City University of New York- Kingsborough Community College - Building T7 HVAC & Electrical Upgrade with Asbestos Abatement

Solicitation #:3205809999/CR6
Issue Date:02/08/2019
Proposal Due:03/20/2019 - 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

A Pre-Bid Meeting will be held on Tuesday, February 26, 2019 at 10:00 AM at Kingsborough Community College, 2001 Oriental Boulevard, T7 Building Front Entrance, Brooklyn, New York, 11235. Contact Sharda Del Rio 718-368-6508 . All prospective bidders are strongly encouraged to attend.

Contract Terms
February 20, 2020
Location Where Goods to be Delivered or Service Performed
Kingsborough Community College, 2001 Oriental Boulevard, Brooklyn, New York 11235

NOTICE TO BIDDERS

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

City University of New York

Kingsborough Community College

Building T7 HVAC & Electrical Upgrade with Asbestos Abatement

Project Number 3205809999/CR6

Sealed bids for the above Work located at Kingsborough Community College, 2001 Oriental Boulevard, Brooklyn, New York 11235 will be received by DASNY at its office located at 515 Broadway, Albany, NY 12207. Each bid must be identified, on the outside of the envelope, with the name and address of the bidder and designated a bid for the Project titled above. When a sealed bid is placed inside another delivery jacket, the bid delivery jacket must be clearly marked on the outside“BID ENCLOSED” and “ATTENTION: CONSTRUCTION CONTRACTS – DOMINICK DONADIO.” DASNY will not be responsible for receipt of bids which do not comply with these instructions.

The Dormitory Authority of the State of New York (“DASNY”) has determined that its interest in obtaining the best work at the lowest possible price, preventing favoritism, fraud and corruption, and other considerations such as the impact of delay, the possibility of cost savings advantages and any local history of labor unrest are best met by use of a Project Labor Agreement (“PLA”) on this Project. The successful low bidder, as a condition of being awarded this Contract, will be required to execute the PLA described in the Information for Bidders and included in the Contract Documents. See Section 18.0 of the Information for Bidders of the Contract Documents for additional information. All subcontractors of every tier will be required to agree to be bound by the PLA.

Individuals and entities submitting bids in person or by private delivery services should allow sufficient time for processing through building security to assure that bids are received prior to the deadline for submitting bids. All individuals who plan to attend bid openings will be required to present government-issued picture identification to building security officials and obtain a visitors pass prior to attending the bid opening.

Only those bids in the hands of DASNY, available to be read at2:00 PM local time on March 20, 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: Sharda Del Rio, Project Manager, Kingsborough Community College, Brooklyn, New York 11235 718-368-6508 [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 Tuesday, February 26, 2019 at 10:00 AM at Kingsborough Community College, 2001 Oriental Boulevard, T7 Building Front Entrance, Brooklyn, New York, 11235. Contact Sharda Del Rio 718-368-6508 . All prospective bidders are strongly encouraged to attend.

Prospective bidders are advised that the Contract Documents for this Project contain new “GENERAL CONDITIONS for CONSTRUCTION” dated May 1, 2018 that contain significant revisions from those documents previously contained in DASNY’s Contract Documents. Prospective bidders are further advised to review applicable sections of these General Conditions for any potential impact on their bid price prior to submittal of the bid.

A complete set of Contract Documents may be viewed and/or purchased online from Camelot Print and Copy Centers. Only those Contract Documents obtained in this manner will enable a prospective bidder to be identified as an official plan holder of record. DASNY takes no responsibility for the completeness of Contract Documents obtained from other sources. Contract Documents obtained from other sources may not be accurate or may not contain addenda that may have been issued. In addition, prospective bidders are advised that the Contract Documents for this Project contain new “GENERAL CONDITIONS for CONSTRUCTION” dated May 1, 2018 that contain significant revisions from those documents previously contained in DASNY’s Contract Documents. Prospective bidders are further advised to review applicable sections of these General Conditions for any potential impact on their bid price prior to submittal of the bid. The plan holders list and a list of interested subcontractors and material suppliers may be viewed at DASNY’s website: http://www.dasny.org. For Bid Opportunities and other DASNY related news, follow us on Twitter @NYS_DASNY and Facebook https://www.facebook.com/pages/DASNY-Dormitor-Authority-of-the-State-of-New-York/307274192739368 .

 

To view the Contract Documents online, click the following link: www.camelotplanroom.com or type it into your web browser. Then click on the Public Jobs link on the left side of the page. If you would like to purchase the Contract Documents and become a registered planholder click the link "Register for an account" and follow the steps to create a free account (if you have not previously set one up). Once you have a Login and Password, log in to the planroom. To order aDIGITAL DOWNLOAD of the Contract Documents and be placed on the bidder's list, add the Contract Document(s) to your cart and proceed to the checkout. All major credit cards are accepted online. A purchase of a digital download is required to become a registered planholder. Printed sets of the Contract Documents are also available to planholders for an additional cost and may be ordered through the online planroom or by mailing a check. The purchase of the digital downloads and printed sets are non-refundable and non-returnable. Please contact Camelot's Bid Department at (518) 435-9696 or email them at [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

Gerrard P. Bushell, President & CEO

February 8, 2019

This is a single prime contract. Work includes but not limited to
• Removal of existing roof top chillers, pumps, air handling units, controls, duct furnaces and chilled water cooling coils.
• Abatement
• Installation of temporary units and permanent units with associated work electrical and controls
• New steel support systems
• Replacement of the existing natural gas distribution piping.
• Fire alarm upgrade to support the new mechanical equipment
Estimate : $1,800,000 - $2,000,000

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.

5 years minimum experience of similar scope and size project.

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.

A complete set of Bid Documents may be obtained from Camelot Print and Copy Center Bid Department, 100 Fuller Road, Albany, NY 12205. To view the contract documents online, click the following link: www.teamcamelot.com or type it into your web browser. Once online, click the link for ''Log into Planwell'' and then click on ''Public Planroom''. Click on the DASNY Project Number 3205809999

To order a CD of the project and be placed on the bidder's list, please make your non-refundable check in the amount of $15.00 payable to Camelot Print and Copy Center. Printed sets are available at the bidder's expense from Camelot. 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.

Printed sets are available at the bidder's expense from Camelot. Printed sets are non-refundable and non-returnable. Please call Camelot's Bid Department at (518) 435-9696 or e-mail them at [email protected] for more information.

Please provide the following information along with your payment for printed sets:
Company Name
Company Address (street address is preferable over a PO Box)
Company Contact
Company Phone Number
Company Email (for communications including addendum notification)
Company Fax number
Fed-EX 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 Center.

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 contractor, the Contractor will need to provide an account number for shipping of the documents.

Primary Contact

Sharda Del Rio

Project Manager

DASNY

Downstate Construction

Kingsborough Community College

2001 Oriental Boulevard

Brooklyn, New York 11235

United States

Phone: 718-368-6508

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
Pen Enterprises, Inc.Philip Ettedgui718-282-4000[email protected]521 Coney Island Ave.BrooklynNY11357518-792-3157
Welkin Mechanical LLCMirin Thangarajah718-554-2800[email protected]1445 117 StCollege PointNY11356 
North Star Mechanical GroupNoel Vaz718-532-0051[email protected]48 Grattan St.BrooklynNY11237 
ARK Systems Electric CorpAnjana Woolsey718-482-3922[email protected]27-08 42nd RoadLong Island CityNY11101718-482-3923
Lanmark Group, Inc.George Manouselakis347-462-4000[email protected]2125 Mill Ave.BrooklynNY11234347-462-4001
Bluestone Renovations Inc.Sheila Connolly718-440-2485[email protected]4815 39th AvenueSunnysideNY11104 
M & J Electrical Contractors Corp.Vasilios Tsimekas718-726-7501[email protected]23-24 Steinway St.AstoriaNY11105718-726-8106
Nature's Way EnvironmentalEric Warren716-572-6503[email protected]3553 Crittenden RoadAldenNY14004 
United Force Construction Corp. John Bakalexis718-624-3463[email protected]28 Commerce St.BrooklynNY11231718-624-3465
ACS System Associates, Inc.Ahmad Reyaz914-665-5800[email protected]160 W. Lincoln Ave.Mount VernonNY10550914-664-8772
C.D.E. Air Conditioning Co., Inc.Brian Azara718-788-1040[email protected]321 39th St.BrooklynNY11232718-788-2046
Positive Electrical Associates, Inc.Christos Fakatselis718-482-0202[email protected]40-33 23rd St.Long Island CityNY11101718-482-0216
Infinity Contracting Services, Corp.Erika Key718-762-3200[email protected]112-20 14th Ave.College PointNY11356718-762-3232
A.K.S. International Inc.John Banovic718-267-6800[email protected]37-04 19th St.AstoriaNY11105718-932-2527
Community Electric IncorporatedJames Tizio718-720-4188[email protected]124 Granite Ave.Staten IslandNY10303718-720-9759
Anvil Mechanical Inc.Anthony Ruffino914-632-1985[email protected]535 S. Columbus AveMt. VernonNY10550 
Ex Air, IncAbdul Wadood Farooqui201-342-8877[email protected]375 North St, Unit STeterboroNJ07608 
Central Mechanical Systems, Inc.Rahul Vora718-452-7700[email protected]2060 Eastern ParkwayBrooklynNY11207718-574-3924
Maric Plumbing & Heating, IncVlado W. Maric718-565-1525[email protected]50-40 69th PlaceWoodsideNY1137718-565-6887
North Star General Contractor IncLuis Guzman718-223-3053[email protected]40-05 81st StreetElmhurstNY11373 
Eldor ContractingJuliette Gonzalez631-218-0010[email protected]30 Corporate DriveHoltsvilleNY11742 
US Tech Construction Corp.Saif Baksh718-267-7100[email protected]32-75 Steinway St. Suite 203AstoriaNY11103718-267-7111
Core ElecSteve Eo631-697-0537[email protected]2 Railroad StHuntington StationNY11746 
Unipro Environmental LLCRaymond Blum718-273-1122[email protected]2744 Hylan Blvd #200Staten IslandNY10306718-494-1311
Nuworld Lighting Solutions Inc.Elsa Baires516-727-6288[email protected]150 Executive Dr., Suite JEdgewoodNY11717 
Framan Mechanical, IncDomenic Manginelli732-661-0001[email protected]259 New Brunswick AveFordsNJ08863732-661-0002
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)
American Energy Services Joren Bender 301-482-0025 [email protected] www.aeservices.us 301-482-0028 Lighting and energy solutions upgrades. Monitoring and controls, EV Chargers, LED lighting.
Amp Environmental Group Knikikia Redmond 718,924,3316 [email protected]
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
Bluestone Renovations Inc. Sheila Connolly 718-440-2485 [email protected] www.bluestonegc.com
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
General Contracting services for health care facilities, commercial and retail space.
Brooklyn Rebar LLC Jennifer Volpe 347-668-4009 [email protected]
  • Women Owned Business (WBE)
  • Equal Employment Opportunity (EEO)
Rebar
CaHill Resources, LLC Sarah Weigel 7167831963 cahillresources.com
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Disadvantaged Business Enterprise (DBE)
Equipment Rented, Workforce Development & Safety Service
Cobra Contracting LLC
  • Minority Owned Business (MBE)
Coulomb & Joule Risk Management LLC McHughes Anokwuru 5857648502 [email protected] www.cjrmservices.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Deborah Bradley Construction & Management Services, Inc April Horton 2122222494 2122225887
  • Women Owned Business (WBE)
  • Disadvantaged Business Enterprise (DBE)
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.
Fenagh, LLC. ROBERT PALERMO 5164233428 [email protected] fenaghengineering.com 3rd Party testing and inspections
ieComfort, LLC William Harris 8602016847 [email protected] WWW.ieComfort.com
  • Minority Owned Business (MBE)
  • Disadvantaged Business Enterprise (DBE)
Invictus Contracting Corp Diana C Cruz 2019365369 [email protected] www.invictuscontracting.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
asbestos Removal
KAM CONSULTANTS CORP George Komninakis 7187291997 [email protected] www.kamconsultants.com 7187291876
  • Women Owned Business (WBE)
Phase I & Phase II Environmental Site Assessments Soil, water, air sampling and monitoring Asbestos, Lead based Paint, Mold, PCBs surveying Laboratory Facilities
Legend Power Systems Mark Morales 917-858-8583 [email protected] http://www.legendpower.com/ Over voltage reduction.
M&E Engineers, Inc Drew DePalma 9085265700 [email protected] www.meengineers.com
  • Equal Employment Opportunity (EEO)
NY Plumbing Wholesale & Supply, Inc. Derek Price 2126784900 [email protected] nyps1.com 3475234268
  • Minority Owned Business (MBE)
Supplied Material
Paintvana Cheops Allan 3472097434 Property preservation
Sheetrock
Painting
Patching
Carpententry
REMAX Results Realty Emily Hammer 9088095134 [email protected] emilyahammer.com
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,
Turtle & Hughes, Inc. Randy Roessle 732-574-3600 [email protected] www.turtle.com 732-388-4471
  • Women Owned Business (WBE)
Electrical and Industrial Supplies distribution
Power Distribution equipment
Roadway Lighting, Interior Lighting and Controls
Battery Energy Storage
Renewable Generation
Veronimos Painting Development Veronica Watts 6463193073 [email protected] NA
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Professional Plastering & Painting, General Demolition, Installations of Acoustical Ceiling, VCT Commercial Floor tile, Ceramic wall tile, and Laboring.

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
3205806M & J Electrical Contractors Corp.$3,157,000.00
3205806United Force Construction Corp.$3,800,000.00
3205806Framan Mechanical Inc.$3,881,000.00
3205806C.D.E. Air Conditioning Co., Inc.$4,146,924.00
3205806North Star Mechanical Corp.$4,690,000.00
3205806Lanmark Group Inc$5,149,000.00
3205806Central Mechanical Systems, Inc.$5,232,800.00
3205806ACS System Associates, Inc.$5,245,000.00
3205806Core Construction Group Corp.$5,461,500.00

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

Bid CodeFirm NameAward AmtAwardDate
3205806M & J Electrical Contractors Corp.$3,157,000.00 7/15/2019