THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST (EOI) ONLY
See the Eligibility Requirements further down in this document.
Hunter North, West and East buildings require new elevators systems to current code. The scope of work will include replacing aging systems to enhance safety, performance, energy efficiency, and code compliance also including all associated work in the North, West and East buildings.
Estimated Cost Range: $30,000,000 to $35,000,000.
Project Labor Agreement
The successful low bidder as a condition of being awarded this Contract, must execute the PLA included in the Contract Documents following the Form of Bid. The Work undertaken in connection with this Project will be governed by, and subject to the conditions set forth in the PLA. All Subcontractors of every tier, will be required to execute a Letter of Assent, included in the enclosed PLA, agreeing to be bound by the PLA. The PLA has been approved by the Building and Construction Trades Department, AFL-CIO.
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.
Please find links to the specifications and drawings below:
Hunter East Building Spec Book
Hunter North Building Spec Book
Hunter West Building Spec Book
Hunter North Building Drawings
General Conditions for Construction dated February 4, 2026, will apply to the Contract Documents.
The anticipated goals for EEO and M/WBE participation in the Work of the Contract are as follows:
Percent of Total Work Force (EEO):
Minority & Women Workforce Goal (for all trades) 45%
Percent of Total Contract (M/WBE):
Minority Business Enterprise Goal 18%
Women's Business Enterprise Goal 12%
Service-Disabled Veteran Owned Businesses 6%
Please note the Owner will determine the goals for EEO and M/WBE participation when the finalized construction / bid documents are 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].
Instructions for Submission of the EOI Packages:
Each firm responding to this solicitation shall submit an EOI package organized and assembled in a clear, logical and professional manner consistent with the requirements set forth herein. Failure to comply with these instructions may render the submission non-responsive and subject to rejection.
Each package shall be submitted with:
- A Cover Page that clearly identifies:
- The Legal Name of the Company submitting the EOI
- The Project Name for which the EOI is being submitted
- The Date of Submission
- Immediately following the Cover Page, the contractor shall provide a Table of Contents listing all Tabbed sections, exhibits and attachments contained in the submission with the corresponding page number.
- The EOI package shall be divided into clearly labeled tabbed sections, each separated by a Cover Sheet identifying the contents that follow. Tabs should correspond to the order of the items specified in the solicitation.
- All items outlined in each Tab must be provided. The Owner may reject any EOI package not prepared and submitted in accordance with the provisions as stated in this solicitation.
Tabs must be in the following sequence:
Tab 1 – Company Profile
Provide a company profile that includes the following information:
- Company Contact – Name, Title, E-mail address, and Phone Number of primary point of contact for this project.
- 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
- Indicate role as prime contractor or subcontractor
- 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. For each potential subcontractor, identify anticipated M/WBE subcontract participation, the subcontractor’s trade, and brief description of their scope of work.
Tab 7 – Anticipated Workload
Provide a 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 a letter from your insurance provider indicating the firm’s Experience Modification Rating (EMR) over the past three (3) years. If your EMR is above 1.00, include a written explanation.
Tab 9 – Bonding Capacity
Provide a signed letter from a Surety Company attesting to your firm’s single, aggregate and available bonding capacity. If your available bonding capacity does not to meet the bonding requirements of this contract, you must explain how your firm will meet the bonding requirements.
Tab 10 – NYS Vendor Responsibility Questionnaire
Provide your online or hardcopy NYS Vendor Responsibility Questionnaire For-Profit Construction (CCA-2) certified within the last five (5) months. Firms shall provide the Certification page for the online version or the full questionnaire, if submitting a hardcopy.
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
Caroline Kelly-O'Neil
Project Manager
DASNY
Construction
Hunter College
695 Park Avenue
North Building, C001
New York, NY 10065
United States
Phone: 518-948-6239
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]
| Company Name | Contact Name | Phone | Website | Fax | Designation | Goods/Services | |
|---|---|---|---|---|---|---|---|
| ABC & NY Construction, Inc. | Yeter Sisman | 7189650207 | [email protected] |
|
|||
| Alinga Construction Inc | NISANTH SOTHILINGAM | 5165494559 | [email protected] |
|
INTERIOR RENOVATION DRY WALL AND FRAMING |
||
| Athenica Environmental Services Inc | Maria I. Barous Dongaris | 718-784-7490 | [email protected] | www.athenica.com | 7187844085 |
|
environmental consulting, asbestos, mold, lead consulting, environmental engineering design services |
| B&Y Consulting Corp | Bandy | 9734529230 | [email protected] |
|
Asbestos Abatement PCB Abatement Lead Abatement Selective Demolition Selective General Contracting |
||
| BitBagan, LLC | Garmani Maw | 5163699066 | [email protected] | https://www.bitbagan.com/ |
|
||
| Coastal Environmental Technologies | Fernando Campoverde | 9566394574 | [email protected] |
|
|||
| Craeco Inc. | Cortney Nicosia | 3473017292 | [email protected] |
|
|||
| DeFash Global Resoures Inc. | Tosin Adeyemi | 3476071422 | [email protected] |
|
|||
| DI Trucking LLC | Danilo L Carvalho e Silva | 8625881035 | [email protected] | www.ditrucking.com |
|
Trucking | |
| Elite ProServices | Edward Adams | 973 689 4042 | [email protected] | https://elite-proservices.com/ |
|
Security Integration as well as telecommunications installation was completed at all recent projects listed above as well as many other projects not listed. Those systems include CCTV systems, access control and alarm systems such as card readers, bio readers, IRIS readers, barriers such as turnstiles and system maintenance. We also pulled Cat6 and composite cable to all device locations for both security as well as telecommunications. In addition we terminated out in the field as well as all panels where cable was run from. Testing and programming of devices were completed at the completion of all installations. | |
| Eyeris Industries LTD | Iris Williams | 5162629500 | www.eyerisindustries.com |
|
|||
| Eyeris Industries LTD | Amavelle Jane Sasam | 5162629500 | www.eyerisindustries.com |
|
|||
| Eyeris Industries Ltd. | Mark Angelo Alvinez | [email protected] | www.eyerisindustries.com |
|
|||
| Eyeris Industries Ltd. | Junalie Tayag | 877-393-7474 | [email protected] | https://eyerisindustries.com/ |
|
||
| Eyeris Industries Ltd. | Junalie Tayag | 877-393-7474 | https://eyerisindustries.com/ | ||||
| Eyeris Industries Pty Ltd | Christopher Llamas | 5162629500 | [email protected] | https://eyerisindustries.com/ |
|
||
| First Alert Security Services, Inc. | ABDULLATEEF SANNI | 7189220214 / 7185066066 / 18772192442 | [email protected] | www.firstalertsecuritysvcinc.com | 7189220216 |
|
SECURITY GUARD AND FIRE WATCH SERVICES |
| Iron Foot Asbestos Investigation | Latisha Atwaters | 6465932817 | [email protected] |
|
|||
| Krashi contracting Inc | Mirushe Krashi | 3472811707 | [email protected] | Krashicontracting.com |
|
Krashi Contracting Inc. provides services to residential homeowners, property managers, and private developers in New York City. Typical clients include: • Private residential homeowners (renovations and remodeling) • Property management companies • Commercial property owners The company also seeks to work with public sector agencies and general contractors as a subcontractor for services related to environmental hazard inspection, asbestos, mold, lead safety compliance, and renovation projects. ________________________________________ |
|
| KT&G Construction Inc | Bishnu Dangal | 2032184037 | [email protected] |
|
|||
| L & M PLUMBING LLC | LI ZHENG | 9178827872 |
|
||||
| LEVELLINE CONTRACTING GROUP LLC | shafali armogan | 3479938300 | [email protected] |
|
|||
| Mavec Group, LLC (SDVOB) | Gabriel Gengler (SDVOB) | 631-204-8006 | [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; |
|
| Maven Restoration Inc. | Mahnoor Arif | 5162321207 |
|
||||
| Midwestern Security Services, Inc. | Ukonurhoro Omenih | 9172398608 | [email protected] | www.midwesternssi.com | 718-549-2876 |
|
*Construction Site Security *Assets & Equipment Protection *Fire Watch and Fire Guard Services *Flagging/Traffic Control Services *Access Control Services |
| NIVEO LLC | Stephan Monpremier | 3477079715 |
|
Document Control/Construction Administration | |||
| Pearls Construction, LLC. | Joe Hady | 2128459754 | [email protected] | https://pearlsenterprise.com/ | Our multidisciplinary built team is always ready to foster your project needs of; 1. CPM Scheduling (Creating Baseline Schedules on Primavera P6/Ms. Project – Audit & Review Schedules) 2. Delay Claims 3. BIM Coordination (3D, 4D & 5D modeling) and Clash/Conflicts resolution 4. EHASP and QA/QC Plans 5. Interior/Exterior 3D shots & Rendering |
||
| Pina M. Inc. dba pina solutions | Maria Coria | 347.492.6621 | [email protected] | www.pinasolutions.com |
|
supply of a variety of products including chemicals, environmental monitoring equipment , industrial parts, and safety (including PPE) | |
| RAGHUBAR CONSTRUCTION INC | VISHNU RAGHUBAR | 9143544434 | [email protected] | RAGHUBARCONSTRUCTION.COM |
|
RAGHUBAR Gc the sites Sub Electric/Plumbing/HVAC RAGHUBAR workers completed the following trades Demolition,Rough Carpentry, Finish Carpentry, drywall, drywall finish, Tiles, painting, carpet |
|
| SAFETECH ENTERPRISES CORP | GURDEEP SINGH | 347-972-4900 | [email protected] |
|
Façade & Exterior Restoration • ❖Local Law 11 Work • ❖Façade restoration and waterproofing • ❖Balcony and terrace restoration • ❖Retaining wall rehabilitation • ❖Structural steel repairs • ❖Vault and sidewalk restoration • ❖Rigging, scaffolding, and sidewalk shed installation • ❖Blasting, surface preparation, and protective painting • Additional Services • ❖Interior renovations and finishing work • ❖Reinforcing Retaining Walls • ❖Landmark and FISP compliance projects • ❖Emergency stabilization and restoration services • ❖Garage Rehabilitation & Structural Repairs |
||
| SDVOSB Lab Integration | SDVOSB Furniture | SDVOSB Materials | Harrison Kendall | 9172169400 | [email protected] | SDVOSBmaterials.com SDVOSBlaboratory.com |
|
Procurement, delivery & installation of Furniture, MRO, Laboratory, Materials & Equipment Equipment: Furniture - Office, Dormitory, Training, Workspace, Conference, Auditorium, Lounge, Correction, Theater, Airport/transportation, Justice, Police, Behavioral health, Assembly & Disassembly Furniture Laboratory & Health - planning, design, equipping, testing, certification, management Integration of Technology Systems and Applications State of NY Agencies Non-profit Universities Life Sciences, Biotech, Research, BioSafety NY State Corporations |
|
| Spartan Demolition Company LLC | Marc Alleyne | 7187493832 | [email protected] | www.spartandemoco.com |
|
Interior demolition, exterior demolition, concrete demolition, carting | |
| Taslim Construction Inc | Taslim Khan | 6462095851 | [email protected] |
|
172-30 93 Avenue, Jamaica, NY 11432 - New Building built 18,000 sq ft.- New Construction 106-25, 106-29 Guy R Blvd, Jamaica, NY - New Building - 22,000 sq. ft.- New Construction |
||
| TGA Design Consultants, INC. | TYRONE AULL | 7187754184 | [email protected] | https://www.tga-design.com/index.html |
|
Architectural and Land Survey Services CAD Drafting and Design |
|
| The Richtone Group LLC | Richard Sanabria | 3472167534 | [email protected] | Richtonegroup.com |
|
Carpentry | |
| Zarco Contracting Inc | Agnieszka Tarnowski | 3473965967 | [email protected] | www.zarconyc.com | 3478480941 |
|
Waterproofing |