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 (DASNY) hereby invites bids from qualified single prime contractors to provide all labor, materials, equipment, and services necessary for interior renovation work to create swing space for court staff relocation. The project consists of renovation activities at two facilities located in Staten Island, New York: the NYC Landmark Building at 18 Richmond Terrace and the office building at 25 Hyatt Street.
Project Scope:
18 Richmond Terrace (NYC Landmark Building)
The scope of work at 18 Richmond Terrace includes, but is not limited to, the following:
- Asbestos abatement
- Selective demolition of interior partitions
- General construction, including interior architectural millwork
- Structural modifications associated with mechanical and plumbing upgrades
- Mechanical, plumbing, and electrical system work
- Installation and/or modification of fire alarm, audio‑visual, and telecommunications systems
Renovation and swing space preparation will occur on the First Floor, Third Floor, and Attic Level.
25 Hyatt Street
The scope of work at 25 Hyatt Street includes, but is not limited to:
- Demolition of existing interior partitions, ceilings, and lighting fixtures
- General construction, including interior architectural millwork
- Mechanical, plumbing, and electrical system upgrades
- Work required to achieve applicable energy code compliance associated with electrical and mechanical improvements
- Installation and/or modification of fire alarm, audio‑visual, and telecommunications systems
Renovation and swing space preparation will occur on the Fifth and Sixth Floors.
The estimated construction cost range for the combined work at both facilities is $12,000,000 - $12,600,000.
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:
371410 - Project Manual Volume 1
371410 - Project Manual Volume 2
371410 - Project Manual Volume 3
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.
Relevant projects must include projects with landmark properties, preservation projects and projects with buildings built before 1930.
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.
Provide a detailed overview of your qualifications for working on historically significant buildings, including your track record with the NYC Landmarks Preservation Commission (LPC).
Demonstrate your track record, specific training, and established relationships with suppliers of the specialized materials used in historic restoration.
The owner of the landmarked property is legally required to obtain specific permits from the LPC for nearly any work affecting the building's exterior or designated interior spaces. The contractor's main role is to execute the work in strict adherence to these approved plans and guidelines.
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
Benjamin Hernandez - Guerrero
Project Manager
DASNY
Downstate Construction
South Beach Psychiatric Center
777 Seaview Avenue
DASNY Field Office Construction Trailer
Staten Island, New York 10305
United States
Phone: 917-830-1930
Email: [email protected]
Submit To Contact
Daria Khanafiev
Assistant Procurement Administrator
DASNY
Procurement
515 Broadway
Albany, NY 12207
United States
Phone: 518-257-3707
Email: [email protected]
| Company Name | Contact Name | Phone | Website | Fax | Designation | Goods/Services | |
|---|---|---|---|---|---|---|---|
| ALFA Tech Consulting, Inc. (NY Certified SDVOB) Cost Estimators, Construction Management, Scanning Services | Matt McCall | 2029999017 | [email protected] |
|
Cost Estimating Construction Administration Construction Management BIM Modeling / Scanning Services |
||
| FIL0365 INC | Ethelbert Florento | 6464672793 | [email protected] | HTTPS//:fil0365inc.com |
|
Sending Quotes and RFP and selling iPad electronic. | |
| JME Environmental Corp. | Amado Vera | 9178688980 | [email protected] | 7184873160 |
|
Asbestos, Lead and Mold Remediation |