CUNY Brooklyn College Underground Fuel Oil Storage Tank Replacement & Associated Asbestos Abatement

Solicitation #:3515109999/CR12
Issue Date:08/07/2023
Proposal Due:10/18/2023 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:Awarded
Subcontracting Provisioning Goals (%)
Minority Owned:18
Women Owned:12
Service Disabled Veteran Owned:6
Pre-Bid Meeting

A Pre-Bid Meeting will be held on Wednesday, September 20, 2023, at 10:00 AM at Brooklyn College, 2900 Bedford Avenue, DASNY Field Office, Brooklyn, NY 11210. Contact Jason Wiatr at 917-351-5665. All prospective bidders are strongly encouraged to attend. 

Contract Terms
September 16, 2025
Location Where Goods to be Delivered or Service Performed
Brooklyn College - 1 Campus Rd, Brooklyn, NY 11210

NOTICE TO BIDDERS

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

City University of New York

Brooklyn College

Underground Fuel Oil Storage Tank Replacement & Associated Asbestos Abatement

CR12 General Construction

Project Number 3515109999

 

Sealed bids for the above Work located at Brooklyn College, 1 Campus Road, Brooklyn, NY 11210  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 – DARIA KHANAFIEV.” 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 present government-issued picture identification to building security officials and obtain a visitors pass prior to attending the bid opening.

 

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 at 2:00 PM local time on October 11, 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: Robert Thelian, Sr. Project Manager, 2900 Bedford Avenue, DASNY Field Office, Brooklyn, NY 11210, 917-351-5668, [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 Wednesday, September 20, 2023, at 10:00 AM at Brooklyn College, 2900 Bedford Avenue, DASNY Field Office, Brooklyn, NY 11210. Contact Jason Wiatr at 917-351-5665. 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

August 7, 2023

The Dormitory Authority State of New York ("DASNY") is Soliciting the services of a General Contractor to provide Labor and Materials to Remove existing Fuel Oil Tanks, Maintenance Shed, Asphalt, etc.   F&I New Concrete Footings, Foundations etc. as required for the New Maintenance Structure, Salt Shed, Pads for new Tanks. F&I all new Tanks, Controls, Oil Piping, Pumps, etc. Site Work as described in the documents.  It is extremely Important that the Contractor understands all the regulations, DOB requirements, etc. The Contractor must also understand the constraints around the project, fabrication times, etc. The College cannot have the Fuel Oil System down during the Heating Season. April 1 thru Oct 15 each year is the off season. 

Estimated Cost Range: $$11,304,952 - $12,494,947.

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

Robert Thelian

Project Manager

Dormitory Authority of the State of New York

Downstate Construction

DASNY Field Office Trailers

2900 Bedford Avenue

Brooklyn, NY 11210

United States

Phone: 917-417-3431

Fax: 718-421-2624

Email: [email protected]

Submit To Contact

Daria Khanafiev

Assistant Procurement Administrator

DASNY

Procurement

515 Broadway

Albany, NY 12207

United States

Phone: 518-257-3707

Email: [email protected]

CompanyContactPhoneEmailAddressCityStateZipcodeFax
Dynamic US, Inc.Umesh Bhattarai914-312-2399[email protected]2900 Westchester Avenue, Suite 207PurchaseNY10576 
Gemstar Construction CorporationJohn Saia718-442-8200[email protected]83 Jewett AvenueStaten IslandNY10302718-442-1509
RJI Mechanical, IncAnthony DellaRatta718-320-2362[email protected]1475 E. 222nd StreetBronxNY10469 
Steven Dubner Landscaping, Inc.Zachary Halsey631-777-1800[email protected]505 Grand StreetWestburyNY11590631-777-1806
T. Moriarty & Sons, Inc.Benjamin Abramovich718-858-4800[email protected]63 Creamer StreetBrooklynNY11231718-624-4059
Vernon Construction & DevelopmentArnold Elsner212-421-2000[email protected]21 West 86th StreetNew YorkNY10024 
Crescent Contracting CorpDeborah Morillo718-220-4200[email protected]2800 Webster AveBronxNY10458718-584-2718
Iannelli Constructin Co., Inc.Vincent Iannelli718-836-2000[email protected]9723 Third Ave.BrooklynNY11209718-833-5416
Island Pump and Tank Corp.Stanley Sucharski631-462-2226[email protected]40 Doyle Ct.E. NorthportNY11731631-493-9486
The Franklin Company Contractors, Inc.Lee DiNapoli718-762-5200[email protected]22-44 119 St.College PointNY11356718-359-7865
Empire Environmental ServicesJames Giustiniani718-714-6898[email protected]12 Bay 49 StreetBrooklynNY11214718-714-6580
Aventura Construction CorpJoe Pepe631-654-0660[email protected]1101 Waverly AvenueHoltsvilleNY11742631-654-0990
LCJ Electrical ContractorsJoseph Curcio718-251-3334[email protected]1786 East 49th StreetBrooklynNY11234 
ACS System Associates, Inc.Ahmad Reyaz914-665-5800[email protected]160 W. Lincoln Ave.Mount VernonNY10550914-664-8772
Nagan Construction, Inc.Nadir Uygan516-374-6286[email protected]710 Sunrise HighwayBaldwinNY11510516-374-6290
Lanmark Group, Inc.George Manouselakis347-462-4000[email protected]2125 Mill Ave.BrooklynNY11234347-462-4001
J&N Construction Group Corp.Sandeep Singh718-845-0123[email protected]98-21 101st Ave.Ozone ParkNY11416347-710-2386
Sky Heights Construction CorpNarasab Ali718-236-0892[email protected]2354 Stillwell AvenueBrooklynNY11223718-513-4946
MBE Environmental Services LLCGilbert Padilla914-610-3286[email protected]140 Valley Street, Unit WSleepy HollowNY10591 
CVM Construction Corp.Chris Marangoudakis718-898-0007[email protected]28-35 199th StreetFlushingNY11354914-607-3731
PMY Construction Corp.Deepak Patel201-866-0409[email protected]115 Hague St.Jersey CityNJ07307 
Aarco EnvironmentalSteven Plofker267-825-1643[email protected]2 AmboyWoodbridgeNJ07095 
Fidelis Contracting, Inc.Jay Kumar718-305-1860[email protected]300 Northern Blvd.Great NeckNY11021 
The Morganti Group, Inc.Ed Herndon203-830-3303[email protected]100 Reserve Road, Suite D210DanburyCT06810 
Maven Construction CorpKonrad Dolinski646-241-5635[email protected]617 Johnson AveBrooklynNY11237 
A.K.S. International Inc.Angela Pamic718-267-6800[email protected]37-04 19th St.AstoriaNY11105718-932-2527
Magnetic Builders GroupQuinn Waldron646-882-7576[email protected]260 West 35th StreetNew YorkNY07083 
C&L Contracting Corp.Hal Kenny516-326-4468[email protected]1981 Marcus Ave. Suite E-106Lake SuccessNY11042516-326-4488
Millennium Tank Maintenance IncIsrael Beckles718-685-2545[email protected]301 Nevins StBrooklynNY11217 
Eldor Electric LLCJuliette Gonzalez914-788-8460[email protected]18-15 129th StreetCollege PointNY11356631-758-0070
BOND Civil & Utility Construction, Inc.Karen Cirillo617-387-3400[email protected]10 Cabot Road #300MedfordNY02155 
Lo Sardo General Contractors, Inc.Sashakaye Guthrie718-647-4924[email protected]35 Crescent St.BrooklynNY11208718-647-7528
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)
347-622-0073 marta pawelic 3476220073
  • Women Owned Business (WBE)
General construction
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.
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
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
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
Guarantee Estimation James Vince 0
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
JSNY Construction Corp Jaswinder Singh 917-365-0680 [email protected] Tile Work/ Masonry
Justin group Inc Laura Giustiniani 7184499500 [email protected] justingroupinc.com 7182282527
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
• Replace existing Pneumercator panel with new Veeder Root 300C Leak Detection panel.
KBE-NY Alicia Koledin 917-521-6617 [email protected] kbe-ny.com
  • Equal Employment Opportunity (EEO)
Multi-family Residential
Senior Housing
Student Housing
Education
Cultural
Civic
Kellz Oluwaseun Kusimo 5165471993 [email protected] www.kellzgroup.com
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
Kian Construction Group LLC Devan Naik 7327180536 [email protected] kiancg.com
  • Minority Owned Business (MBE)
  • Disadvantaged Business Enterprise (DBE)
Masonry, Concrete, rough carpentry
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.
MARA CONTRACTING GROUP INC. RAPHAEL ODOH 9177956392 [email protected] WWW.MARAGROUP18.COM 9179665959 ENVIRONMENTAL SERVICES
singh bros construction group inc. manmeet singh 9293937815 [email protected]
Urban Fooundation/Eng MARK FISKIN 7184783021
Veracity Estimating - Quanity Takeoff & Cost Estimation Services James Carl 3474079005 [email protected] https://veracityestimating.com
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.

Bid CodeCompanyBid Amount
35151012Aventura Construction Corp$11,497,857.00
35151012R.J. Industries, Inc.$12,848,800.00
35151012Iannelli Construction Co., Inc.$13,024,300.00
35151012C & L Contracting Corp.$16,054,540.00
35151012Dynamic US Inc$16,740,000.00
35151012AKS International Inc.$16,790,000.00
35151012Gemstar Construction Corporation$23,253,600.00

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

Bid CodeFirm Name Award Amt AwardDate
35151012Aventura Construction Corp. $11,497,857.00 11/29/2023