CUNY Queensborough Community College Medical Arts Building & Science Building Elevator Upgrade with Associated Hazmat Remediation

Solicitation #:3754709999 CR13
Issue Date:02/10/2026
Proposal Due:03/10/2026 - 2:00 PM
Classification:Construction Contracts
Type:Expression of Interest (EOI)
Status:New
Subcontracting Provisioning Goals (%)
Minority Owned:18%
Women Owned:12%
Service Disabled Veteran Owned:6%
Contract Terms
November 15, 2026
Location Where Goods to be Delivered or Service Performed
Queensborough Community College, 222-05 56th Ave., Bayside, NY 11364

THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST (EOI) ONLY

See the Eligibility Requirements further down in this document.

 

The Dormitory Authority of the State of New York is seeking the services of a single prime contractor to provide construction services associated with the modernization of two (2) elevators- one traction and one hydraulic-along with upgrades to the associated elevator machine rooms. Work also includes general construction, HVAC, electrical, fire alarm, plumbing, and hazardous materials abatement. The elevator installations will be performed in the Medical Arts Building and the Science Building, located on the Queensborough Community College campus in Bayside Queens, New York. All Work will take place in an occupied building; the Contractor is responsible for scheduling and coordinating all trades to ensure project completion. The Contractor is responsible for providing all the Work described in the Contract Documents.

 

Base Construction Estimate is in the range of $2.100,000 to $2,400,000

 

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:

Project Manual

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:

  1. 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

 

  1. 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.

 

  1. 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.

 

  1. 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

Noel Ventegeat

Project Manager

Downstate Construction

695 Park Avenue, North Building C001

New York, New York 10065

United States

Phone: 917-351-5677

Email: [email protected]

Submit To Contact

Daria Khanafiev

Assistant Procurement Administrator

DASNY

Procurement

515 Broadway

Albany, NY 12207

United States

Phone: 518-257-3700

Email: [email protected]

Company Name Contact Name Phone Email Website Fax Designation Goods/Services
Celebrities Quality Painting Inc. dba Celebrities Quality Construction Ash [email protected] https://www.celebritiesqualityconstruction.com/
  • 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)
-- Tile
-- Flooring
-- Painting
-- Lath & Plaster
Energy Fencing Inc Rashada Ireland 347-858-5093 [email protected] https://www.energyfencing.com/
  • Minority Owned Business (MBE)
  • Disadvantaged Business Enterprise (DBE)
GovBid Innovations LLC Shaun Dew 8382892495 [email protected] none
Leighton & Alex Distributors, Inc. Leighton Lee 9293953141 [email protected] www.leightonalex.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
IT Infrastructure, Construction.
Melange Restoration Inc. Shahid Ranjha 347-754-0132 [email protected] www.melange-restoration.com GENERAL CONTRACTING, GC
Mistras Group Vladimir Matsouk 3477335305 [email protected] QC/QC
Special Inspections
Material Testing
Consulting
POLSTAR INC SYLWIA OLSZEWSKI 917-683-2028 [email protected] www.polstarinc.com
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
asbestos and lead abatement, mold remediation
Spark Engineering, PC Pratik Jain 9173301193 [email protected]
  • Minority Owned Business (MBE)
  • Disadvantaged Business Enterprise (DBE)
• Mechanical Engineering
o Design of HVAC distribution system for cooling and heating the space for Low-rise/High-rise buildings. This distribution can be achieved either via water- or air-cooled systems. These systems are not limited to having components such as cooling tower, chillers, VRFs, Heat Pumps, Packaged Rooftop Units, Air Handlers, VAVs, CAVs, Fan Power Units, Fan Coil Units, P-tech Units, and associated final distribution devices.
o Design of Outside Air systems for Ventilation such as Outside Air Fans, Energy Recovery Systems, and various other Inline/ Outdoor/Utility Fans and various Make-up Air Systems.
o Design of Exhaust Systems for General, Kitchen, Pantry, Toilet, and other dedicated equipment based on local codes and manufacturer requirements.
o Design of Heating systems via Energy Recovery Systems, Various types of Electric Heating systems in addition to package units that provide both heating and cooling.
o Design of Pumps based on various requirements and needs.
o Design of Building Management System (BMS).
• Electrical Engineering
o Design of electrical power distribution for Low-rise/High-rise buildings. Power distribution includes but not limited to Utility Meters, CT Cabinets, Transformers, Switchboards, Distribution boards, Panelboards, Motor Control Centers (MCCs), Disconnects and associated final connections.
o Design of Uninterruptible Power Supply (UPS) systems including Distribution boards, Automatic Transfer Switches (ATS), Panelboards and associated final connections.
o Design of Generator, Paralleling switchgear and associated power distribution. This includes Life Safety, Emergency, Critical and Portable connected Generators.
o Short Circuit Study, Over-Current Protection Coordination and Arc-flash Study.
o Design of Lighting controls systems based on energy conservation requirements based on local codes.
o Design of Lightning Protection and Grounding Systems.
o Design of Emergency Power Management System (EPMS).
• Plumbing Engineering
o Design of Domestic cold-water distribution systems for Low-rise/High-rise buildings.
o Design of hot-water distribution systems for Low-rise/High-rise buildings including but not limited to various type of Domestic hot water systems for Low-rise/High-rise buildings.
o Design of sanitary systems for Low-rise/High-rise buildings.
o Design of Storm system for low-high-rise buildings.
o Design of Natural Gas System for Low/High-riser buildings.
o Design of Medical gas system for hospitals.
o Design of specialty plumbing systems for institutional-type facilities.
o Design of various other plumbing systems, such as ADA toilets, Kitchens/Pantry, other specialize spaces that require permanent or temporary plumbing connections.
o Design and filing of Backflow preventer for Domestic cold water and Fire Protection systems with NYC DEP.
o Design of detention tank and filing of Site connection with NYC DEP.
o Design grease interceptors for the kitchen and restaurants.
o Design Lint interceptors for laundry.
• Fire Alarm Engineering
o Design of Manual/Automatic Fire Alarm system for Low-rise/High-rise buildings.
o Design of other specific fire alarm systems based on type of use of the space and local code requirements.
• Fire Protection Engineering
o Design of wet/dry sprinkler systems for Low-rise/High-rise buildings.
o Design of standpipe systems.
o Design of clean agent sprinkler systems.
o Design of Nitrogen type dry sprinkler system for garages.
o Design of fire pumps and associated systems.
o Design of VESDA systems.
o Design of Zoned standpipe system.
o Design of institutional standpipe and sprinkler system.
o Design of commercial standpipe and sprinkler system.
o Design of residential standpipe and sprinkler system.
• Design for New/Upgrades of Utility for Electrical, Water, Sanitation and Fire Protection.
• Construction Administration including On-site or Off-site review of submittals, RFIs, Progress inspection and Final Punchlist inspections.
• Perform existing site assessments to verify compliance of local codes and utilities for development requirements.
U & I Mechanical Corp. (WBE) Casey Erazo 7184531425 [email protected] 7184531426
  • Women Owned Business (WBE)
Universal Heating & Air Conditioning Inc WBE Certified Noelle L Gracin 5165041120 [email protected] www.universalhvacny.com
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Equal Employment Opportunity (EEO)
HVAC
USA Veteran builders inc Brian Q Foley 3473163783 [email protected] Usaveteranbuilders.com
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Supplier of construction building materials, equipment and hardware- Safety Devices : traffic cones, concrete barriers, plastic jersey barriers, lighting, mobile signage: Reliable certified flaggers and spot attendants
Veteran Electrical Contracting, LLC Eric Gottlieb 718-766-5377 [email protected] www.veteranllc.com
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
Electrical Construction