CUNY John Jay College Haaren Hall Natatorium Mechanical Room and Water Heater Phase II Upgrades
THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST (EOI) ONLY
See the Eligibility Requirements further down in this document.
The scope of work for the Haaren Hall Natatorium Mechanical Room and Water Heater Phase II Upgrades project at John Jay College, prepared by AI Engineers for the Dormitory Authority of the State of New York (DASNY Project No. 381260), encompasses architectural, structural, mechanical, electrical, and fire alarm upgrades to modernize and replace deteriorated infrastructure in the facility.
Architecturally, the project involves replacing severely corroded metal doors in the pH Buffer and Sanitizer rooms with new stainless-steel doors (one rated for 3-hour fire protection) and installing new epoxy flooring in Mechanical Room CM10. Hazardous materials testing by GZA was conducted for asbestos, lead, PCBs, mold, and other regulated substances. Structurally, new access features including a fiberglass ladder with a safety cage, access platform, hoist beam, and hatch will be added to the pool equipment room sump pit.
The bulk of the work centers on mechanical upgrades along with some plumbing work, including full demolition and replacement of corroded metallic components, degraded piping, sump pumps, and heat exchangers across multiple rooms (CM03, CM05–CM14). New systems will include upgraded sump pumps with BACnet interfaces, new steam-to-hot-water heat exchangers, pumps with VFDs, air separators, makeup air and exhaust fans, and ductwork for proper air circulation. The project also connects major components to the building’s BMS (Building Management System) for integrated control.
Electrical work includes removal and replacement of wiring, conduits, disconnects, and control panels to support the new HVAC systems, makeup air units, and sump pumps. Two new emergency power branches Legally Required Standby and Optional Standby will be added to the generator system. Fire alarm work involves replacing detectors, relays, and control modules to integrate new HVAC fire/smoke dampers and duct detectors with the existing fire alarm network.
The estimated construction cost is between $1,800,000.00 and $2,000,000.00.
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:
General Conditions for Construction dated June 17, 2021, 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
Manuel Saca
Project Manager
Downstate Construction
65-30 Kissena Boulevard
Flushing, New York 11367
United States
Phone: 718-997-4972
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 | |
|---|---|---|---|---|---|---|---|
| A.G. Consulting Engineering, PC | Ely Grinfeld | 2122680950 | [email protected] | agceng.com |
|
||
| EBONY WOOD CRAFT CORP | Alexis Villalona | 3472944070 | [email protected] | ebonywc.com |
|
||
| LS TECH LAND SURVEYING & ENGINEERING, PLLC | Norman Reid | 3478480115 | [email protected] | www.lstechpllc.com |
|
Topographical Surveys Engineering Surveying Boundary Surveys Construction Layouts Survey Roof Survey Elevations & Facades Survey GPS Control Survey Monitoring Surveys 3D Laser Scanning Right-of-Way (ROW) Surveys Mortgage Surveys ALTA Surveys Utility Surveys Engineering & Architectural Support Services Land Survey |
|
| 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; |
|
| Pro Builders Material | Raymond Matt | [email protected] | www.probuildersmaterial.com |
|
Pro Builders Material provides comprehensive construction material supply services to city, state, federal agencies, private developers, and commercial contractors. Our work includes: Construction Material Supply Lumber, drywall, sheetrock, cement, concrete mixes Roofing materials and protective coatings Insulation, siding, and exterior building products Electrical Supply Wiring, conduits, fittings, panels, breakers Lighting fixtures, bulbs, and electrical hardware Plumbing & Mechanical Supply Pipes, fittings, valves, faucets, fixtures, and accessories Heating supplies, hydronics equipment, and drainage components Janitorial & Facility Maintenance Supplies Cleaning chemicals, detergents, disinfectants Paper products, trash liners, mops, brooms, dispensers Floor maintenance products and equipment Safety & PPE Supplies Hard hats, vests, gloves, goggles, respirators First aid kits and emergency supplies Job-site signage and safety equipment General Building & Job-Site Supplies Adhesives, sealants, caulking, tapes Hardware, fasteners, tools, ladders Painting supplies, coatings, primers Specialty Government Commodity Supply Bulk procurement for municipal agencies Scheduled delivery to multiple facilities Rapid fulfillment of emergency or priority orders |
||
| Staffing Boutique | Erica WARNOCK | 2012745573 | [email protected] | staffingboutique.org |
|
Staffing | |
| Total Quality Environmental Inc. | Mariya Kotys | 7184046704 | [email protected] | totalqualityenvironmental.com |
|
Asbestos, Lead, Mold, Gas testing, project air monitoring, asbestos inspections (ACP5's), work safety plans, variances and ETC. |
|
| Vfgg | Ytygt | 0770631110 | [email protected] | Yyughh | 556552 |
|