740.00
33302049FAXA Inc$8,475,000.00
33302049P&K Contracting, Inc.$8,527,000.00
33302049Patriot Organization, Inc.$8,597,000.00
33302049Navillus Tile Inc dba Navillus Contracti$8,827,000.00
33302049PMY Construction Corp.$9,099,800.00
33302049Stalco Construction Inc.$9,137,000.00
33302049Citnalta Construction Corp.$9,353,000.00
33302049Lanmark Group Inc$9,567,000.00
33302049Euro Castle Construction Corp.$11,920,825.00

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

Bid CodeFirm NameAward AmtAwardDate
33302049NIRAM, Inc. $6,788,000.00 6/7/2021