Governor's Office of Storm Recovery Mastic Beach Drainage Improvements

Solicitation #:3264609999/CR12
Issue Date:10/21/2020
Proposal Due:11/24/2020 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:Archived
Subcontracting Provisioning Goals (%)
Minority Owned:18
Women Owned:12
Service Disabled Veteran Owned:6
Pre-Bid Meeting

A PowerPoint presentation will be issued via Addendum in lieu of a Pre-Bid meeting. Please contact Shawn Taylor at 631-434-3462 or [email protected] with any questions.

Contract Terms
November 30, 2021
Location Where Goods to be Delivered or Service Performed
Mastic Beach, 1 Independence Hill, Farmingville, New York 11738

NOTICE TO BIDDERS

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

Governor’s Office of Storm Recovery

Mastic Beach

Drainage Improvements

CR12 General Construction

Project Number 3264609999

Sealed bids for the above Work located at Mastic Beach, 1 Independence Hill, Farmingville, New York 11738 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.

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

 

Individuals and entities submitting bids in person or by private delivery services should allow sufficient time for processing through building security to assure that bids are received prior to the deadline for submitting bids.

 

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

Only those bids in the hands of DASNY, available to be read at2:00 PM local time on November 24, 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: Shawn Taylor, Project Manager, Pilgrim PC, 998 Crooked Hill Road, Building 26, West Brentwood, New York 11717, 631-434-3462, [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 PowerPoint presentation will be issued via Addendum in lieu of a Pre-Bid meeting. Please contact Shawn Taylor at 631-434-3462 or [email protected] with any questions.

Prospective bidders are advised that the Contract Documents for this Project contain new “GENERAL CONDITIONS for CONSTRUCTION” dated July 28, 2020 that contain significant revisions from those documents previously contained in DASNY’s Contract Documents. Prospective bidders are further advised to review applicable sections of these General Conditions for any potential impact on their bid price prior to submittal of the bid.

A complete set of Contract Documents may be viewed and/or purchased online from Camelot Print and Copy Centers. Only those Contract Documents obtained in this manner will enable a prospective bidder to be identified as an official plan holder of record. DASNY takes no responsibility for the completeness of Contract Documents obtained from other sources. Contract Documents obtained from other sources may not be accurate or may not contain addenda that may have been issued. In addition, prospective bidders are advised that the Contract Documents for this Project contain new “GENERAL CONDITIONS for CONSTRUCTION” dated July 28, 2020 that contain significant revisions from those documents previously contained in DASNY’s Contract Documents. Prospective bidders are further advised to review applicable sections of these General Conditions for any potential impact on their bid price prior to submittal of the bid. The plan holders list and a list of interested subcontractors and material suppliers may be viewed at DASNY’s website: http://www.dasny.org. For Bid Opportunities and other DASNY related news, follow us on Twitter @NYS_DASNY and Facebook https://www.facebook.com/pages/DASNY-Dormitor-Authority-of-the-State-of-New-York/307274192739368 .

 

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

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

Camelot Print & Copy Centers

630 Columbia St. Ext.

Latham, NY 12110

Attn: Bid Department

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

Company Name

Address (physical address only)

Contact Person

Phone Number

Email (for communication including addendum notifications)

Company Fax number

FedEx or UPS shipping account number

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

 

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

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

Construction Journal

Contact information for hard copy distribution

Robin Martinos

400 SW 7th St.

Stuart, FL 34994

Contact information after documents have been issued

Melissa Lapierre

Phone: 802-658-3797 ext 525

Fax: 802-862-4926

[email protected]

ConstructConnect

Attn: Production

30 Technology Parkway S. Suite 500

Norcross, GA 30092

Email: [email protected]

Contact: Vera Bifulco

Ph: (800) 364-2059

Dodge Data & Analytics

3315 Central Avenue

Hot Springs, AR 71901

Contact: William Fleming

[email protected]

Ph: (518) 269-7735

No Fax number

Reuben R. McDaniel, III, President & CEO

September 23, 2020

The intent of the project is to improve the ability of several existing drainage systems within the Mastic Beach area to manage storm-water runoff and prevent backflow of seawater into the systems. Drainage systems are located along existing roadways within mainly residential areas. Topographically, the project sites are generally flat, and groundwater was found to be within 2 feet of existing grade at all project locations except Neighborhood Road (DS-24). Contractor staging and storage areas will be coordinated with the Town of Brookhaven. The Contractor is responsible for obtaining dewatering permits. Coordination with utility companies for facility relocation and protection is anticipated in most project areas.

Drainage improvements are proposed at eight different project locations in the Mastic Beach area. The specific project areas and the improvements proposed at each location are as follows:

• Maywood Drive (DS-12): Remove and replace the existing drainage system. Re-size and adjust pipe invert elevations to improve system conveyance capacity. Restore pavement to match existing conditions.

• Hickory Road to Huntington Drive (DS-13): Remove and replace the existing drainage system. Resize and adjust pipe invert elevations to improve system conveyance capacity. Install check valve prior to outfall into downstream waterbody. Restore disturbed wetland area. Repair existing timber bulkhead.

• Neighborhood Road (DS-24): Remove and replace the existing drainage system. Re-size and adjust pipe invert elevations to improve system conveyance capacity. Install water quality treatment device prior to discharge into downstream water body. Restore pavement, sidewalk and curb to match existing conditions. Curb ramps to be replaced will be installed to meet ADA requirements.

Add Alternate #1:

• Gooseberry Road (DS-11): Remove and replace the existing drainage system. Re-size and adjust pipe invert elevations to improve system conveyance capacity. Install pipe outlet with flared end section and rock outlet protection. Restore pavement to match existing conditions. Construct wetland mitigation area.

Add Alternate #2:

• Riviera Drive (DS-14, DS-15 and DS-16): Remove and replace portions of existing drainage systems at multiple locations on Riviera Drive. Re-size and adjust pipe invert elevations to improve system conveyance capacity. Install check valve prior to outfall into downstream waterbody. Restore pavement to match existing conditions.

• Floral Court (DS-17): Remove and replace existing catch basin with a larger drainage structure. Install check valve prior to outfall into downstream waterbody. Restore pavement to match existing conditions.

The estimated value of the work is $2,025,000 to $2,406,000.

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 July 28, 2020 that contain significant revisions from those documents previously contained in DASNY’s Contract Documents. Prospective bidders are further advised to review applicable sections of these General Conditions for any potential impact on their bid price prior to submittal of the bid. The plan holders list and a list of interested subcontractors and material suppliers may be viewed at DASNY’s website: 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 must have completed 5 (five) contracts of relatively similar size and scope within the last 5 (five) years or demonstrated an increasing ability to successfully complete contracts of incrementally larger size and scope within the last 5 (5) years.

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

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

 

Primary Contact

Shawn Taylor

Project Manager

Dormitory Authority of the State of New York

Downstate Construction

Pilgrim Psychiatric Center

998 Crooked Hill Road

DASNY Field Office - Building 26

West Brentwood, NY 11717

United States

Phone: 631-434-3462

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
Quintal Contracting CorporationPaul Golofaro631-665-0429[email protected]359 Main St. Suite 1BIslipNY11751634-358-5932
Pratt Brothers, Inc.Eleanor Deblasi631-289-6100[email protected]45 South 4th StreetBay ShoreNY11706 
Aventura Construction CorpJoe Pepe631-654-0660[email protected]1101 Waverly AvenueHoltsvilleNY11742631-654-0990
Peter Scalamandre & Sons IncSteve Schreiber516-868-3000[email protected]157 Albany AvenueFreeportNY11520516-868-3943
Galvin Bros., Inc.Trevor Ciampo516-466-3785 x217[email protected]149 Steamboat Rd.Great NeckNY11024516-466-3607
Vernon Hills ContractingMonil Gandhi973-460-5749[email protected]395 N. Macquesten ParkwayMount VernonNY10550 
Araz Industries Inc.Sam Zara631-491-1229[email protected]67 Kean StWest BabylonNY11704631-491-1602
Rosemar Contracting Inc.Matthew Codispoti631-878-3084[email protected]PO Box 16PatchogueNY11772631-878-2465
Bancker Construction CorpMaureen Engel631-582-8880[email protected]171 Freeman AveIslipNY11751631-582-3698
PMY Construction Corp.Deepak Patel201-866-0409[email protected]115 Hague St.Jersey CityNJ07307501-526-8350
ADJO Contracting CorporationTom Bongiorno631-589-0800[email protected]207 Knickerbocker AvenueBohemiaNY11716 
Laser IndustriesNick Campisi631-924-0644[email protected]1775 Middle Country RdRidgeNY11961 
Eastern Site DevelopmentBenjamin Glass631-209-4240[email protected]PO Box 480RiverheadNY11901 
Elecnor Hawkeye LLCCassie Masters631-447-3100[email protected]100 Marcus Blvd Suite 1HauppaugeNY11788 
Bove Industries, Inc.Ralph Lapadula631-331-8523[email protected]16 Hulse RdEast SetauketNY11733 
Roadwork Ahead Inc.Francesca Stasi516-997-0505[email protected]2186 Kirby LaneSyossetNY11791516-240-6978
AAA Contracting Services Corp.Gurminder Dhaliwal718-874-3800[email protected]2127 Oakwood PlElmontNY11003718-532-0665
D.F. Stone ContractingRomaine Josephs631-924-7500[email protected]1230 Station RdMedfordNY11763 
KJB Industries Inc.Pat Panchak631-727-5600[email protected]58 Tyler Dr.RiverheadNY11901631-727-0577
United Paving CorpDavid Brown631-922-3940[email protected]6316 Northern BlvdEast NorwichNY11732 
Terry Contracting CorporationKen Marlborough631-727-0170[email protected]1146 Osborn AvenueRiverheadNY11901631-727-0410
Coastal Contracting Corp.George Beribashi631-533-2386[email protected]1-1 Schwab RoadMelvilleNY11747 
DP Civil IncBrian Doherty718-309-7701[email protected]315 Orinoco DriveBay Shore NY11706 
JRCRUZ Corp.Cynthia Strodel732-290-0700[email protected]675 Line Rd.Aberdeen NJ07747 
G & M Earth Moving Inc.Jason Tonne631-567-0120[email protected]345 Ellsworth St.HolbrookNY11741631-567-2233
Sky Heights Construction CorpNarasab Ali718-236-0892[email protected]2354 Stillwell AvenueBrooklynNY11223718-513-4946
PSL Industries, Inc.Gary Seib631-738-0595[email protected]640 6th StreetRonkonkomaNY11779631-981-2211
Pioneer AsphaltScott Vella631-269-4300[email protected]168 Townline RoadKings ParkNY11754631-528-0030
Stasi Industries Vanessa Encarancao516-334-2742[email protected]303 Winding RdOld BethpageNY11804 
Excav Services Inc.Rich DeVito631-905-7644[email protected]PO Box 82ManorvilleNY11949 
Company Name Contact Name Phone Email Website Fax Designation Goods/Services
A V Maintenance Supplies Inc. DBA: Boss Maintenance Ervisa Vita 5169723500 [email protected] www.thebossmaintenance.com
  • Women Owned Business (WBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Commercial, Industrial, Residential Indoor and Outdoor Lighting; Cleaning Supplies and Equipment; Roofing & Waterproofing, Interior & Exterior Traffic Bearing Surfacing, Coatings and Road Marking
Abatement Unlimited, Inc. Bill McKenzie 7189941374 [email protected] www.abatementunltd.com
Americas Choice Veterans Construction Inc Elizabeth Younes 16312554483 [email protected] [email protected] 6315046175
  • Service Disabled Veteran Owned Business (SDVOB)
Fireproofing, PM, steam tunnel repair throughout numerous buildings.
Anchor Contracting Joseph Rivera 845-616-1687 [email protected]
  • Service Disabled Veteran Owned Business (SDVOB)
Bedford Landscape Contractors LLC Joseph Bedwell 17187020027 [email protected]
  • Minority Owned Business (MBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
Sitework
BES Service NY Samuel Allen 7189155148 [email protected] wwww.besservicesny.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
Bidding Enterprise Mark Leegard 7187172729 [email protected] https://www.biddingenterprise.com/ 718-717-2730
Bradley & Barnett Agency Michele B. Occhino, Esq. 8458038377 [email protected] BradleyandBarnett.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
Caren Insights And Beliefs 4195241638
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
CS Scott. Enterprises Corp 7184270094 [email protected] Medical Office renovation
DDS Mechanical Plumbing & Heating Corp. Diego Lomanto 7185455564 [email protected] ddsmechancial.com 718 545-5565 All facets of Plumbing with Heating and Mechanical experience.
Digital Estimating (979) 320-0789
Do Rite Mechanical Corp Juan Martinez 7188364175 [email protected]
  • Minority Owned Business (MBE)
dujhdfj srdthjudfgj
Engineering Solutions Jeff Spivak 2128401030 [email protected] engsolu.com MEP, Life Safety systems engineering,
Inspections for Mechanical, service water heating systems, related energy inspections
Estimators Joe Williams 9724606115 [email protected] www.firstestimator.com
Fantastic Views 2138368765
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
Farmanta corp Ehab Mostafa 9177929309
Finesse Creations Esther Machlis 7186922100
  • Women Owned Business (WBE)
First Estimator Joe Williams 9724606115 [email protected] www.firstestimator.com
FLORACON Sal Kardar 2125376563 [email protected] www.floracon.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
Garrison Walker Group, Inc. Alexander Fogle 7605861513 [email protected] gwalkergroup.com
  • Minority Owned Business (MBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
Garrison Walker Group, Inc. was the certified DBE/MBE/DVBE (SDVOB) material supplier for the projects mentioned above. We supplied a broad array of building materials, acoustical ceiling panels, steel, steel powder coating services, tile and other flooring materials.
HHJR Construction, LTD Henry Hinton 5166239555 [email protected] hhjrconstruction.com 5166239596
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Flat work. Concrete. Foundations. Driveways. Sidewalks, curbs and asphalt contractor.
International Asbestos Removal Inc. Karen Grando, CEO 7183350304 [email protected] www.iaronline.com 6315174604
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Equal Employment Opportunity (EEO)
Asbestos, Lead, Mold & Mercury Removal; PCB, Ballast & Battery Removal; Mechanical & Plumbing Insulation; Microbial Remediation; Demolition, Energy Audits
JPCL Engineering Paul Rotondi 16092033846 [email protected] www.jpclengineering.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Kevlar Rental & Supply Company Inc. Eric Huber 5165067737 [email protected] www.kevlarrental.com 5165067757
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Construction Equipment rental for Concrete Demolition
Construction Equipment sales
Lambo Mechanical Inc Leslie Lambert 17184516231 [email protected] NA NA
  • Minority Owned Business (MBE)
Supplemental Cooling (Installing 8 Mitsubishi Mini Split system units in Gymnasium)
Supplemental Cooling (Installing 7 LG Mini Split system units in Cafeteria)
Supplemental Cooling (Installing 7 Daikin mini Split system units in Gymnasium)
Replacing Steam heating Coils in Boiler Room
Boiler Conversion (Installation of piping for 2 Smiths Boiler in Basement of School)
Replacement of Vacuum Pump Stations of 5 buildings
Install 6 Big Ass Fans, 6 Trane units, Duct System, 2 Toilet Exhaust Fans, and 2 Mitsubishi mini split systems.
Live-Construction Anthony Lopez 8455208523 [email protected] Www.live-Construction.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Equal Employment Opportunity (EEO)
MAXTECH SECURITY SYSTEMS USA CORP Christopher Lickman 19177099427 [email protected] https://maxtechsystems.com/ Installation of security system; Video Analytics; Security Assessment; Preventive Maintenance
Maxtech Security Systems USA Corp Matthew Kwasniewski 917-755-9386 [email protected] https://maxtechsystems.com/ Installation of security system; video Analytics; Security Assessment; Preventive Maintenance
New York Development Partners, LLC Petegay Johnson 347-240-3608 [email protected] www.nydevelopmentpartners.com 718-756-5825
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
Electrical Contracting Work
Oehler Contracting and Consulting Inc John Oehler 6468522818 [email protected]
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Panagios MEP Nikolas Panagiotopulos 3478395407 [email protected] panagiosmep.com
  • Minority Owned Business (MBE)
Completed the installation of the mechanical system in 30 floors
Completed the installation of the Audio & Video system ​
Patriot Shotcrete Frank Townsend 908 507 8923 [email protected] www.patriotshotcrete.com
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Shotcrete Gunite
Saheet Construction Corp Surmit Sahota 3475491894 [email protected]
  • Minority Owned Business (MBE)
UPPER RESTORATION INC Matt Lee 5167777001 [email protected]
  • Minority Owned Business (MBE)
URB Design Build, Inc. Ray Batmaz 646 322 3368 [email protected] www.urbdesignbuild.com Some of our client ; MTA , DOL , NYS Parks, OGS, SCA.

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
32646012D.F. Stone Contracting, Ltd$1,341,891.30
32646012Laser Industries Inc$1,955,000.00
32646012G & M Earth Moving Inc$2,256,000.00
32646012Quintal Contracting Corporation$2,264,000.00
32646012Excav Services Inc$2,972,913.00
32646012Pioneer Landscaping & Asphalt Paving Inc$3,079,000.00
32646012PMY Construction Corp.$3,130,408.00
32646012JRCRUZ Corp$3,825,000.00