State University of New York at Buffalo North Campus Governors Complex Phase 3 Bathroom Renovations with Asbestos Abatement

Solicitation #:3517109999/CR3
Issue Date:11/13/2018
Proposal Due:12/07/2018 - 2:00 PM
Classification:Construction Contracts
Type:Expression of Interest (EOI)
Status:Archived
Subcontracting Provisioning Goals (%)
Minority Owned:18
Women Owned:12
Service Disabled Veteran Owned:6
Contract Terms
08/02/2019
Location Where Goods to be Delivered or Service Performed
State University of New York at Buffalo, Amherst Campus, Buffalo, New York 14260

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

The Dormitory Authority, State of New York (DASNY) is soliciting the services of a General Contractor to complete renovations of various bathrooms located within Governors Complex at University at Buffalo, Amherst, New York. The scope of work in the Governors bathroom renovations project will consist of complete demolition reconfigured renovations. Work shall include, but not limited to, removal/disposal of asbestos-containing materials, removal/ disposal ceramic flooring and walls, plumbing fixtures, bathroom accessories, doors and frames, and millwork.  Installation of new finishes including flooring, bathroom walls, plumbing fixtures, toilet accessories, mirrors, vanity tops including sinks, new doors and frames. Mechanical work consists of replacement of various domestic water and sanitary piping, and exhaust ductwork. Electrical work consists of upgrade to existing fire alarm, and removal/replacement of light fixtures.

One Contract will be awarded for the work of this Project - Construction Contract estimated at $2,100,000.00 to $2,300,000.00.

All the Work of the Contract Documents shall commence at the time to be specified in the Notice to Proceed and the Contractor shall achieve Substantial Completion no later than August 2, 2019.  The Contractor expressly understands that the bid for the Work shall be based upon meeting this Substantial Completion date, even if to meet such date requires expedited delivery of material, additional workforce, additional equipment, additional concurrent operations, extended work hours and shiftwork and shall include in the bid the cost of these requirements.

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

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

Tab 1 - Documentation of a minimum of five (5) years experience in similar work and provide a list of five (5) projects of similar size scope and complexity to the referenced project, which have been completed, or substantially completed in the last ten (10) years.  For each project, the following needs to be provided; project designer, firm name and contact information, project title and location/facility, a brief description of the project, total construction cost, and construction start and substantial completion date.  Prospective bidders must demonstrate familiarity and experience with the construction market in those New York State Counties containing or west of Interstate Route 81.

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

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

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

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

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

Tab 7 - Proposed project team with résumés. If the apparent low bidder’s office supporting this project is greater than 150 miles from University at Buffalo, the low bidder must provide a management plan satisfactory to the Authority that demonstrates its ability to effectively support and manage the work of this Contract.  The management plan shall name and provide resumes for, at a minimum, the project manager, general superintendent and any other planned superintendents along with their time commitment on the project and a proposed sub-contracting plan. It shall also describe how the firm will support and manage the processing of items including but not limited to submittals, shop drawings, requests for information, payments and project scheduling.

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

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

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

Eligibility/Qualifications Requirements/Preferences:

Contract Security, EEO/AA Insurance, NY State Vendor Responsibility Questionnaire (Executive Order 125).  See Contract Documents for details. 

In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between Dormitory Authority personnel and an Offerer during the procurement process.  Designated staff for this procurement are: The Project Manager and [email protected].  Contacts made to other Dormitory Authority personnel regarding this procurement may disqualify the Offerer and affect future procurements with governmental entities in the State of New York.  Please refer to the Authority's website (www.dasny.org) for Authority policy and procedures regarding this law, or the OGS website (www.ogs.state.ny.us/aboutogs/regulations/defaultAdvisoryCouncil) for more information about this law. All proposers, domestic and foreign, must be in compliance with New York State business registration requirements.  Contact the NYS Department of State regarding compliance.  In addition, business entities proposing to provide professional engineering services must obtain a Certificate of Authorization to Provide Engineering Services in New York State from the State Education Department.  Proposals must be submitted in the full legal name of the proposer, or the full legal name plus a registered assumed name of the proposer, if any.

Service-Disabled Veteran-Owned Set Aside: No

Minority Owned Sub-Contracting Goal: 18%

Women Owned Sub-Contracting Goal: 12%

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

Due date: 12/07/2018 2:00 PM

Contract term: 08/02/2019

County(ies): Erie

Location: State University of New York at Buffalo, Amherst Campus, Buffalo, New York 14260

Primary Contact

Paul Lewis

Project Manager

Dormitory Authority of the State of New York

Construction - Upstate

539 Franklin Street

Buffalo, NY 14202

United States

Phone: 716-884-9780

Email: [email protected]

Submit To Contact

Jennifer Burtch

Construction Contract Administrator

DASNY

Procurement

Construction Contracts

515 Broadway

Albany, New York 12207

United States

Phone: 518-257-3000

Email: [email protected]

Company Name Contact Name Phone Email Website Fax Designation Goods/Services
AGILE GENERAL CONSTRUCTION INC Sunny Singh 3472830088 [email protected] www.agilegeneralconstruction.com Masonry, Tiling, Roofing, Drywall, Flooring
Amp Environmental Group Knikikia Redmond 718,924,3316 [email protected]
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
ATGalbo Environmental Anthony Galbo 716-662-1044 [email protected] www.galboconstruction.com 716-299-5071
  • Equal Employment Opportunity (EEO)
Abatement/Demo
BASF Travon Herriotte 7343535972 [email protected] www.basf.com
  • Equal Employment Opportunity (EEO)
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.
Franco belli plumbing and heating Soumya Ramesh 7189654976 [email protected] www.francobelli.com
Guidon Financial, LLC Matthew Lawrence 732-895-6779 [email protected] www.guidonfinancial.com
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
LAYNE LUBRICATIONS LLC Samantha Petitfrere (203) 587-0977 [email protected] (888) 227-3559
  • 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)
Furnished and delivered industrial equipment, heavy duty diesel motor oil, industrial grade hydraulic fluid, automatic transmission fluid, extreme pressure greases, full synthetic gear & R&O oil in cases, pails, kegs and drums.
Marylou Website 4077980337
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
Riggers Construction Corp. Shammas Ali 3474815278 [email protected]
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Grinding and pointing
Roof replacement
Structural Beams replacement
Sidewalk
Landmark
Lintel replacement
Reconstruction of Parapet
Waterproofing parapet
Schneider Inc. DBA Howard Industries Michelle Lohrer 8148337000 [email protected] www.howardindustries.com
  • Equal Employment Opportunity (EEO)
Tera Consulting, Inc./Tera Office Solutions Terryann Powell 5167321888 [email protected] www.teraofficesolutions.com 2677505970
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Disadvantaged Business Enterprise (DBE)
Office Supplies, Office Furniture, Janitorial Supplies, Safety supplies,
TRI-LOGISTICS, LLC Paula King 301-736-1085 [email protected] www.tri-logistics.net
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)

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
3517103Javen Construction Co., Inc.$2,049,000.00
3517103Burgio & Campofelice Inc.$2,104,000.00
3517103Savarino Companies LLC$2,135,000.00

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

BidNumberVendorBidAmount
3517103Javen Construction Co., Inc.$2,049,000.00