SUNY at Buffalo Governor’s Complex Interior Upgrades, Asbestos and Hazardous Materials Removal – Phase 3 & 4

Solicitation #:384140/ CR9
Issue Date:09/05/2025
Proposal Due:10/03/2025 - 2:00 PM
Classification:Construction Contracts
Type:Expression of Interest (EOI)
Status:In Progress
Contract Terms
August 2, 2027
Location Where Goods to be Delivered or Service Performed
University at Buffalo North Campus, Hadley Rd, buffalo New York 14228
RFQ Note
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. Finalized construction / bid documents shall be distributed to the qualified contractors invited to bid.

THIS SOLICITATION IS FOR EXPRESSIONS OF INTEREST ONLY

See the Eligibility Requirements further down in this document.

Complete heater replacement, demo and renovation of the 1st floor kitchens, face lifts of the 2nd and 3rd floor kitchenettes, replacing lighting fixtures in lounge, corridors, stairwells, and misc. rooms, minor roller shades replacement, painting walls and ceilings, refinishing handrails in stairwells, installation of signage in stairwell, installation of new floor & wall door stops, abatement of flooring, bedroom flooring replacement, stairwell tread and landing replacement, and corridor flooring re-carpeting in the Clinton and Lehman Halls of the Governors complex.

This is a two-year phased project. Lehman Hall is the first phase, and the Substantial Completion date is Monday, August 3, 2026. Clinton Hall is the second phase, and the Substantial Completion date is Monday, August 2, 2027.

The estimated construction cost range for the scope of work is between $4,600,000.00 to $5,000,000.00.

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.

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

Paul Lewis

Project Manager

Dormitory Authority of the State of New York

Construction - Upstate

539 Franklin Street

Buffalo, NY 14202

United States

Phone: 716-884-9780

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 Email Website Fax Designation Goods/Services
Alinga Construction Inc NISANTH SOTHILINGAM 5165494559 [email protected]
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
INTERIOR RENOVATION
DRY WALL AND FRAMING
ANGEL HVAC-R AND ELECTRIC SUMEDH KAURA 6317874822 [email protected]
  • Minority Owned Business (MBE)
  • Service Disabled Veteran Owned Business (SDVOB)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Service Disabled Veteran Owned Business (NYS Cert. SDVOB)
  • Disadvantaged Business Enterprise (DBE)
Apex environmental Group (AEG) Jesse D Scuderi 1585406314 [email protected] www.aegenv.com Environmental Consulting, Hazardous Materials testing, Air Monitoring for Asbestos Abatement, Construction Safety, soil and water testing, radon testing, PCB, Mold, lead based paint testing
Beacon Interiors Abraham waldman 2013050497 [email protected] wwwbeaconinteriors.net
  • Women Owned Business (WBE)
custom window treatment and trapper
Bedrock General Construction LLC Beshoy Endrawes 2017215894 [email protected] https://bgcst.com/
  • Women Owned Business (WBE)
General Construction: Building, Mechanical, Electric, and Plumbing.
CSB Contracting Co of NY Inc, Amandeep Singh 7185935210 [email protected] csbcony.com
  • Minority Owned Business (MBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
DSS SERVICES LLC SELWYN ROBERTS 212-369-9212 [email protected] dssserv.com
  • Minority Owned Business (MBE)
FIRE SAFETY SYSTEMS, INC. JOHN BOGGS 7168949700 [email protected]
  • Service Disabled Veteran Owned Business (SDVOB)
FIRE ALARM VENDOR
MI DESIGN Mohammed Islam 6467246424 [email protected]
  • Minority Owned Business (MBE)
Facade Renovations
Roof Replacement
Building Expansion Joint Replacement
Residential, Commercial and Mixed-Use New Builds
Residential, Commercial, Institution, Facility and Mixed-Use Interior and Exterior Renovations
Residential, Commercial, Institution, Facility and Mixed-Use Structural Improvement
Commercial, Institution, and Facility Space Retro-fits
Utility Upgrades
Systems Testing and Inspections pre- and post- installation
Residential and Mixed-Use Property Management
Property Legalization
Property Change of Use
Architectural Design and Consulting
Project Management
Construction Project Management
Construction Manager as Consultant
Construction Manager as Builder
Design Builder
Property Management
V.P. ACCOUNTING SERVICES INC LEIDY PAGAN 6465526090 [email protected] WWW.VPSERVICESNY.COM 7182288484
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Disadvantaged Business Enterprise (DBE)
Zewditu Electrical Zewditu Electrical 5185959889 [email protected] https://www.zewdituwiring.com/about
  • Minority Owned Business (MBE)
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
  • Disadvantaged Business Enterprise (DBE)
  • Equal Employment Opportunity (EEO)
Commercial Services
Residential Services
Industrial Services
Electrical lighting
Electrical Power construction
Data and communication installations

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).

Long List
Burgio & Campofelice, Inc.
Javen Construction Co. Inc.
Lake Side Contracting Co., Inc.

Firms responding to Request for Proposal (RFP).

Short List
No Short List - Rejected all submitted Expression of Interests