The Dormitory Authority, State of New York (DASNY) is soliciting the services of Construction Contracting firms to complete a number of projects which involve the installation of standby generators and/or other storm hardening/resiliency measures at various facilities in New York City, Long Island and the greater New York City area. These projects are being performed as a part of the Governor’s Office of Storm Recovery’s (GOSR’s) New York Rising Community Reconstruction Program, which provides rebuilding and revitalization assistance to communities severely damaged by Superstorm Sandy, Hurricane Irene, and Tropical Storm Lee. More specifically, the projects covered under this solicitation are being initiated to better allow the facilities involved to continue to stay in operation and serve their communities in the event of future severe storms.
The scope of the work under these projects vary from facility to facility, but generally involve additions and/or modifications to the existing facility infrastructure which would allow the facilities to be in a better position to continue to be able to function and assist their communities during future severe storm events. Work shall include, but not be limited to, the installation of standby generator capacity and related new work and/or modifications to existing building systems, the installation of backflow
prevention devices, the installation of flood barriers, the relocation and/or replacement of critical equipment, modifications to existing interior spaces to increase the facilities’ capability to serve larger numbers of people, etc. As indicated previously, the scope of work varies from one facility/project to the next, but a primary component of all of the projects, covered under this solicitation, is the installation of standby generator capacity and associated new work and/or modifications to existing building systems needed to provide this capability.
The primary purpose for this solicitation is to enable DASNY to identify a number of qualified construction contracting firms that would be asked to submit firm lump sum bids on a series of selected projects in support of the New York Rising Community Reconstruction Program. It is anticipated that projects will significantly vary in size; with some projects involving work at
multiple facilities with construction costs anticipated to be greater than five million dollars ($5,000,000), whereas others will involve work at one facility with construction costs anticipated to be less than one million dollars ($1,000,000). It is presently anticipated that approximately fifteen (15)
projects of the type described under this solicitation will be involved in the program. Contractors selected under this solicitation will be added to the list of those already selected under the previous solicitation.
The Work of these Projects will be bid as single trade prime construction Contracts, one prime contractor per project. All projects being performed within the five (5) boroughs of New York City having a construction cost greater than one million dollars will be subject to the terms of the DASNY
Project Labor Agreement. It should also be noted that these projects are being financed with U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant-Disaster Recovery (CDBG-DR) funds. All requirements associated with the utilization of this funding shall apply to work performed under this program including, but not limited to, HUD Section 3; Executive Order 11246 – Equal Employment Opportunity; Executive Order 15-A Minority and Women Business Enterprises (M/WBE); Executive Order 17-B Service-Disabled Veteran-Owned Business Enterprises (SDVOBE) and Federal labor standards including the Davis Bacon Act. A
contractor participating in this program will be required to pay local prevailing wage rates according to federal and state wage decisions, with the higher of the two being paid for each job classification. All corresponding firms must demonstrate experience in the completion of similar projects. See
Tab 1 below.
NOTE: The Expression of Interest (EOI) submittal date is subject to change.
Interested firms must submit Expression of Interest (EOI) packages to demonstrate their experience by 2:00 PM Friday, March 30, 2018. Firms shall provide three (3) hard copies and two (2) CD copies of the EOI packages, with Tabs in the following sequence:
This ad is for expressions of interest only. Bidders for the construction of this project will be selected only after the review and evaluation of the qualification packages received in response to this notice.
Eligibility/Qualifications Requirements/Preferences:
Firms shall provide three (3) hard copies and two (2) CD copies of the EOI packages, with Tabs in the following sequence:
Tab 1 - Documentation of a minimum of five (5) years experience in similar work and provide a list of five (5) projects of similar size scope and complexity to the referenced project, which have been completed, or substantially completed in the last ten (10) years. For each project, the
following needs to be provided; project designer, firm name and contact information, project title and location/facility, a brief description of the project, total construction cost, and construction start and substantial completion date.
Tab 2 - Three (3) samples of project schedules utilized for previous projects.
Tab 3 - The table of contents of the firm’s written Safety Program.
Tab 4 - The firm’s experience modification rating documentation issued by the Workers Compensation Board (EMR Rating).
Tab 5 - Bonding Capacity documentation from Surety Company (single and aggregate).
Tab 6 - A completed NYS Vendor Responsibility Questionnaire For-Profit Construction (CCA-2). Electronic copies can be obtained from the Dormitory Authority, State of New York (DASNY) web site www.dasny.org.
Tab 7 - Proposed project team with résumés.
Tab 8 – List of Potential Subcontractors to be utilized on this Project. Demonstration of M/WBE participation must be identified.
Tab 9 – Anticipated workload for the period during which this Project will be in Construction.
Firms deemed qualified from this solicitation will be included on a short list and invited to submit a bid in the near future. Firms not following the EOI package requirements as noted shall be considered non-responsive to the advertisement. The construction contract will be held by DASNY.
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 ccontracts@dasny.org. 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
Minority Owned Sub-Contracting Goal: 18%
Women Owned Sub-Contracting Goal: 12%
Service-Disabled Veteran-Owned Business Contracting Goal: 6%
Primary Contact
Mallikarjuna Dokku
Project Manager
DASNY
Downstate Construction
Bronx Community College
West 181st Street & University Avenue
Bronx, NY 10453
United States
Phone: 718-933-9535
Fax: 718-367-4005
Email: mdokku@dasny.org
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: ccontracts@dasny.org
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.
The Contractor listed below has been awarded the Contract for the above listed Project as of the date provided.