State University of New York College at Brockport, Perry & Briggs Halls Structural Repairs, Patio Repairs and Hazardous Materials Abatement REBID

Solicitation #:3398209999/CR17
Issue Date:12/04/2019
Proposal Due:01/08/2020 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:Archived
Subcontracting Provisioning Goals (%)
Minority Owned:18
Women Owned:12
Service Disabled Veteran Owned:6
Equal Employment Opportunity:14
Pre-Bid Meeting

A pre-bid meeting will be held on Tuesday, December 17, 2019 at 11:00 AM at State University of New York College at Brockport, Briggs Hall, 350 New Campus Drive, Brockport, New York 14420. Contact Mark Behringer at 585-736-1378. Prospective bidders are strongly encouraged to attend. The purpose is to observe actual Site conditions and review Contract Document requirements.

NOTICE TO BIDDERS

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

State University of New York College at Brockport

Perry & Briggs Halls Structural Repairs, Patio Repairs

and Hazardous Materials Abatement REBID

CR17 General Construction

Project Number 3398209999

Sealed bids for the above Work located at State University of New York College at Brockport, 350 New Campus Drive, Brockport, New York 14420 will be received by DASNY at its office located at 515 Broadway, Albany, NY 12207. Each bid must be identified, on the outside of the envelope, with the name and address of the bidder and designated a bid for the Project titled above. When a sealed bid is placed inside another delivery jacket, the bid delivery jacket must be clearly marked on the outside“BID ENCLOSED” and “ATTENTION: CONSTRUCTION CONTRACTS – JENNIFER BURTCH.” DASNY will not be responsible for receipt of bids which do not comply with these instructions.

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

Only those bids in the hands of DASNY, available to be read at 2:00 PM local time on January 8, 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: Mark Behringer, Project Manager, DASNY, 3495 Winton Place, Building C, Suite 1, Rochester, New York 14623 585-736-1378 [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, December 17, 2019 at 11:00 AM at State University of New York College at Brockport, Briggs Hall, 350 New Campus Drive, Brockport, New York 14420. Contact Mark Behringer at 585-736-1378. 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 a DIGITAL DOWNLOAD of the Contract Documents and be placed on the bidder's list, add the Contract Document(s) to your cart and proceed to the checkout. All major credit cards are accepted online. A purchase of a digital download is required to become a registered planholder. Printed sets of the Contract Documents are also available to planholders for an additional cost and may be ordered through the online planroom or by mailing a check. The purchase of the digital downloads and printed sets are non-refundable and non-returnable. Please contact Camelot's Bid Department at (518) 435-9696 or email them at [email protected] for more information.

If you prefer to order a CD of the Contract Documents in place of the digital download, please send your non-refundable check/money order in the amount of $15.00 payable to Camelot Print and Copy Centers to:

Camelot Print & Copy Centers

630 Columbia St. Ext.

Latham, NY 12110

Attn: Bid Department

If you are ordering by mail, please include ALL the following on a transmittal with your check or money order:

Company Name

Address (physical address only)

Contact Person

Phone Number

Email (for communication including addendum notifications)

Company Fax number

FedEx or UPS shipping account number

If you do not have a shipping account, please send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.

Please include your Federal ID number, telephone and fax numbers on your Bank Check or Postal Money Order. NOTE: Bid due date is subject to change if Contract Documents are not available when requested, therefore, please call to confirm the availability of Contract Documents. If the Contract Documents will not be picked up by the purchaser, the purchaser will need to provide an account number for shipping of the documents or send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.

For the convenience of prospective bidders, subcontractors and material suppliers, the Contract Documents will be displayed at the following locations:

Construction Exchange of Buffalo & WNY

2660 William Street

Cheektowaga, NY 14227

Contact: Donna

Ph: (716) 874-3435

Fax: (716) 875-4412

Email: [email protected]

 

Builders Exchange Rochester NY

180 Linden Oaks

Rochester, NY 14625

Contact: Planroom

Ph: (585) 586-5460

Fax: (585) 586-1580

Email: [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

 

Best West

65 East Main Street

Fax: (716) 665-6350

Contact: Jamie Bowman

Ph: (716) 665-4026

Falconer, NY 14733

 

Eastern Contractors Association

6 Airline Drive

Email: [email protected]

Contact: Judy Ploof

Ph: (518) 869-0961

Fax: (518) 869-2378

Albany, NY 12205

Paul G. Koopman, Vice President

November 26, 2019

Briggs and Perry Halls are 10-story resident halls. Water damage is evident in basement locations. The steel beams in the maintenance/storage area of the basement have significant visual deterioration and corrosion in both buildings. Each building will be completed under a separate phase as part of this Contract. See Information for Bidders regarding phasing schedule. The scope of work includes, but is not limited to the following:

Structural:

  • Provide temporary shoring and needle beam shoring for exterior walls
  • Construct concrete footings
  • Erect new columns and steel beams under the existing structural concrete floor slab
  • Remove severely corroded beams & columns; provide new beams and columns
  • Provide reinforced concrete floor slab infill for basement floor
  • Painting structural elements with intumescent paint
  • Mechanically clean corroded beams (hand and power tools) within Mechanical Rooms, Maintenance Rooms and Storage Rooms in the basements of Briggs and Perry Halls
  • Paint all the new and existing steel with a corrosion inhibiting paint

 

Hazardous Material:

  • Remove ACM foundation drain piping below the basement floor slab
  • Remove asbestos patio flashing, termination bar, etc. and interior waterproofing
  • Remove PCB caulk
  • Remove, store and re-install pre-cast wall panels, coping stones with residue

 

Architectural:

  • Remove portions of the plaster ceiling in the storage room & maintenance room in the basement to remove damaged plaster ceiling and access the structural steel
  • Repair plaster walls & ceiling
  • Paint of walls and ceilings as noted

 

Patio Repairs:

This project will address the repairs at the patio decks. There are two patio decks at each building.  Patio Deck A is located over finished room(s) with plaster ceilings in the basement and is accessible from the RD apartment and exterior stair. Patio Deck B is located over the basement mechanical room. Patio Deck B has no direct access and is approximately 36” above grade. 

 

Patio repair work consists of:

  • Remove the pavers, waterproofing system materials and 3” concrete deck wearing slab to expose the existing 8” structural slab.
  • Install Patio Deck waterproofing system consisting of self-adhesive waterproofing membrane, polyisocyanurate insulation, cover board, EPDM membrane, fully adhered system using low-rise foam adhesive
  • Patio A: Install concrete pavers on pedestals
  • Patio A: Removal existing concrete stair treads. Provide new precast stairs
  • Patio A: Install stainless steel railings and handrails at stairs
  • Patio B: Install round washed riverstone ballast for protection

 

Plumbing & Fire Protection Removals:

  • Remove existing patio area drains; Provide new roof drains and connect to existing conductors in the basement
  • Remove sprinkler piping & heads in the basement storage rooms and re0install new piping and heads after repairs are completed

 

Misc. Electrical Removals:

  • Temporarily relocate any conduits, devices and/or wiring in the way of the structural repairs to allow for the repair work to be performed

 

There will be one contract awarded for this project - General Construction contract estimate is valued between $1,050,000 and $1,150,000

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

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

If you prefer to order a CD of the Contract Documents in place of the digital download, please send your non-refundable check/money order in the amount of $15.00 payable to Camelot Print and Copy Centers to:

Camelot Print & Copy Centers

630 Columbia St. Ext.

Latham, NY 12110

Attn: Bid Department

If you are ordering by mail, please include ALL the following on a transmittal with your check or money order:

Company Name

Address (physical address only)

Contact Person

Phone Number

Email (for communication including addendum notifications)

Company Fax number

FedEx or UPS shipping account number

If you do not have a shipping account, please send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.

Please include your Federal ID number, telephone and fax numbers on your Bank Check or Postal Money Order.  NOTE: Bid due date is subject to change if Contract Documents are not available when requested, therefore, please call to confirm the availability of Contract Documents.  If the Contract Documents will not be picked up by the purchaser, the purchaser will need to provide an account number for shipping of the documents or send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.

Eligibility/Qualifications Requirements/Preferences:

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

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

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

Service-Disabled Veteran-Owned Set Aside: No

Minority Owned Sub-Contracting Goal: 18%

Women Owned Sub-Contracting Goal: 12%

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

Due date: 01/08/2020 2:00 PM

Contract term: Phase I 11/30/2020, Phase II 11/30/2021

County(ies): Monroe

Location: State University of New York College at Brockport, 350 New Campus Drive, Brockport, New York 14420

Primary Contact

Mark Behringer

Project Manager

DASNY

Construction

3495 Winton Place

Building C, Suite 1

Rochester, New York 14623

United States

Phone: 585-736-1378

Email: [email protected]

Submit To Contact

Jennifer Burtch

Construction Contract Administrator

DASNY

Procurement

Construction Contracts

515 Broadway

Albany, New York 12207

United States

Phone: 518-257-3000

Email: [email protected]

CompanyContactPhoneEmailAddressCityStateZipcodeFax
Hohl Industrial Services Inc.Jill Chick716-332-0466[email protected]770 Riverview BlvdTonawandaNY14150716-332-0467
DiPasquale Construction IncJackie Spooner585-352-4410[email protected]5138 W. Ridge RdSpenceportNY14559585-352-7119
Skyview Construction Group, IncNaveed Gondal 718-787-1125[email protected]2145 Ocean Ave Apt B3BrooklynNY11229718-376-3261
Company Name Contact Name Phone Email Website Fax Designation Goods/Services
3C SOLUTIONS INC. ORQUIDIA CASANOVA 8446125326 [email protected] 5168211301
  • 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)
JANITORIAL, FACILITY MAINTENCES, SECURITY
A1 Blasting Ross Kezelman 8182920708
AGD Contracting Corp. Gina DiFazio 888-605-5900 732-799-9343 [email protected] na 888-700-5931
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
Asbestos Abatement, Demolition, Roofing, please request a reference package for a complete listing of services offered.
AL RASHEED GROUP OF CONSTRUCTION INC MUHAMMAD WAQAR 3475868221 [email protected]
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
CONCRETE (REPAIR, POURING CONCRETE, PAVERS, ETC..)
Interior & Exterior, MTA roll up door, sand placement
Asphalt, Demolition, Renovation, Paint, Fencing and all type of constructional work.
ALD Services Corp Maximiliano J Chan 212-913-9641, ext 102 [email protected] www.aldservices.us Asbestos Abatement, Lead Abatement, Mold Remediation, PCB, Demolition, Disaster Recovery
Approved Electrical Contractors Inc. Gennadiy Gakman 7182324785 [email protected] 7182322548
  • Equal Employment Opportunity (EEO)
Temporary power, relocation and installation of new electrical service, wiring for power, lighting and equipment. Coordination of work with ConEdison and NYC Department of Buildings.
Full service work, subfeeders, risers, power and lighting, engineering and design, communication and security, CCTV, intercom wiring.
Demolition, temporary light and power, distribution panels and feeders, wiring and installation for light and power, voice/data, telecom and fire alarm systems.

AZH CONSULTING Corp UMA REDDI 5162521428 [email protected] www.azhconsulting.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • Disadvantaged Business Enterprise (DBE)
Cost Estimating Services,Change orders,Delay Claims, CPM Scheduling Services, Project Management,Provide Site Safety Manager, Super, Inspection Services, MPT plans, Site Safety Plans,Safe Work Plans, Quality work Plan, IT Support and Rebar Detailing
Azteca Lighting Narciso Gallardo 6468185279 [email protected]
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
BL Construction Group ALYSIA CAPARROS 9173282333 [email protected]
  • Minority Owned Business (MBE)
  • Disadvantaged Business Enterprise (DBE)
FLOORING, LOCKERS
Boro Sawmill & Timber Co. Inc. Arun Sengupta 973-832-4607 [email protected] www.borosawmill.com 973-832-4615
  • Equal Employment Opportunity (EEO)
Combat Carpentry Inc. Wesley Fortney 585-808-0249 [email protected] https://www.facebook.com/wesfortney.combatcarpentry/
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
General contracting, project management, consulting, strategic planning, general construction. High production frame and finish carpentry, masonry and concrete, earth work and clearing, drainage systems, painting and finishes, cabinetry and furniture, on and off-site fabrication of wood and metal products.
As a combat veteran owned and operated company we provide results driven solutions regardless of adversities. We work well in structured as well as autonomous environments with a versatile crew of experienced construction personnel.
DiPasquale Construction Hal Smallwood 5853524410 [email protected] 585-352-7119 Concrete Rpair at entrances
eagle express security services inc ugochukwu enyinnah 3476065481 [email protected] eagleexpresssecurity.com
  • Minority Owned Business (MBE)
security officers supplied for a house party event for 3 days consecutive, twenty four hours protection for lives and properties in queens .new york
East Coast Haz Mat Removal, Inc. Leslie Olszewski 9733450022 [email protected] eastcoasthazmatremoval.webs.com 9733454665 Remidiation Work (Asbestos, Mold, Lead, PCB, etc.) Interior Demolition Demolition Light Construction/Renovation
eftcg emre kocak +905333476588 [email protected] www.eftcg.com
  • Equal Employment Opportunity (EEO)
Energy Fencing Inc. Kenroy Edwards 347-858-5093 [email protected] http://www.chainlinkfencinginbrooklynny.com/
  • Minority Owned Business (MBE)
  • Disadvantaged Business Enterprise (DBE)
All Types of Fencing:

* Chain Link Fencing
* PVC Fencing
* Construction Fencing
* Wood Fencing
* Wrought Iron Fencing
Greenr World Inc Aaron Landman 646.389.0049 [email protected] www.greenrworld.com
  • Equal Employment Opportunity (EEO)
Landscape design and installation of artificial grass for residential, commercial, rooftop, pet areas, playgrounds and sports applications.
KNS Services Corp. KENAL ORTEGA 718-662-4940 [email protected] 718-424-0721
  • Minority Owned Business (MBE)
Modine Contracting Corp Gesthimani Kouloukis 7182046071 [email protected] modinecontractingcorp.com 9146107695
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Painting, plastering, skim coating, lead paint abatement
NEW YORK PLUMBING SUPPLY Jean Kristensen 888-969-6977 [email protected] www.nyps1.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
Northern Mast Climbers, LLC Geoffrey Blackwell 3153501842 [email protected] www.northernmastclimbers.com 8003219002 Installation & Rental of mast climbers and transport platforms (buck hoists).
OPI CONSTRUCTION OLIVER PAPRANIKU 888 371 8442 [email protected]
RASS GROUP INC ADNAN KHALID 7185516773 [email protected] www.rassgroupinc.com
  • Minority Owned Business (MBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Remarkable Musings 5132715391
  • 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)
RHINI SOLUTIONS MICHAEL AWOLUSI 5173033279 [email protected]
  • Minority Owned Business (MBE)
  • Equal Employment Opportunity (EEO)
TechGrass Susan Alexander 646-719-2000 [email protected] Www.techgrass.com
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
artificial turf supplier and installer. Playgrounds/ Soccer fields/landscape and Storm water projects.
Veterans Contracting - SDVOB Nick Martucci 917-301-8738 [email protected] www.veteranscontracting.com 315-565-5171
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Zachary Journal 7044372451
  • 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)

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
33982017Kircher Construction Inc.$1,243,000.00

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

BidNumberVendorBidAmount
33982017Kircher Construction Inc.$1,243,000.00