THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST ONLY
See the Eligibility Requirements further down in this document.
The scope of services includes Roof replacements at the stair and mechanical roof bulkheads, Glass block removal and replacement, Window replacements, Curtain wall replacement, Door replacements and Façade restoration. The façade restoration work includes selective masonry replacement, concrete and limestone repairs, expansion joint and sealant replacement, masonry cleaning, miscellaneous masonry repairs on the exterior and concrete masonry backup wall repairs on the interior of the fourth-floor library stacks.
The preliminary estimated Construction Cost is between $2.4M and $3.0M and is subject to change before qualified firms are invited to bid in the near future.
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.
Please note that the project drawings and specifications attached to DASNY’s website associated with this solicitation do not reflect 100% construction / bid documents. The documents provided are for reference only. Finalized construction / bid documents shall be distributed to the qualified contractors invited to bid.
Firms shall provide one (1) copy in pdf format of the EOI package via e-mail to [email protected], with Tabs in the following sequence:
Tab 1 – Company Profile
Provide a company profile that includes the following information:
Date Established – When the company was founded.
- Company Address – Primary business location.
- Ownership Information – Name and resumes of all principal owners.
- Client List – Summary of public and private sector clients.
- Employee Breakdown – Number of employees by role: Architects, Engineers, Project Managers, Administrative Staff, Superintendents and Foremen, Trade Laborers.
- Equipment - Overview of all equipment owned by the company.
- Self-Performed Services - Description of all services the company performs directly (not subcontracted).
- MWBE and SDVOB Certifications – Provide a copy of the company’s MWBE and/or SDVOB certifications (if applicable).
Tab 2 –Experience
Provide documentation showing a minimum of five (5) years of experience with projects similar in size, scope, and complexity to the one being proposed.
Provide details for the five (5) relevant projects that have been completed- or substantially completed- within the last ten (10) years.
For each project, include the following information:
- Name of the project designer
- Firm name and contact information
- Project title and location/facility
- Brief description of the project
- Total construction cost
- Construction start date
- Substantial completion date
- Percentage of the work that was self-performed
If applicable, also include a list of all DASNY projects completed within the last 5 years.
Tab 3 – Project Schedules
Provide three (3) sample project schedules for the same projects listed in Tab 2. These schedules should reflect projects of similar size, scope, and complexity to the referenced project.
Tab 4 – Safety Program
Provide the firm’s written safety program or site safety plan. Include the résumé of the person responsible for overseeing project safety.
Tab 5 – Résumés
Provide names and résumés for the proposed project team. Each résumé should demonstrate experience with at least one project of similar size, scope, and complexity to the referenced project. Team members should include, at minimum: Project Manager, Site Superintendent, Project Engineer, and Quality Control Representative.
Tab 6 – Potential Subcontractors
Provide a list of potential subcontractors for this project. Be sure to identify any anticipated M/WBE subcontract participation.
Tab 7 – Anticipated Workload
List other projects you firm will be working on during this project’s construction period. Include a statement explaining how your firm will successfully complete this project within the required timeframe.
Tab 8 – Experience Modification Rating
Provide documentation of the firm’s Experience Modification Rating (EMR). If your EMR is above 1.00, include a written explanation.
Tab 9 – Bonding Capacity
Submit a signed letter from a Surety Company attesting to your firm’s single and aggregate bonding capacity.
Tab 10 – NYS Vendor Responsibility Questionnaire
Submit a completed NYS Vendor Responsibility Questionnaire For-Profit Construction (CCA-2). The completed NYS Vendor Responsibility Questionnaire must be certified within the last five (5) months.
The Owner recommends you file the required Vendor Responsibility Questionnaire online via the New York State VendRep System (the “System”) prior to submission of the bid. To enroll in and use the System, see the System Instructions at http://www.osc.state.ny.us/vendrep/vendor_index.htm or go directly to the VendRep System online at https://portal.osc.state.ny.us. Vendors must provide their New York State Vendor Identification Number when enrolling.
To request assignment of a Vendor ID or for System assistance, contact the Office of the State Comptroller’s (“OSC”) Help Desk at 866-370-4672 or 518- 408-4672 or by email at [email protected]. Vendors opting to complete and submit a paper questionnaire can obtain the appropriate questionnaire from the System website: www.osc.state.ny.us/vendrep or may contact the Owner (DASNY) or OSC’s Help Desk for a copy of the paper form.
Eligibility/Qualifications Requirements/Preferences:
Tabs 1 through 7 will be scored by a DASNY committee. 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 [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
Peter Jackson
Project Manager
Dormitory Authority of the State of New York
Downstate Construction
One Penn Plaza
52nd Floor
New York, NY 10119-0098
United States
Phone: 212-273-5108
Email: [email protected]
Submit To Contact
Joshua Powers
Sr. Procurement Administrator
DASNY
Procurement
515 Broadway
Albany, NY 12207
United States
Phone: 5182573341
Email: [email protected]
Company Name | Contact Name | Phone | Website | Fax | Designation | Goods/Services | |
---|---|---|---|---|---|---|---|
B&Y Consulting Corp | Bandy | 9734529230 | [email protected] | Asbestos Abatement PCB Abatement Lead Abatement Selective Demolition Selective General Contracting |
|||
Deerpath Construction Corporation (Masonry) | Dawn Joblon | 908-964-0408 | [email protected] | www.deerpath.com | 908-9687-6749 |
|
Drum Brickwork |
Jdbrolic Corp | Jason Davila | 917-306-1853 | [email protected] | www.jdbrolic.om |
|
For private sector i work as a subcontractor to a General Contractor company providing cleaning and demolition services. | |
Mavec Group, LLC (SDVOB) | Gabriel Gengler (SDVOB) | 6317470372 | [email protected] | www.mavecgroup.com |
|
Self perform refrigeration walk in boxes Self perform finish millwork Electrical materials and lighting Staffing / Personnel placement / temp staffing under SDVOB umbrella; SDVOB, MBE and WBE Diversity Compliance; |
|
New Roc Contracting Corp | Bojana Cfarku | 914 500-3994 | [email protected] | https://www.newroccontracting.com/ | 914 235-7300 |
|
Masonry/ Eifs |
Sunshine Environmental Solutions LLC | Joyce Osan | 6313202350 | [email protected] | sunshineenv.com | 6312056344 |
|
Environmental Consulting Lead Abatement Asbestos Abatement Third Party Air Monitoring Lead Paint Inspection XRF Inspection Phase I, Phase II Assessments |
TEXAS SECURITY CORPORATION | Andrew Ugbomah | 9176903538 | [email protected] | www.texassecuritycorporation.com |
|
PRIVATE INVESTIGATION SERVICES UNARMED SECURITY SERVICES ARMED SECURITY GUARD SERVICES FIRE SAFETY AND FIRE SAFETY DIRECTOR |