CUNY Bronx Community College Plaza & Façade Rehabilitation and Related Asbestos Abatement at New Hall (Small Business Concerns and Minority Business Concerns Only)

Solicitation #:3428309999 CR37
Issue Date:06/20/2023
Proposal Due:08/15/2023 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:Awarded
Set Aside:MBE/WBE, SBE
Subcontracting Provisioning Goals (%)
Minority Owned:25
Women Owned:10
Service Disabled Veteran Owned:6
Equal Employment Opportunity:45
Pre-Bid Meeting

A Pre-Bid Meeting will be held on Thursday, July 6, 2023, at 10:00 AM at Bronx Community College, DASNY Field Office, 2155 University Avenue, Bronx, New York 10453. Contact Samir Rimawi at 917-295-5291.  All prospective bidders are strongly encouraged to attend. 

Contract Terms
November 15, 2024
Location Where Goods to be Delivered or Service Performed
Bronx Community College, 2155 University Avenue, Bronx, NY 10453

NOTICE TO BIDDERS

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

City University of New York

Bronx Community College

Small Business Concerns and Minority Business Concerns only

Plaza & Façade Rehabilitation and Related Asbestos Abatement at New Hall

CR37 General Construction

Project Number 34283099999999

 

Sealed bids for the above Work located at Bronx Community College, 2155 University Avenue, Bronx, New York 10453 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 – JAMIE CHRISTENSEN.” 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 Visitor Covid-19 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, from Small Business Concerns or Minority Business Concerns as defined under the Small Business Concerns Set Aside Program, in accordance with Section 1699-m of the Public Authorities Law of the State of New York, available to be read at 2:00 PM local time on August 15, 2023, 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: Samir Rimawi, Project Manager, Bronx Community College, 2155 University Avenue, Bronx, New York 10453, 718-933-9535, [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 Thursday, July 6, 2023, at 10:00 AM at Bronx Community College, DASNY Field Office, 2155 University Avenue, Bronx, New York 10453. Contact Samir Rimawi at 917-295-5291.  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 June 17, 2021 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 June 17, 2021 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, Attn: Bid Department, 630 Columbia St. Ext., Latham, NY 12110

 

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:

 

Construction Journal

Contact information for hard copy distribution

[email protected]

400 SW 7th St.

Stuart, FL 34994

Contact information after documents have been issued

[email protected]

Phone:772-781-2144, ext 426

Fax: 772-781-2145

 

ConstructConnect

Attn:  Production

30 Technology Parkway S. Suite 500

Norcross, GA 30092

Contact: Vera Bifulco

Email: [email protected]

Ph: (800) 364-2059

 

Dodge Data & Analytics

3315 Central Avenue

Hot Springs, AR 71901

Contact: William Fleming

[email protected]

Ph: (518) 269-7735                                                                                       

 

Reuben R. McDaniel, III, President & CEO

June 20, 2023

SOW, but not limited to, the following:

Perform Abatement as shown on Abatement contract drawings. Removal of existing asphalt pavers and roofing including but not limited to setting bed, protection board waterproofing and flashing down to concrete fill at New Hall Plaza. Removal of existing asphalt pavers and roofing including but not limited to setting bed, waterproofing and flashing down to structural slab at Bliss Hall Plaza. Removal of Brick masonry parapet and coping at north and east plaza walls down to window lintel at the first floor level. Removal of existing metal guardrails at north and east plaza parapet walls and courtyard retaining wall.

Removal of existing concrete planters and metal benches at New Hall Plaza and handing over to facility. Removal of existing poured-in-place concrete steps and ramp from Bliss Hall Plaza to New Hall Plaza. Removal of roof drains at both plazas. Replacement of exterior light fixtures at north and east wall on the first floor level.

Replacement of concrete sidewalk at entrance to Bliss Hall Plaza to the extent shown on removal drawings. Replacement of plumbing and electrical work related to drains and light fixtures. Installation of new roofing and precast concrete pavers at New Hall and Bliss Hall Plazas per contract documents. Steps and ramp at New Hall plaza Reconstruction and raising of New Hall Plaza Parapet including stainless steel guardrail. Replace Brick masonry at Lower level North and East Façade as shown on contract drawings including lintel above widows. Repair existing reinforced concrete columns on the north and East sides of New Hall Plaza. Provide stainless steel railing at parapet at sidewalk level overlooking the loading dock. Provide reinforced concrete curbs and benches with RPL slats seating Provide stainless steel railings at all steps and ramp. Modification of supports for gooseneck at Bliss Hall Plaza. Replace manhole covers at Bills Hall Plaza

Cut down and plug existing relief vent pipes at Bliss Hall Plaza. Miscellaneous flashing and masonry replacement at both building walls, where affected by plaza roof replacement. Provide concrete patching at existing slab/concrete fill. Provide stainless steel bar grate along north face of New Hall Building. Replace existing drains at New Hall Plaza, and Bliss Hall Plaza. Provide new drains at New Hall building entrances. Temporarily remove, relocate and reinstall existing dust collector at loading dock.

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 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 June 17, 2021 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.

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 bidder or its principals shall have a minimum of five (5) years experience in similar work and shall provide to the Owner with the Bid Submission on the Minimum Qualifications Form a list of five (5) contracts of similar size, scope, and complexity to this Project completed or substantially completed within the last ten (10) years.  Projects with complex technical specification sections may require additional experience in terms of both time as well as number of similarly completed projects.

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

Samir Rimawi

Project Manager

Dormitory Authority of the State of New York

Downstate Construction

Bronx Community College

2155 University Avenue

Bronx, NY 10453

United States

Phone: 718-933-9535

Email: [email protected]

Submit To Contact

Jamie Christensen

Assistant Procurement Administrator

DASNY

Procurement

Construction Contracts

515 Broadway

Albany, NY 12207

United States

Phone: 518-257-3055

Email: [email protected]

CompanyContactPhoneEmailAddressCityStateZipcodeFax
Zaman Construction CorpJahid Minto212-964-0189[email protected]97-53 85th StreetQueensNY11416347-587-6419
PB Contracting CorpEstimating Estimating631-627-9204[email protected]95 Broadway, Ste 1HicksvilleNY11801516-622-4804
Attri Enterprises, Inc.Mahesh Patel718-486-7395[email protected]892 Metropolitan Ave.BrooklynNY11211718-384-6788
Magnetic Builders GroupQuinn Waldron646-882-7576[email protected]260 West 35th StreetNew YorkNY7083 
Padilla Construction ServicesOleg Shayko516-338-6848[email protected]299 Main StreetWestburyNY11590516-338-6920
Nagan Construction, Inc.Nadir Uygan516-374-6286[email protected]710 Sunrise HighwayBaldwinNY11510516-374-6290
Musa Builder Corp.Kazam Shahzd917-400-5266[email protected]405 Holdridge AveStaten IslandNY10312 
KS Construction of NYKevin Blank516-519-8690[email protected]266 Jericho Turnpike, Suite 206Floral ParkNY11001 
Vernon Construction & DevelopmentArnold Elsner212-421-2000[email protected]21 West 86th StreetNew YorkNY10024 
Metropolitan Construction Corp.Arif Soni718-305-4874[email protected]349 Union Ave.WestburyNY11590718-880-8869
Sea Breeze General Construction, Inc.Jenny Tsikotis718-721-9030[email protected]24-30 47th St. 2nd FloorAstoriaNY11103718-721-2145
Lanmark Group, Inc.George Manouselakis347-462-4000[email protected]2125 Mill Ave.BrooklynNY11234347-462-4001
East Coast Builders Group Inc.Kuldip Singh917-722-6000[email protected]13043 135th rdS ozone parkNY11420 
Fidelis Contracting, Inc.Jay Kumar718-305-1860[email protected]300 Northern Blvd.Great NeckNY11021 
Five Star Contracting Companies Inc.Mohammad Iqbal212-406-8900[email protected]64 Fulton St. Suite 703New York NY10038212-409-2375
SRR Holdings LLCHamza Qasim516-613-4813[email protected]2154 4th StreetEast MeadowNY11554212-656-1073
I & A RestorationKhurram Khan914-282-7916[email protected]7 South Central AveElmsfordNY10523718-228-2568
Minhas General Contractors Company, LLCMatloob Kahn718-871-5799[email protected]1037 39th St.BrooklynNY12207718-871-9873
Project Eye Consultants Inc.Magda Evangelou718-633-3946[email protected]2096 Clove RoadStaten IslandNY10305866-381-7468
Ladi Construction Inc.Rupinder Singh718-805-8388[email protected]118-07 103rd Ave, 2nd FlS. Richmond HillNY11419 
B N Restoration Inc.Zarak Chaudhary718-871-0161[email protected]1100 Coney Island Ave. Suite 412BrooklynNY11230718-871-2070
Atlantic Specialty IncAbdul Zahid516-358-5100[email protected]500 Cherry LnFloral ParkNY11001 
Holt ConstructionMark Cherchio845-803-9972[email protected]875 Avenut of the Americas, Suite 1101New YorkNY10001 
Jobco IncEgzona Kelmendi516-487-0050[email protected]277 Northern Blvd, Suite 203Great NeckNY11021516-487-0014
Gohar ConstructionParesh Shah718-758-4053[email protected]19 Crowell AvenueStaten IslandNY10314718-228-4614
ACS System Associates, Inc.Ahmad Reyaz914-665-5800[email protected]160 W. Lincoln Ave.Mount VernonNY10550914-664-8772
Kwiatek PaintingMike Kwiatek917-333-2546[email protected]22nd AvenueIowa CityIA52241 
SNP Consultants Inc.Paul Orangian201-523-3520[email protected]564 Sylvan Rd.River ValeNJ7675 
Apollon Group, LLCGeorge Fakiris718-728-8000[email protected]24-57 49th StreetAstoriaNY11103 
MBE Environmental Services LLCGilbert Padilla914-610-3286[email protected]140 Valley Street, Unit WSleepy HollowNY10591 
Fidelis Contracting, Inc.Jay Kumar718-305-1860[email protected]300 Northern Blvd.Great NeckNY11021 
Bhaghiana General Construction Inc.Atinderpal Singh516-830-5153[email protected]114-08 Lefferts BlvdSouth Ozone ParkNY11420 
R J Green Construction Corp.Bilal Ahmad718-676-5185[email protected]814 Coney Island Ave.BrooklynNY11218718-675-7012
CVM Construction Corp.Chris Marangoudakis718-898-0007[email protected]28-35 199th StreetFlushingNY11354914-607-3731
Company Name Contact Name Phone Email Website Fax Designation Goods/Services
10 NOVEMBER LLC ALFRED REYES 914-885-1515 [email protected] WWW.10NOVGROUP.COM
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Abbn Environmental Services Michael Mbamara 09732040377
  • Minority Owned Business (MBE)
Asbestos Roof removal
Accu-Estimation Solutions Ali Aslam 716-406-4935 [email protected] n/A
AJM CONTRACTING LLC Emad Roufaeil 201-772-4522 [email protected] Steel works structural steel and Misc. steel.
American Pallet Recycling LLC dba APR Service and Supply Robert K. Foreman 5163060676 [email protected] www.aprserviceandsupply.com 631-693-3883
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Set up freezers on-site. Provided bagged ice and and bottled water as required.

Provided trucking services as required.
Anser Advisory Management, LLC Barbara Leverence 908-638-9700 [email protected] anseradvisory.com 908-368-9701
  • Equal Employment Opportunity (EEO)
Construction Management Services
APTIM Andrew Overholser 9176929170 [email protected] www.aptim.com
Axis Construction Corporation Peter Albert Cannuscio 6318815790 [email protected] www.theaxisgroup.com
Clean Collection Inc Luqman Stroud 926-610-2606 [email protected] https://www.cleancinc.com/
  • Minority Owned Business (MBE)
CRS-Corporate Relocation Systems Inc. Dimitri Mortsakis 17182155924 [email protected] www.crsmove.com
Crystal Structures / Sunshine Rooms, Inc. Deborah Patrick 3168380033 [email protected] www.crystalstructuresglazing.com
CVM Construction Corp. Chris V. Marangoudakis 718-898-0007 [email protected] https://cvmconstructioncorp.com/contact/ 718-228-5818
  • Equal Employment Opportunity (EEO)
Full gut renovation of 40 apartments and all common spaces
Dan CM Consulting LLC Robert Bowers 718.666.5943 [email protected]
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • Equal Employment Opportunity (EEO)
Deerpath Construction Corporation (Masonry) Dawn Joblon 908-964-0408 [email protected] www.deerpath.com 908-9687-6749
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Drum Brickwork
ERB CONSTRUCTION, INC ERIC BLUM 518-258-7345
  • Women Owned Business (WBE)
FBY Security Services Inc Babatunde Fadairo 8333297233 [email protected] www.fbysecuritysvs.com 8456538110
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Security Guard & Fire-Watch Service
First Alert Security Services, Inc. ABDULLATEEF SANNI 7189220214 / 7185066066 / 18772192442 [email protected] www.firstalertsecuritysvcinc.com 7189220216
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
SECURITY GUARD AND FIRE WATCH SERVICES
GIG Environmental Services Mike Solis 212-244-5416 [email protected] www.GIG-CORP.com
  • Minority Owned Business (MBE)
Asbestos Abatement, Lead Abatement, Disaster Recovery, Selective Demolition
GNP ENVIRONMENTAL INC. EDITH OLAYA 6467259155 [email protected] ASBESTOS REMOVAL OF ROOF
GOHVACRSUPPLY INC. Jared Mannino 6319056036 [email protected] https://gohvacrsupply.com/ Sale and distribution of commercial and residential HVAC equipment that includes but not limited to: heat pumps, geothermal systems, air conditioners, heaters, fans, dehumidifiers, air filters, portable systems, boilers.
Guarantee Estimation James Vince 0
Intivity Inc Angel Ocasio 929-969-7736 [email protected] https://intivity.com/
  • Minority Owned Business (MBE)
Good & Services, Industrial Supplies, Office Products, Furniture
J & O SECURITY SERVICES INC. Joseph Osagie 7182311299 [email protected] 7182314338
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
SECURITY SERVICES, FIRE SAFETY, FIRE SAFETY DIRECTORS
JNP SERVICE CENTER CORP Paul Habibulla 3472195116 [email protected] jnpcontractor.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Structural Steel, Dunnage, millwork, framing, drywall, painting, flooring
JSNY Construction Corp Jaswinder Singh 917-365-0680 [email protected] Tile Work/ Masonry
JU Estimating LLC Mike Calvin 703722864 [email protected]
  • 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)
Kian Construction Group LLC Devan Naik 7327180536 [email protected] kiancg.com
  • Minority Owned Business (MBE)
  • Disadvantaged Business Enterprise (DBE)
Masonry, Concrete, rough carpentry
KS Construction of NY Inc Maninder Singh 5166759413
  • Minority Owned Business (MBE)
L&M Developers Group LLC jeniffer Guerrero 5162255606 [email protected] not applicable
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
Labco Electric Contracting Corp Lincoln Baker 718-525-2355 [email protected] www.labcoelectric.com 718-525-2366
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Performed electrical installation on and or in residential, commercial and industrial buildings
Legacy Construction Group NY INC. Sahil Singh (929) 543-8301 [email protected] www.legacyconstructionny.com General Renovation
Flooring
Stucco
Concrete
Pavers
Masonry
Painting
ETC.
LolitasLep LolitasLep 85865736392 [email protected] 81665883244
  • 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)
MacXimum SheetMetal LLC Rene McIntosh 9176674383 [email protected] 7186769108
  • Minority Owned Business (MBE)
MBE Environmental Services LLC Gilbert Padilla 9146103286 [email protected] www.MBEenvironmental.com
  • Minority Owned Business (MBE)
ASBESTOS/MOLD ABATEMENT
Monaghan Mechanical and Technical Resources Corp SDVOB Patrick Monaghan 6312600276 [email protected] www.monaghan-mechanical.com
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Material supplier
Montana Datacom Jennifer Muhlrad 7184826789 [email protected] www.montanadata.com 7184828716
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Montana is a distributor of American-made electrical, data, conduit, transit, telephone, video, fire alarm, security, and industrial products.
NERIS LLC Kristine Sinkez 3473661397 [email protected] www.neris.nyc
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Disadvantaged Business Enterprise (DBE)
Our Core Competencies include Consulting, Disaster Recovery, Environmental Compliance, Due Diligence and Reporting, Professional Services, Program / Project Management, Grants/Financing, National Environmental Policy Act (NEPA) Phase I/II Environmental Site Assessments, Lead Risk Assessments, Asbestos Inspections, Wetland Delineations, Code/Zoning Compliance, Design Approval, Construction/Environmental Permitting, Construction Management, and Staff Augmentation.
OK CONSTRUCTION CORP Qasir 3473303111 [email protected] www.okconstructioncorp.com
  • Minority Owned Business (MBE)
overlink Julio FElix 7187952193 [email protected]
  • Minority Owned Business (MBE)
RO Engineers and Architects, PC Yolanda LaMonica 9732595396 [email protected] www.roengineers.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Segel & Co., Inc. William Segel 9145230766 [email protected] www.segelandco.com (914) 236-5455
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Demolition, Sitework, Excavation, Concrete, and Utilities
singh bros construction group inc. manmeet singh 9293937815 [email protected]
Solvotek International LLC Banu Sayin 2126510485 [email protected] www.solvotek-int.com
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Disadvantaged Business Enterprise (DBE)
United Air Conditioning [email protected]
Veracity Estimating - Quanity Takeoff & Cost Estimation Services James Carl 3474079005 [email protected] https://veracityestimating.com
Where To Get It Services, LLC Joslin Johnson 3474894482 [email protected] www.wtgisllc.com 7187745660
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Drywall, Framing, Painting, Tiling, Door & window installation, Stairs building, joist replacement and sistering, ceilings, sonus round ( perforated drywall), partitions.
WISECOM TECHNOLOGIES Inc. Jeff Peter 2406305100 [email protected] https://wisecomtech.com/

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
34283037KS Construction of NY Inc$1,985,118.00
34283037I & A Renovation, Inc.$2,654,582.00
34283037PB Contracting Corp.$2,690,000.00
34283037Vernon Construction & Development llc$2,694,000.00
34283037MINHAS General Contracting Co. LLC$2,998,861.00
34283037Zaman Construction Corp.$3,258,452.00
34283037Atlantic Specialty, Inc.$3,429,000.00
34283037Fidelis Contracting, Inc.$3,830,000.00
34283037Nagan Construction Inc.$3,835,000.00
34283037CVM Construction Corp.$4,118,000.00
34283037Padilla Construction Services$4,294,502.12
34283037B N Restoration, Inc.$4,295,786.00
34283037Sea Breeze General Construction Inc$4,407,000.00
34283037Lanmark Group Inc$4,805,400.00

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

Bid CodeFirm NameAward AmtAwardDate
34283037I&A Renovation Inc $2,654,582.00 12/27/2023