CUNY Hunter North Building Auditorium

Solicitation #:5550
Issue Date:10/24/2019
Proposal Due:11/25/2019 - 5:00 PM
Classification:Professional Services
Type:Expression of Interest (EOI)
Status:Archived
Subcontracting Provisioning Goals (%)
Minority Owned:18
Women Owned:12
Service Disabled Veteran Owned:6
Contract Terms
48 months
Location Where Goods to be Delivered or Service Performed
CUNY Hunter College - New York, NY

Ad Notice - revised Tab 7 to include missing sentence.

(Explain the firm’s anticipated approach to utilizing MWBE and SDVOB firms as key members with meaningful roles and responsibilities for the project.)

The Dormitory Authority State of New York (DASNY) is seeking Expressions of Interests (EOI) from Architectural firms to provide prime design services through construction administration services for the renovation of the Auditorium at Hunter College to create a modern venue for musical performances, large lecture-style classes, and special events such as ceremonies and symposiums.  The facility will operate to serve the college’s uses and as a rental venue.

Said services shall include the interior renovation of the Auditorium and optimization of the existing stage, wing and house space with particular focus on improving the acoustics within the auditorium, including but not limited to, through physical re-shaping, introduction of appropriate isolation, improved low velocity HVAC, and state-of-the art electronic enhancement.  Improved ADA seating is a priority. The design for the renovation shall provide (1) back of house spaces to adequately support the auditorium, including stage level dressing rooms, (2) additional space for dressing, and storage to be located on the Basement Mezzanine Level, and (3) improvements to the patron experience with an updated lobby, corridors, amenities, additional breakout rooms, and signage.  The project scope shall also include new bathrooms and HVAC systems. The project shall be designed in conformance with all regulatory requirements, including, but not limited to, Public Assembly (PA), historic preservation, New York City Department of Buildings (NYCDOB), Fire Department of New York (FDNY) and other related New York City agency approvals which maybe required shall be included in the project.

DASNY contributes to the economic development of New York State by assisting and supporting Minority and Women Owned Business Enterprises (MWBEs) and Service Disabled Veteran-Owned Businesses (SDVOB) through its procurement process. As part of this EOI, and consistent with Article 15A and 17B of the Executive Laws, DASNY encourages all firms to consider submitting proposals that utilize partnerships, joint ventures or other similar arrangements with a New York State certified MWBE/SDVOB firm on this contract. For technical assistance identifying certified MWBE firms contact Empire State Development at www.esd.ny.gov or visit DASNY’s MWBE Registry at www.dasny.org. For NYS Certified SDVOB firms contact www.ogs.ny.gov/veterans.

Firms interested in responding to this solicitation must submit one (1) electronic and twelve (12) double sided hard copies of an EOI to the contact noted below no later than 5:00 pm on November 25, 2019. EOI’s received after this date will not be considered. EOI’s must include the following information in the same tab order as described below:

Tab 1 Provide a cover letter with your firm’s name, address, and telephone number along with the name, title, telephone number and email addresses of the individual within the firm who will be DASNY’s primary contact for this EOI.

Tab 2 Provide a description of your firm’s organization, experience and team makeup, including both subconsultants and specialty subconsultants.  Provide the resumes of all partners, principals, associates and other key staff proposed to provide services to DASNY, with emphasis placed on experience with comparable projects containing similar scope and/or comparable facilities.

Tab 3 Provide up to five (5) project examples of your firm’s experience providing similar services for comparable projects of similar size, scope and complexity as this project. For each project provide: the project’s official name, client, location and completion date, project description, overall project value, firm roles and responsibilities, scope of work, the value of the work designed by your firm, consultants (i.e. MEP, structural, etc.), and specialty subconsultant team members (i.e. theater acoustics, lighting, etc.)  and a brief summary of the services provided, including NYC regulatory approvals, as may have been required. If submitting as a joint venture per Tab 5 below, provide up to five (5) projects per firm.

Tab 4 Provide up to three (3) project examples for each of your team’s principal proposed subconsultants and specialty subconsultants demonstrating their experience providing similar services for comparable projects of similar size, scope and complexity as this project. For each project provide: the project’s official name, client, location and completion date, project description, overall project value, firm roles and responsibilities, scope of work, including NYC regulatory approvals, as may have been required.

Tab 5 For each project example, listed in Tab 3, provide a client reference with contact information and phone number.

Tab 6 Provide the following if submitting a joint proposal: (i) the type of relationship between the two firms; (ii) projects the firms have worked on together; and (iii) how the work will be allocated among the firms.

Tab 7 Please note that while no final determination has been made at this stage, the aspirational goals for the proposed contract are 18% MBE, 12% WBE and 6% SDVOB. The goals refer to the percentage of utilization of your M/WBE and SDVOB sub-consultants.  Explain firm’s anticipated approach to maximizing M/WBE and SDVOB participation in both the design and construction phases of the Project. Explain the firm’s anticipated approach to utilizing MWBE and SDVOB firms as key members with meaningful roles and responsibilities for the project. Provide summaries showing the firm’s and the subconsultants performance meeting M/WBE and SDVOB goals on past projects.

Tab 8 Provide a complete Diversity Questionnaire, included in this EOI as an attachment. It is the goal of DASNY to utilize qualified firms that have a demonstrated history of hiring, training, developing, promoting and retaining minority and women staff.  This questionnaire elicits information about each responding firm in order to verify that its work environment demonstrates a strong commitment to diversity.

Tab 9 Provide a NYS Vendor Responsibility Questionnaire For-Profit Business Entity (Non-Construction), included in this EOI as an attachment. DASNY recommends that all firms file the required Questionnaire online via the New York State VendRep System and only provide a copy of the certification page to DASNY. To enroll in and use the New York State VendRep System, see the VendRep System Instructions available at http://www.osc.state.ny.us/vendrep/index.htm or go directly to the VendRep System online at https://portal.osc.state.ny.us.

Pursuant to Executive Order No. 170.1 – Uniform Guidelines for Responsibility Determinations, Executive Order No. 125 – NYS Vendor Responsibility Questionnaire and Executive Order No. 192 – Continuing Vendor Integrity, DASNY may only award a contract to a responsible proposer. A responsible proposer must have the integrity to justify the award of public dollars and the capacity to perform the requirements of the contract fully. The proposer must file a vendor responsibility questionnaire with DASNY. The questionnaire provides the proposer an opportunity to self-disclose any issues and provide necessary information, which DASNY will use as part of its determination.

Based on the information received, the firms deemed qualified by review of their respective EOI’s will be short-listed and issued a request for proposal (RFP).  Once selected, the short-listed firms will be posted on DASNY’s website.

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.  The designated staff for this procurement is Nicole White, RFP Coordinator (ph: 518-257-3667, Email: RFPCoordinator@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 html) 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

Submit To Contact

Firms submitting Expressions of Interests (EOI). Top firms deemed qualified by review of their respective EOI’s are Shortlisted and issued a Request for Proposal (RFP).

Firms responding to Request for Proposal (RFP).

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