26 Minority Commerce Weekly

Minority
Commerce
Weekly
(C) 2014 Independent Media Sales & Services Inc. All Rights Reserved.
1988 - 2014, Celebrating 26-plus years of Service to Disadvantaged, Minority
and Women-owned Business Enterprises (DMWBEs)
Volume No. 27
Issue 1389
Phone: 212.349.4100
1988 - 2014
26
Years of Service
to Disadvantaged,
Minority
& Women-owned
Business Enterprises
Contracting and Procurement Opportunities for Certified
Disadvantaged, Minority and Women-Owned Business Enterprises
November 20 - 26, 2014
Current Contracting/Procurement Opportunities
THE CENTRAL NEW YORK REGIONAL TRANSPORTATION AUTHORITY
RENOVATION OF THE CNY CENTRO OPERATIONS OFFICE BATHROOM AND KITCHEN........................................................................................23
CITY UNIVERSITY OF NEW YORK (CUNY)......................................................................................................................................................................4-8
DORMITORY AUTHORITY - STATE OF NEW YORK (DASNY)
NYS OFFICE OF MENTAL HEALTH BRONX PSYCHIATRIC CENTER WELLNESS RECOVERY CENTER PHASE II - REHABILITATION.......................21
OFFICE FOR PEOPLE WITH DEVELOPMENTAL DISABILITIES BROOKLYN DDSO REPLACE FIRE STAIR LANDING & BASEMENT STAIRS.............21
METROPOLITAN TRANSPORTATION AUTHORITY (MTA)
MTA REAL ESTATE (MTA RE).......................................................................................................................................................................................25
THE NEW YORK CONVENTION CENTER OPERATING CORPORATION (NYCCOC)
RFP 1944IM - TERRAZZO FLOORING MAINTENANCE SERVICES.............................................................................................................................26
THE NEW YORK STATE INSURANCE FUND (NYSIF)
WEB DESIGN/CONTENT MANAGEMENT SERVICES RFQ#2014-33.........................................................................................................................23
NYSIF 2014-23 – DIAGNOSTIC EXAMINATIONS AND TESTING SERVICES...............................................................................................................24
NYC DEPARTMENT OF TRANSPORTATION
REHABILITATION OF THE FENDER SYSTEM AND WEST 125TH STREET VIADUCT OF MACOMBS DAM ...................................................................26
PREVENTATIVE MAINTENANCE OF VARIOUS MOVABLE BRIDGES IN NYC...........................................................................................................26
REHABILITATION OF ROOSEVELT AVENUE BRIDGE OVER VAN WYCK EXPRESSWAY............................................................................................26
NYC OFFICE OF THE COMPTROLLER
MANAGEMENT AND OPERATIONS STUDY AND BEST PRACTICES REVIEW FOR THE ASSET MANAGEMENT FUNCTION....................................25
NEW YORK POWER AUTHORITY....................................................................................................................................................................................2-3
CONTINUOUS EMISSIONS TESTING
ENERGY LEGAL SERVICES
FAIR MARKET VALUATION AND OTHER SERVICES
GENERAL LEGAL SERVICES
INFECTIOUS DISEASE RESPONSE & CLEANUP
LONG SAULT DAM SERVICE GALLERY REHABILITATION
ON-CALL ENGINEERING SERVICES
OPERATION, MAINTENANCE AND MONITORING OF THE EEL PASSAGE FACILITY AT THE ROBERT MOSES POWER DAM
RELAY TESTING EQUIPMENT
REMOVE, TRANSPORT & RELOCATED CABLE & REELS
UPPER HEAD GATE RAIL AND SLOT REFURBISHMENT
OFFICE OF GENERAL SERVICES (OGS)
PROJECT NO. M3016-C, FOR CONSTRUCTION WORK, REPLACE ROOF, QUEENSBORO CORRECTIONAL FACILITY, LONG ISLAND CITY..........23
STATE UNIVERSITY CONSTRUCTION FUND
PROJECT NO. 23207, REPLACE WINDOWS & REHAB ENTRANCES FOR ENERGY EFFICIENCY VARIOUS BUILDINGS AT SUNY CANTON....22
STATE UNIVERSITY OF NEW YORK (SUNY)(MWBE) ....................................................................................................................................................9-20
MWDBE SUBCONTRACTING OPPORTUNITIES
DYRE AVE CONSTRUCTORS JV................................................................................................................................................................................................25
ECCO III ENTERPRISES, INC....................................................................................................................................................................................................24
ECCO-VERDE-SKANSKA, JV....................................................................................................................................................................................................24
JETT INDUSTRIES, INC.............................................................................................................................................................................................................24
KUBRICKY CONSTRUCTION CORP..........................................................................................................................................................................................25
TURNER SCHOOL OF CONSTRUCTION MANAGEMENT.........................................................................................................................................................27
TUTOR PERINI CORPORATION.................................................................................................................................................................................................24
WDF INC...................................................................................................................................................................................................................................27
YONKERS CONTRACTING COMPANY.....................................................................................................................................................................................25
2
Minority Commerce Weekly
November 20 - 26, 2014
VICES, MATERIALS, AND/OR EQUIPMENT TO BE FURNISHED BY
OTHERS AS SPECIFICALLY REFERRED TO IN THE CONTRACT
DOCUMENTS) AND PERFORM ALL OPERATIONS REQUIRED FOR
THE UPPER HEAD GATE RAIL AND SLOT REFURBISHMENT
PROJECT AT THE AUTHORITY'S NIAGARA POWER PLANT IN
Generating More Than Electricity
LEWISTON, NEW YORK, ALL IN ACCORDANCE WITH THE BID/
NOTICE TO ALL BIDDERS: Bidders are hereby CAUTIONED to make CONTRACT DOCUMENTS.
CONSULTING
use of the New York Power Authority’s web site at www.nypa.gov in order CATEGORY:
Energy Legal Services
to obtain current and complete bid documents, bid addenda, post-bid ad- Bid Name:
Q14-5765MR
denda and related notices. Bidders obtaining bid documents from sources RFQ Number:
Due
Date:
12/17/2014
other than www.nypa.gov web site do so at their own risk. Incomplete bid
NYPA Contact:
Michele Romagnuolo
responses may be rejected by the Authority.
123 Main St.
CATEGORY:
ARCHITECTURAL ENGINEERING AND SURVEYING
White Plains, NY 10601
Bid Name:
On-call Engineering Services
Phone:
914-681-6639
RFQ Number:
Q14-5758FS
Fax:
914-681-6783
Due Date:
12/10/2014
Abstract: The Authority requests proposals from law firms interested in
NYPA Contact:
Fiona Spencer
providing legal services relating to: Contracts for energy trading and markets,
123 Main St.
hedging, power purchase and sales; Renewable energy and transmission
White Plains, NY 10601
projects including development of standard contract documents for AuthorPhone:
914-681-6401
Abstract: The New York Power Authority invites you to submit a proposal ity use with its customers (including school districts) for solar, wind, demand-side management, electric transportation, distributed energy manageto perform On-Call Engineering for all Authority Facilities.
A description of the required Services is provided and detailed in the Sched- ment & grant funding; Strategic counsel regarding the development of energy
services programs for Authority customers; Federal and/or State administraule of Services attached hereto.
tive and/or judicial hearings relative to the foregoing, and; Other legal serCATEGORY:
CONSTRUCTION & MAINTENANCE
vices, advice, or opinions as requested relating to the Authority’s energy
Bid Name:
Long Sault Dam Service Gallery Rehabilitation
programs.
RFQ Number:
Q14-5772JF
Only Bidders whose proposals demonstrate prior capabilities and experiDue Date:
12/02/2014
ence in performing similar Work as described and detailed in the RFP will be
NYPA Contact:
Jules Franko
considered.
123 Main St.
CATEGORY:
CONSULTING
White Plains, NY 10601
Bid Name:
Continuous Emissions Testing
Phone:
914 681-6392
RFQ
Number:
Q14-5775RH
Fax:
914 681-6783
12/03/2014
Abstract:Contractor to provide all plant, supervision, labor, materials and Due Date:
Bob Haggerty
equipment to perform all operations necessary for the "Long Sault Dam NYPA Contact:
123
Main St.
Service Gallery (El. 200 level) Rehabilitation Project at the New York Power
White
Plains, NY 10601
Authority's St. Lawrence-FDR Power Project, in Massena, NY.
Phone:
914
681
6283
The work generally involves repairs to cracks, spalling, staining and leakage
(914) 681-6783
through construction and contraction joints. Grouting and concrete removal Fax:
Abstract: The New York Power Authority is soliciting proposals
and replacement repairs as necessary.
to furnish all labor, supervision, materials, and equipment to provide
CATEGORY:
CONSTRUCTION & MAINTENANCE
continuous emissions monitoring field service and hardware maintenance
Bid Name:
Remove, Transport & Relocated Cable & Reels
(CEMS) for the Authority's Small Clean Power plants, located in Astoria,
RFQ Number:
Q14-5774JF
Long Island city, Bronx, Brooklyn and Staten Island, N.Y. and the 500MW
Due Date:
12/11/2014
Power Project in Astoria, N.Y. as more fully described in the bidding docuNYPA Contact:
Jules Franko
ments, which are available for downloading on line as described above.
123 Main St.
CATEGORY:
CONSULTING
White Plains, NY 10601
Bid Name:
Fair Market Valuation and Other Services
Phone:
914 681-6392
RFQ Number:
Q14-5771FS
Fax:
914 681-6783
Due Date:
12/02/2014
Abstract: Remove, transport and relocate three spare Self Contained Fluid
NYPA Contact:
Fiona Spencer
Filled (SCFF) & fiber optic cable on reels from Shoreham, NY to Astoria, NY.
123 Main St.
This will be a turnkey proposal involving all necessary manpower, tools,
White Plains, NY 10601
rigging, cranes, permits, trucks, barges, tugs and related machinger and equipPhone:
914-681-6401
ment. A mandatory bid locations tour is planned for November 25, 2014. See
Abstract: New York Power Authority (the “Authority”) is seeking a Conbidding documents for all details.
sultant to provide Fair Market Valuation Request For Proposal and ProcureCATEGORY:
CONSTRUCTION & MAINTENANCE
ment Support Services as described in this RFP and as needed for various
Bid Name:
Upper Head Gate Rail and Slot Refurbishment
projects for a three year term for Authority facilities listed below, in support
RFQ Number:
Q14-5763FS
of multiple hydro and fossil fuel turbine generation projects and substations
Due Date:
12/02/2014
located throughout South East New York.
NYPA Contact:
Fiona Spencer
Minority Owned Sub-Contracting Goal: 10%
123 Main St.
Women Owned Sub-Contracting Goal: 10%
White Plains, NY 10601
Due date: 12/02/2014 5:00 PM
Phone:
914-681-6401
Abstract: THE NEW YORK POWER AUTHORITY (HEREINAFTER Contract term: up to 3 years
"AUTHORITY" AND/OR "NYPA") INVITES YOU TO SUBMIT A County(ies): Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk,
GROSS LUMP SUM PRICE PROPOSAL TO FURNISH ALL LABOR, Westchester
SUPERVISION, MATERIALS, AND EQUIPMENT (EXCEPT FOR SER- Location: South East New York
Minority Commerce Weekly
November 20 - 26, 2014
3
Passage Facility at the Robert Moses Power Dam. The Contractor (someCATEGORY:
CONSULTING
times referred to as the primary O and M Contractor) conducting this work
Bid Name:
General Legal Services
will be required to operate the eel passage facility continuously from July 1
RFQ Number:
Q14-5764MR
until October 31. Additional support from the Contractor will be required to
Due Date:
12/16/2014
start up, inspect, and troubleshoot the facility in the spring (startup typiNYPA Contact:
Michele Romagnuolo
cally begins in late May and requires more extensive support/effort in June
123 Main St.
as the operating season approaches) prior to operation, and in early NovemWhite Plains, NY 10601
ber to shut down clean and winterize the facility. The operation and maintePhone:
914-681-6639
nance will be coordinated with St. Lawrence Project staff (primarily General
Fax:
914-681-6783
Abstract: The Authority requests proposals from law firms interested in Maintenance, Electrical and Operations) and Environment, Health, and Safety
providing general legal services relating, but not limited to the following: staff located in the White Plains Office. Finally, the Contractor will be recontracts; real estate management, appropriation, sales or leases; tort liabil- quired to provide daily and bi-weekly progress reports as well as a compreity; labor, employment and employee benefits matters; Federal and or State hensive annual report after fieldwork has been completed.
regulatory, licensing, environmental, administrative and/or judicial hearings or
litigation advice and litigation support and other miscellaneous legal matters.
Only Bidders whose proposals demonstrate prior capabilities and experience in performing similar Work as described and detailed in the RFP will be
considered.
CATEGORY:
ELECTRICAL & ELECTRONIC EQUIPMENT
PRODUCTS
Bid Name:
Relay Testing Equipment
RFQ Number:
N14-20092666GJ
Due Date:
12/11/2014
NYPA Contact:
Grant Johnston
5777 Lewiston Rd.,
Lewiston, NY 14092-2199
Phone:
716-286-6803
Fax:
716-286-6054
Abstract: The New York Power Authority (The "Authority" or "NYPA") is
seeking proposals from qualified bidders to furnish and deliver various Relay
Testing Equipment, as described in the bid documents.
To find the bid documents at the website
Select Site: NIAGARA
Category: ELECTRICAL & ELECTRONIC EQUIPMENT PRODUCTS
CATEGORY:
ENVIRONMENTAL
Bid Name:
Infectious Disease Response & Cleanup
RFQ Number:
Q14-5776RH
Due Date:
12/08/2014
NYPA Contact:
Bob Haggerty
123 Main St.
White Plains, NY 10601
Phone:
914 681 6283
Fax:
(914) 681-6783
Abstract: The Authority is seeking proposals from qualified companies certified and skilled in the cleanup, disinfection and disposal of remediation
wastes from infectious diseases including but not limited to MSRA, H1N1,
Anthrax, Legionellosis, Ebola at our operating projects and offices locations
positioned across New York State. The Authority anticipates entering into
an agreement(s) for on call, as required services at any or all of the locations
below. The selected contractor will be required to be able to provide 24 hours
per day, 7 days a week, 365 days per week availability and response. See the
RFP for details, which can be downloaded at the website detailed below.
CATEGORY:
ENVIRONMENTAL
Bid Name:
Operation, Maintenance and Monitoring of the EEL
Passage Facility at the Robert Moses Power Dam
RFQ Number:
Q14-5770JR
Due Date:
12/02/2014
NYPA Contact:
John Rogers
123 Main St.
White Plains, NY 10601
Phone:
914 287 3130
Fax:
(914) 681-6783
Abstract:The New York Power Authority (NYPA) is seeking proposals for
services to provide Operation, Maintenance and Monitoring of the eel Passage Facility at the Robert Moses Power Dam. The New York Power Authority (Hereafter the "Authority" or "NYPA") invites you to submit a
Proposal for the Operation, Maintenance and Monitoring of the eel
4
Minority Commerce Weekly
November 20 - 26, 2014
The City University of New York (CUNY) is the nation’s leading public university
providing high-quality, accessible education for more than 269,000 degree-credit students and
247,000 adult, continuing and professional education students at 24 campuses across New York
City. The University is an integrated system of senior and community colleges, graduate and
professional schools, research centers, institutes and consortia. From certificate courses to Ph.D.
programs, CUNY offers postsecondary learning to students of all backgrounds. It provides New
York City with graduates trained for high-demand positions in the sciences, technology,
mathematics, teaching, nursing and other fields. As CUNY has grown, the University also has
strengthened its mission as a premier research institution, building an array of modern facilities
and expanding the ranks of its world-class faculty.
CUNY uses a University-wide collaborative purchasing process for core goods and
services managed by the Office of the University Controller - Procurement with decentralized
purchasing at the colleges to meet specific needs. While most campuses have a Purchasing
Department, the Office of the University Controller purchases for the CUNY Central Office in
addition to the CUNY Graduate School of Journalism, CUNY School of Professional Studies,
and the Stella & Charles Guttman Community College. The CUNY Graduate Center Purchasing
Department purchases for its campus and for the CUNY School of Public Health and Macaulay
Honors College. The City University Construction Fund, a NYS public benefits corporation,
provides facilities for CUNY to support our educational programs on behalf of CUNY’s Office
of Facilities Planning, Construction and Management.
The University is committed to the active participation of Minority-/Women-owned
Business Enterprises (MWBE) in CUNY procurements. CUNY recognizes MWBE certifications
issued by NYS Empire State Development. To obtain information on current solicitations or on
any potential bidders/proposers’ lists, vendors are encouraged to contact the Office of University
Controller and the Purchasing Director at each CUNY college.
November 20 - 26, 2014
Minority Commerce Weekly
Directory of CUNY Purchasing Departments:
Office of the University Controller
(212) 397-5600
[email protected]
www.cuny.edu
Fiorello H. LaGuardia Community College
(718) 482-5525
[email protected]
www.lagcc.cuny.edu
Baruch College
(646) 660-6150
[email protected]
www.baruch.cuny.edu
Hunter College
(212) 772-4333
[email protected]
www.hunter.cuny.edu
Borough of Manhattan Community College
(212) 220-8041
[email protected]
www.bmcc.cuny.edu
Herbet H. Lehman College
(718) 960-8261
[email protected]
www.lehman.cuny.edu
Bronx Community College
(718) 289-5801
[email protected]
www.bcc.cuny.edu
John Jay College of Criminal Justice
(212) 237-8900
[email protected]
www.jjay.cuny.edu
Brooklyn College
(718) 951-5133
[email protected]
www.brooklyn.cuny.edu
Kingsborough Community College
(718) 368-5034
[email protected]
www.kbcc.cuny.edu
City College
(212) 650-5250
[email protected]
www.ccny.cuny.edu
Medgar Evers College
(718) 270-6995
[email protected]
www.mec.cuny.edu
College of Staten Island
(718) 982-2450
[email protected]
www.csi.cuny.edu
NYC College of Technology
(718) 473-8960
[email protected]
www.citytech.cuny.edu
CUNY Graduate Center
(212) 817-7650
[email protected]
www.gc.cuny.edu
Queens College
(718) 997-5760
[email protected]
www.qc.cuny.edu
CUNY School of Law
(718) 340-4282
[email protected]
www.law.cuny.edu
Queenborough Community College
(718) 631-6202
[email protected]
www.qcc.cuny.edu
Eugenio Maria de Hostos Community College
(718) 319-7966
[email protected]
www.hostos.cuny.edu
York College
(718) 262-2107
[email protected]
www.york.cuny.edu
City University Construction Fund
(646) 664-2700
[email protected]
www.cuny.edu/cunybuilds
5
6
Minority Commerce Weekly
November 20 - 26, 2014
CUNY Contracting and Procurement Opportunities In This Issue
(CUNY) BROOKLYN COLLEGE
BROOKLYN COLLEGE AIR FILTERS FY 14-15.....................................................................................................................................................................................6
(CUNY) OFFICE OF FACILITIES PLANNING,CONSTRUCTION, & MANAGEMENT
COLLEGE OF STATEN ISLAND BUILDING 2M – SOUTH WING INFRASTRUCTURE & 2ND FLOOR BUILDOUT....................................................................................6
THEATER RIGGING, EQUIPMENT, PLATFORMS, LIGHTING AND DRAPERIES CONTRACT..............................................................................................................7
(CUNY) JOHN JAY COLLEGE
PURCHASE OF ACADEMIC CATALOG MANAGEMENT SOFTWARE AND SERVICES......................................................................................................................8
(CUNY) Brooklyn College
Brooklyn College Air Filters FY 14-15
The City University of New York, on behalf of Brooklyn College, intends to
purchase high efficiency/high capacity air filters for HVAC equipment.
The College reserves the right to require vendors under consideration to
furnish samples of each type of filter.
RFQ packages are available upon request. Please send an email to
[email protected] indicating reference number BKL3112, your company name, mailing address, phone, fax, and email address in
order to receive an RFQ package.
Any purchase that results from this advertisement shall be governed by the
terms and conditions of this advertisement (including without limitation, any
attached specifications and any other terms and conditions attached hereto
or incorporated herein by reference), the University’s standard Purchase
Order Terms and Conditions, and the Standard Clauses for New York State
Contracts which are incorporated herein by reference with the same effect as
it is written. These documents are available for review upon request to the
contact listed below.
Communication with the University with respect to this procurement initiated by or on behalf of an interested vendor through others may constitute an
“impermissible contact” under state law, and could result in disqualification
of that vendor.
No subcontracting is allowed.
The Procurement Lobbying Act (PLA) Applies to this Solicitation.
The restricted period began with the publication of this ad.
Procurement Lobbying Act Required Forms: Vendor shall complete, sign and
submit the following forms if they are selected.
a) “Offerer’s Affirmation of Understanding of and Agreement pursuant to
State Finance Law § 139-j (3) and § 139-j (6) (b)”
b) “Offerer’s Disclosure of Prior Non-Responsibility Determinations and
Certification of Compliance with State Finance Law §139-j and §139-k”
Contact with CUNY:
Under the requirements of the PLA, all communications regarding advertised
projects are to be channeled through the Designated Contact. Communication with respect to this procurement initiated by or on behalf of an interested vendor through others than the Designated Contact may constitute an
“impermissible contact” under NYS law and could result in disqualification
of that vendor.
Rules and regulations and more information on this law, please visit:
http://www.ogs.ny.gov/aboutogs/regulations/advisoryCouncil/Faq.htm (Advisory Council FAQs)
http://www.jcope.ny.gov/law/lob/lobbying2.html (New York State Lobbying Act)
Minority Sub-Contracting Goal: N/A
Women Owned Sub-Contracting Goal: N/A
Due date: 12/09/2014 2:00 PM
Contract term: Three (3) years with the option of two (2) additional one (1)
year renewals
County(ies): Kings
Location: Brooklyn College 2900 Bedford Avenue, Brooklyn, NY 11210
Primary contact: City University of New York (CUNY)
Brooklyn College
Purchasing and Contracting
Natalee Queneau
Assistant Purchasing Agent
2900 Bedford Ave.
Brooklyn, NY 11210-2889
United States
Ph:
718-951-5133
[email protected]
Secondary contact: City University of New York (CUNY)
Brooklyn College
Purchasing and Contracting
Madonna Charles
Director of Procurement and Support Services
2900 Bedford Ave.
Brooklyn, NY 11210-2889
United States
Ph:
718-951-5133
[email protected]
Submit to contact: City University of New York (CUNY)
Brooklyn College
Purchasing
Natalee Queneau
Assistant Purchasing Agent
2900 Bedford Ave.
Brooklyn, NY 11210-2889
United States
Ph:
718-951-5133
[email protected]
(CUNY) Office of Facilities Planning, Construction,
& Management
COLLEGE OF STATEN ISLAND BUILDING 2M –
SOUTH WING INFRASTRUCTURE & 2ND FLOOR
BUILDOUT
On behalf of the City University Construction Fund (CUCF), STV Construction, Inc. acting as Construction Manager, is soliciting the services of a
General Contractor to provide all labor, material, and equipment necessary
for the renovation of the existing Building 2M South Wing 2nd Floor located
and two entry additions. Work including but not limited to demolition and
removals of existing spaces, new general construction, site and civil work,
new mechanical, electrical, plumbing, fire suppression systems and low voltage work as required by the plans and specifications. The expected construction cost range is between $7,000,000 and $8,000,000.
Minority Commerce Weekly
November 20 - 26, 2014
7
It is anticipated this project will have an executed Project Labor Agreement Submit to contact: City University of New York (CUNY)
(PLA).
Office of Facilities Planning,Construction, & Management
Jeanny Cheung
The MBE participation goal for this project is 12%; the WBE participation
goal is 8%.
Project Manager
555 West 57th Street
Bid documents will be available starting Tuesday, November 18, 2014 starting at 12 noon and may be downloaded from the “Doing Business With STV/
16th Floor
CUNY Bid Opportunities” section at: www.stvinc.com
New York, NY 10019
United States
A CD containing the bid documents in PDF format will also be available for
pickup at STV Construction, Inc., 225 Park Avenue South, 5th Floor, New Ph:
646-664-2759
[email protected]
York, NY 10003. All Bidders MUST contact Jeanny Cheung/Project Manager of STV Construction, Inc. at 212-614-3377 or via email at
[email protected] to arrange for pickup of the documents in CD
(CUNY) Office of Facilities Planning, Construction,
format. Proper identification such as Driver’s License or Passport will be
& Management
required at entrance access for document pickup. Document pick up will be
Theater Rigging, Equipment, Platforms, Lighting and
limited to the designated business hours of 10:00AM – 3:00PM.
Draperies Contract
A non-mandatory pre-bid meeting and site visit will be held on Tuesday,
December 2, 2014 at 11:00AM with a sign-in location at the College of On behalf of the City University Construction Fund (CUCF), F.J. Sciame
Staten Island, Building 2M South Wing, 2800 Victory Boulevard, Staten Construction Co., Inc (Sciame), acting as Construction Manager, is soliciting
Island, NY 10314. The pre-bid meeting will commence promptly after the all the services of a Contractor to provide all labor, material, and equipment
attendees sign in. The pre-bid meeting and site visit are strongly encouraged necessary for the Theater Rigging, Equipment, Platforms, Lighting and Drapfor those choosing to submit a bid.
eries contract scope for the CUNY NYCCT New Academic Building project,
All pre-bid questions/Requests for Information (RFI’s) must be submitted in located at 285 Jay Street. A detailed description of the work required is
writing via the e-Builder link at “Doing Business With STV/CUNY Bid provided in the RFB Trade Scope Checklist (Section II, Subsection A, SecOpportunities” section at: www.stvinc.com and must be received no later tion c. of the RFB Bid Booklet). Bid Booklet Documents will be available
than 3:00PM on Wednesday, December 10, 2014 in order to obtain response starting on November 18, 2014 and may be downloaded from our website,
by addendum prior to bid opening. e-Builder is a web based integrated project http://cuny.sciame.com/. If you are unable to download the documents from
management platform (IPMP) used for all projects at STV Construction, the website, contact Adam Giusti by fax at (212)
Inc. All responses to RFI’s will be issued by Addendum via e-Builder. Any 248-5313, or email at [email protected], to arrange your pickup of the
questions or requests for clarification received after this time and date will be documents in CD format. After contacting Adam Giusti, the documents will
answered only at the discretion of CUNY/CUCF. However, all Bidders are be made available for pick-up at F.J. Sciame Construction Co., Inc., 14 Wall
required to meet the final the RFI deadline of Wednesday, December 10, Street, 2nd Floor, New York, NY 10005.
2014.
There is a Project Labor Agreement (PLA) for this project. The PLA is
All Bids shall be delivered and received no later than 12Noon Tuesday, entered into between F.J. Sciame Construction Co., Inc. and the Building
January 6, 2015 to the City University of New York (CUNY) located at 555 Trades and Construction Trades Council of Greater New York (BCTC) afWest 57th Street New York, NY, 10019, 16th Floor Reception. Bids will be filiated Local Unions. The PLA is binding on the Contractor and all Subconreceived Monday through Friday during regular business hours but no later tractors of all tiers. The MBE participation requirement for this project is
than specified above. Proper identification will be required at the CUNY 12%; the WBE participation requirement is 8%. The estimated construction
ground floor entrance such as Driver’s License or Passport. No electronic or cost for this bid package is: $1.2M - $1.3M. A non-mandatory pre-bid confax bids will be accepted. Late bids will not be opened and returned to the ference meeting will be held on November 25, 2014 at 10:00 a.m. at Sciame’s
respective bidder.
office at 14 Wall Street, 2nd Floor, New York, NY 10005. Bidders are encourBids will be opened at the offices of the City University of New York aged to attend this meeting to discuss scope and bidding procedures. Bid Due
(CUNY) located at 555 West 57th Street New York, NY, 10019, 16th Floor, Date: December 18, 2014 at 12:00 noon. Bids must be submitted to F.J.
on Tuesday, January 6, 2015 at 12:30 PM. No more than two representa- Sciame Construction Co., Inc., 14 Wall Street, 2nd Floor, New York, NY
tives per firm may attend the bid opening.
10005, Attn: Melissa Steeves. Bids will be received Monday through Friday
Any problems or concerns regarding this procurement process should be during regular business hours but no later than the date and time specified
directed to CUCF/CUNY Authorized Agency Contacts, Michael Feeney and above. No electronic or faxed bids will be accepted. Late bids will not be
Michael Rabin, by email at: [email protected]. In the subject line of opened. Bids will be opened at the offices of the City University of New
your email all bidders are to reference the project name and contract number. York (CUNY) located at 555 West 57th Street New York, N.Y. 10019, 16th
All other communication must go through STV Construction, Inc., Jeanny Floor Conference Room on December 18, 2014 at 4:00 p.m. No more than
Cheung/Project Manager by email at: [email protected]. In the sub- two representatives per firm may attend the bid opening. See the bid docuject line of your email all bidders must reference the project name and con- ments for a full description of the project, process, submission requirements,
tract number.
timeline, and contact information. Any problems or concerns regarding this
Minority Owned Sub-Contracting Goal: 12%
procurement process should be directed to CUCF/CUNY Authorized Agency
Women Owned Sub-Contracting Goal: 8%
Contacts, Michael Feeney and Michael Rabin, by email at:
Due date: 01/06/2015 12:00 PM
[email protected]. In the subject line of your email all
Contract term: TBD
bidders are to reference the project name and contract number All other
County(ies): Richmond
communication must go through Sciame Construction Co., Inc., Adam Giusti,
Primary contact: City University of New York (CUNY)
Project Manager, by email at
STV Construction, Inc.
[email protected]. In the subject line of your email all bidders must referJeanny Cheung
ence the project name and contract number.
Project Manager
Minority Owned Sub-Contracting Goal: 12%
225 Park Avenue South, 5th Floor
Women Owned Sub-Contracting Goal: 8%
New York, NY 10003
Due date: 12/18/2014 12:00 PM
United States
Contract term: TBD
Ph:
212-614-3377
County(ies): Kings
[email protected]
Primary contact: City University of New York (CUNY)
-
8
Minority Commerce Weekly
November 20 - 26, 2014
F.J. Sciame Construction Co. Inc.
contact listed below.
Adam Guisti
Communication with the University with respect to this procurement initiProject manager
ated by or on behalf of an interested vendor through others may constitute an
14 Wall Street, 2nd Floor
“impermissible contact” under state law, and could result in disqualification
New York, NY 10005
of that vendor.
United States
No subcontracting is allowed.
Ph:
212-232-2200
The Procurement Lobbying Act (PLA) Applies to this Solicitation.
Fax:
212-248-5313
The restricted period began with the publication of this ad.
[email protected]
Compliance Procurement Lobbying Act
Submit to contact: City University of New York (CUNY)
Required Forms: Vendor shall complete, sign and submit the following forms
F.J. Sciame Construction, Inc.
if they are selected.
Adam Guisti
a) “Offerer’s Affirmation of Understanding of and Agreement pursuant to
Project Manager
State Finance Law § 139-j (3) and § 139-j (6) (b)”
14 Wall Street, 2nd Floor
b) “Offerer’s Disclosure of Prior Non-Responsibility Determinations and
New York, NY 10005
Certification of Compliance with State Finance Law §139-j and §139-k”
United States
Contact with CUNY:
Ph:
212-232-2200
Under the requirements of the PLA, all communications regarding advertised
Fax:
212-248-5313
projects are to be channeled through the Designated Contact. [email protected]
tion with respect to this procurement initiated by or on behalf of an interested vendor through others than the Designated Contact may constitute an
(CUNY) John Jay College
“impermissible contact” under NYS law and could result in disqualification
of that vendor.
Purchase of Academic Catalog Management
Rules and regulations and more information on this law, please visit:
Software and Services
http://www.ogs.ny.gov/aboutogs/regulations/advisoryCouncil/Faq.htm (AdJohn Jay College is seeking expressions of interest from vendors who pro- visory Council FAQs)
vide database-driven, web-based, academic catalog management solutions http://www.jcope.ny.gov/law/lob/lobbying2.html (New York State Lobbyincluding software and related services such as system implementation, con- ing Act)
tent migration, user training, and technical support.
Minority Owned Sub-Contracting Goal: 0%
Product Requirements:
Women Owned Sub-Contracting Goal: 0%
The catalog software must:
Due date: 12/09/2014 11:00 AM
1.Be entirely web-based (including the online e-catalog and administrative Contract term: One time purchase with annual support requirements
interface);
County(ies): All NYS counties
2. Store all academic catalog information in a relational database;
Location: John Jay College 524 West 59th street, New York
3. Automatically publish web and mobile web e-catalogs and printer-ready Primary contact: City University of New York (CUNY)
documents, preferably in multiple formats such as PDF, MS Word, and In
John Jay College
Design. Output must be ADA compliant and integrate institutional branding,
Office of Business Services
page design, and graphics;
Hazel Stewart
4. Automatically archive previous catalog versions;
Purchasing Manager
5. Provide customized edit/approval workflows, including email notifica524 West 59th St.
tions, change and version control and audit trail, and the ability to reuse
New York, NY 10019
content for multiple publications. Workflow interface must be easy for nonUnited States
technical staff to use and maintenance of the workflow system should not Ph:
212-237-8510
require College IT or webmaster intervention;
[email protected]
6. Provide security controls to allow administrators to specify permissions Submit to contact: City University of New York (CUNY)
for content including read-only, modify text only, modify type style, etc.;
John Jay College
7. Provide an easy-to-use editing interface for non-technical staff and adminOffice of Business Services
istrators that has common editing functions found in most word processing
Hazel Stewart
software including search, find and replace, spell-check, and track changes;
Purchasing Manager
8. Be updated during the term of a resulting agreement at no extra cost; and
524 West 59th St.
9. Be fully supported by vendor through all lifecycle phases including impleNew York, NY 10019
mentation and ongoing support.
United States
Vendor Requirements: Prospective vendor shall (1) have at least 5 years of Ph:
212-237-8510
experience providing academic catalog management software and services,
[email protected]
including implementation services without the assistance of a subcontractor;
(2) have demonstrated experience working with public higher education institutions and be able to provide three references from such agencies; . Vendors are invited to submit no later than the date set forth below: 1) documentation to verify that your company can meet the minimum product requireMinority Commerce Weekly
ments; and 2) documentation to verify your company can meet the minimum
is published by:
vendor requirements.
Independent
Media
Sales & Services, Inc.,
Any purchase that results from this advertisement shall be governed by the
a NYS Certified MBE
terms and conditions of this advertisement (including without limitation, any
James W. Wood, Publisher
attached specifications and any other terms and conditions attached hereto
Phone: 212.349.4100
or incorporated herein by reference), the University’s standard Purchase
email: [email protected]
Order Terms and Conditions, and the Standard Clauses for New York State
website: www.mcwbids.com
Contracts which are incorporated herein by reference with the same effect as
it is written. These documents are available for review upon request to the
November 20 - 26, 2014
Minority Commerce Weekly
9
The State University of New York is the largest comprehensive system
of universities, colleges, and community colleges in the world. Its 64
campuses are divided into four categories, based on educational
mission, types of academic opportunities available and degrees offered.
The largest institutions are the four University Centers: Albany,
Binghamton, Buffalo, and Stony Brook. SUNY’s administrative offices
are in Albany. This section contains solicitations made by the 30 Stateoperated campuses within the SUNY system.
The State University of New York procurement process is generally
decentralized with each of the 30 state-operated campuses doing the
majority of their own purchasing. The SUNY Means Business Web
site has procurement information for the state-operated campuses and
outlines of NYS laws and SUNY procedures that govern how the
University does purchasing. Vendors are encouraged to contact
individual campuses with information about their businesses and how
their company might meet the campuses’ specific needs.
10
Minority Commerce Weekly
November 20 - 26, 2014
Directory of SUNY Purchasing Offices
ALBANY
(518) 437-4579
www.albany.edu/purchasing/index.html
DOWNSTATE MEDICAL
(718) 270-3176
www.downstate.edu/finance/
purchasing.html
EMPIRE STATE
(518) 587-2100 x2340
OPTOMETRY
(212) 938-4000
www.sunyopt.edu/faculty/
businessoffice.shtml
ENVIRONMENTAL SCIENCE &
FORESTRY
(315) 470-6626
www.esf.edu/business/purchasing.htm
OSWEGO
(315) 312-2224
www.oswego.edu/administration.html
FARMINGDALE
(631) 420-2245
www.farmingdale.edu
PLATTSBURGH
(518) 564-4601
www.plattsburgh.edu/offices/admin/
businessaffairs/purchasing
ALFRED
(607) 587-3916
www.alfredstate.edu/purchasing
BINGHAMTON
(607) 777-2184
www.binghamton.edu/purchasing
BROCKPORT
(585) 395-2351
www.brockport.edu/pps
BUFFALO
(716) 645-5000
www.ubbusiness.buffalo.edu/ubb/cfm/
BUFFALO STATE
(716) 878-4113
www.buffalostate.edu/purchasing
CANTON
(315) 386-7555
FREDONIA
(716) 673-3438
www.fredonia.edu/admin/purchasing
GENESEO
(585) 245-5100
www.geneseo.edu/purchasing
MARITIME
(718) 409-7200
www.sunymaritime.edu
www.Canton.edu/procurement/
COBELSKILL
(518) 255-5520
www.Cobleskill.edu
CORTLAND
(607) 753-2305
www2.cortland.edu
DELHI
(607) 746-4502
www.delhi.edu/administration/
purchasing/index.php
ONEONTA
(607) 436-3388
www.oneonta.edu/admin/purchasing
MORRISVILLE
(315) 684-6461
www.morrisville.edu/business_office/
purchasing.aspx
NEW PALTZ
(845) 257-3190
www.newpaltz.edu/purchasing
OLD WESTBURY
(516) 876-3193
www.oldwestbury.edu/administrative/
compliance.cfm
POTSDAM
(315)267-2139
www.potsdam.edu/offices/purchasing
PURCHASE
914) 251-6070
www.purchase.edu
STONY BROOK UNIVERSTY
(631) 632-6010
www.stonybrook.edu/procurement
SUNYIT
(315) 792-7342
www.sunyit.edu/business_affairs/
purchasing.inc
SYSTEM ADMINISTRATION
(518) 320-1349
UPSTATE MEDICAL
(315) 464-5720
www.upstate.edu/finance/
purchasing.php
November 20 - 26, 2014
Minority Commerce Weekly
11
SUNY Contracting and Procurement Opportunities In This Issue
(SUNY) UNIVERSITY AT ALBANY
NURSE LEADERSHIP DEVELOPMENT COURSE...........................................................................................................................................................................12
SUNY CORTLAND
CABLE TV SERVICES - SUNY CORTLAND.......................................................................................................................................................................................12
HIGH DEFINITION GOLF SIMULATOR..............................................................................................................................................................................................12
SUNY DELHI
CENTRAL STEAM PLANT, UPGRADE BOILER PLANT AUTOMATION...............................................................................................................................................12
SUNY DOWNSTATE MEDICAL CENTER
ROCHE COBAS 4800 INSTRUMENT AND RELATED PRODUCTS.....................................................................................................................................................13
SUNY ENVIRONMENTAL SCIENCE & FORESTRY
CALIBRATED DENSITOMETER.........................................................................................................................................................................................................14
LAB EQUIP - DIGITAL PCR SYSTEM & GEL IMAGING SYSTEM FOR NUCLEIC ACIDS, PROTEINS.................................................................................................14
MOLECULAR IMAGER.....................................................................................................................................................................................................................14
PHARMACEUTICAL ANALYSIS SYSTEM.........................................................................................................................................................................................15
SUNY NEW PALTZ
SERVICE BUILDING RENOVATION.................................................................................................................................................................................................15
SITE RENOVATION PHRASE II - MOHONK WEST.............................................................................................................................................................................16
WOOSTER CAFÉ BUILD-OUT...........................................................................................................................................................................................................17
SUNY PLATTSBURGH
HUDSON HALL LABORATORY VENTILATION SAVINGS PROJECT..................................................................................................................................................18
SUNY STONY BROOK WEST CAMPUS
RFP - ENTERPRISE CLASS UNIVERSITY HOUSING SYSTEM.......................................................................................................................................................18
UPGRADING MAGNETOM TRIO 3T MRI SYSTEM............................................................................................................................................................................19
SUNY SYSTEM ADMINISTRATION
STRATEGIC ENROLLMENT MANAGEMENT FOR OPEN SUNY.......................................................................................................................................................19
SUNY UPSTATE MEDICAL UNIVERSITY
ADVERTISING DURING LOCAL HOCKEY EVENTS..........................................................................................................................................................................19
ROC RENOVATIONS........................................................................................................................................................................................................................20
SECURITY SERVICES.....................................................................................................................................................................................................................20
12
Minority Commerce Weekly
November 20 - 26, 2014
Secondary contact: State University of New York (SUNY)
(SUNY) University at Albany
SUNY Cortland
Purchasing
Nurse Leadership Development Course
Melissa Fox
The Research Foundation of SUNY on behalf of SUNY at Albany (RF/
Purchasing Assistant
University at Albany) is requstion proposals for the development and deliv1 Gerhart Drive
ery of the Nurse Leadership Development Course for New York State EmP.O. Box 2000
ployees. To obtain a copy of this RFP, please email your request to this
Cortland, NY 13045
procurment's designated contact; Michael McLean at [email protected]
United States
(or fax 518/437-4571) and include your company's name, address, phone/fax
Ph:
607-753-5454
# along with contact person's name and email address.
[email protected]
Minority and women owned business are encourages to respond.
Submit to contact: State University of New York (SUNY)
Minority Owned Sub-Contracting Goal: 8%
SUNY Cortland
Women Owned Sub-Contracting Goal: 10%
Purchasing
Due date: 12/15/2014 2:30 PM
Samuel Colombo
Contract term: 1/1/15 - 6/30/15
Purchasing Manager
County(ies): All NYS counties
1 Gerhart Drive
Location: Hudson Valley/Weschester and Western Region/Rochester
P.O. Box 2000
* These goods or services have been purchased from an out-of-state/foreign
Cortland, NY 13045
vendor within the past three years.
United States
Primary contact: State University of New York (SUNY)
Ph:
607-753-2305
University at Albany
[email protected]
Institutional Services
Michael McLean
SUNY Cortland
Purchasing Associate
High
Definition
Golf Simulator
1400 Washington Ave.
SUNY Cortland is looking to purchase a High Definition Golf Simulator (10'
MSC Room 302
T x 13'1"W x 19'L) for our new Student Life Center. Interested parties
Albany, NY 12222
should contact Melissa Fox via email for further details.
United States
Minority Owned Sub-Contracting Goal: 0%
Ph:
(518)-437-4579
Women Owned Sub-Contracting Goal: 0%
[email protected]
Disadvantaged Owned Sub-Contracting Goal: 0%
Submit to contact: State University of New York (SUNY)
Due date: 12/08/2014 3:00 PM
University at Albany
Contract term: 2014
Institutional Services
County(ies): All NYS counties
Michael McLean
Location: SUNY Cortland
Purchasing Associate
Primary contact: State University of New York (SUNY)
1400 Washington Ave.
SUNY Cortland
MSC Room 302
Purchasing
Albany, NY 12222
Melissa Fox
United States
Purchasing Assistant
Ph:
(518)-437-4579
1 Gerhart Drive
[email protected]
P.O. Box 2000
Cortland, NY 13045
SUNY Cortland
United States
Cable TV Services - SUNY Cortland
Ph:
607-753-5454
SUNY Cortland plans to extend their current contract (C100499) with Time
[email protected]
Warner Cable from October 1, 2014 – December 31, 2014. The contract Submit to contact: State University of New York (SUNY)
provides a custom cable TV lineup and associated services to SUNY Cortland
SUNY Cortland
residence halls. This is not a bid opportunity. Any questions or comments
Purchasing
regarding this notice of procurement should be directed to the contact perMelissa Fox
sons listed for this advertisement.
Purchasing Assistant
Due date: 12/09/2014
1 Gerhart Drive
Contract term: Contract Extension through 12-31-14
P.O. Box 2000
County(ies): Cortland
Cortland, NY 13045
Location: SUNY Cortland
United States
Primary contact: State University of New York (SUNY)
Ph:
607-753-5454
SUNY Cortland
[email protected]
Purchasing
Samuel Colombo
SUNY Delhi
Purchasing Manager
Central Steam Plant, Upgrade Boiler Plant Automation
1 Gerhart Drive
State University of New York at Delhi will receive sealed Proposals for
P.O. Box 2000
Project No. 25305, Titled “Central Steam Plant, Upgrade Boiler Plant AutoCortland, NY 13045
mation” until 3 P.M. Local Time on December 17, 2014, at Wall Service
United States
Complex Building 32, Conference Room No. 135 when they will be opened
Ph:
607-753-2305
publicly and read. Proposals may be hand delivered or mailed to the above
[email protected]
location and must be received at such time. All work on this Contract is to be
Minority Commerce Weekly
November 20 - 26, 2014
13
completed by July 31, 2015.
Primary contact: State University of New York (SUNY)
Bidding and Contract Documents may be examined free of charge at the
SUNY Delhi
following locations:
Facilities
Schuyler Engineering
Steve Smith
163 North Wellwood Avenue
Capital Contracts Administrator
Lindenhurst, NY11757
137 Wall Service Complex
Suzanne Anchor (631) 956-3096
Delhi, NY 13753
SUNY Delhi
United States
454 Delhi Drive
Ph:
(607)746-4027
Delhi, New York 13753
[email protected]
Wall Service Complex
Submit to contact: State University of New York (SUNY)
Morgan McKee (607) 746-4012
SUNY Delhi
Reed Construction Data (subscribers only): Documents may be viewed
Facilities
electronically at the subscriber website for Reed Construction Data:
Steve Smith
www.reedconstructiondata.com.
Capital Contracts Administrator
Address: 30 Technology Pkwy South – Suite 500, Norcross GA 30092
137 Wall Service Complex
Phone: 800 774 9097 Fax: 800 294 0504
Delhi, NY 13753
Dodge Reports
Visit www.dodge.construction.com
United States
Southern Tier Bldrs Assoc. Inc. 65 East Main Street, Falconer, NY 14733- Ph:
(607)746-4027
1397
[email protected]
Syracuse Builders Exchange 6563 Ridings Road, Syracuse, NY 13206
SUNY Downstate Medical Center
Minority Contractors Assoc. of Central NY
Email: [email protected]
Roche Cobas 4800 Instrument and Related Products
2610 South Salina Street, Suite 7, Syracuse, NY 13205.
SUNY-Downstate Medical Center intends to purchase Roche Cobas 4800
MohawkValley Bldrs Exchange
728 Court Street, Utica, NY 13502
Instrument and Related Products manufactured by Roche Diagnostics, purAssociated Bldg Contractors of the Triple Cities, Inc. 15 Belden Street,
suant to state laws which authorize SOLE source purchases without a formal
Binghamton NY 13903-2159
competitive process in certain circumstances. A vendor who believes that
Eastern Contractors Association
6 Airline Drive, Albany, NY 12205
they can provide this product or an equivalent is inited to contact the
Albany Ctr for Economic Success #101, 255 Orange Street, Albany, NY
Purchasing Agent listed below. If an equivalent is offered, equivalency must
12210
be demonstrated by being compatible with existing product. If offering an
Complete and partial sets of Bidding and Contract Documents must be obequivalent, the vendor must provide free supporting documentation and
tained from the Consultant. Section 143 of State Finance Law requires payproduct for examination, demonstration, and trial.
ment of a deposit to receive these documents. Accordingly, a deposit check
This procurement is subject to NYS Finance Law §139 j&k, AKA the Lobmade payable to Schuyler Engineering is required for one of the following:
bying Law. Therefore, vendors are cautioned that the only permissible con1. For a fee of $10, interested firms may request and receive an electronic
tact for this procurement is the individual listed below. Contacting any other
download of the bidding and contract documents. At the bidder’s expense,
individuals in connection with this advertisement may constitute a violation
purchase a printed copy or copies of the bid set.
of New York State Finance Law. Failure to comply with this requirement can
2. For a fee of $25, interested firms may request and receive a CD with
range from no contract award to debarment from sales to any NYS Agency.
electronic copies of the bidding and contract documents. At the bidder’s
Successful contractor shall be required to complete and submit documents
expense, purchase a printed copy or copies of the bid set.
related to Vendor Responsibility, NYS Finance Law 139, NYS Tax Law and
3. For a fee of $49, interested firms may request and receive a printed copy
valid/current NYS Workman's Compensation and Disability Forms
of the complete set. An electronic download or a copy on CD will not be Reason for advertising exemption: Sole Source
provided.
Award recipient: Roche Diagnostics
Bids must be submitted in duplicate in accordance with the instructions Any questions or comments regarding this notice of sole-source, singlecontained in the Information for Bidders. A Bid Security will be required for source, or procurement otherwise exempt from advertising in the NYS Coneach bid in an amount not less than five (5) percent of the Total Bid. It is the tract Reporter should be directed to the contact person listed for the conpolicy of the State of New York and the State University of New York to tracting agency or public authority.
encourage minority and women-owned business enterprise participation in Ad end date: 11/24/2014
this project by contractors, subcontractors and suppliers, and all bidders are Contract term: 12/1/2014 - 11/30/19
expected to cooperate in implementing this policy.
County(ies): Kings
The State University of New York reserves the right to reject any or all bids. Location: 450 Clarkson Avenue, Brooklyn, NY 11203
Minority Owned Sub-Contracting Goal: 7%
Primary contact: State University of New York (SUNY)
Women Owned Sub-Contracting Goal: 13%
SUNY Downstate Medical Center
Due date: 12/17/2014 3:00 PM
Purchasing and Contracts Department
Contract term: Completion by July 31, 2015
Beatrice York
County(ies): All NYS counties
Purchase Associate
Location: 454 Delhi Drive, Delhi, NY 13753
450 Clarkson Avenue
Technical contact: State University of New York (SUNY)
Box 63
Schuyler Engineering
Brooklyn, NY 11203
Kevin Duffy
United States
P.E.
Ph:
(718) 270-1121
163 North Wellwood Ave
[email protected]
Lindenhurst, NY 13757
United States
Ph:
631-956-3096
[email protected]
14
Minority Commerce Weekly
November 20 - 26, 2014
designated Campus contact in this advertisement within 15 business days of
this Advertisement Notice.
SUNY Environmental Science & Forestry
Minority Owned Sub-Contracting Goal: 0%
Calibrated Densitometer
Women Owned Sub-Contracting Goal: 0%
SUNY ESF intends to make an award under our discretionary authority, Disadvantaged Owned Sub-Contracting Goal: 0%
pursuant to NYS Education Law §355(5)(b), for the above noted [commod- Due date: 12/09/2014
ity/product or service], which authorizes purchases without a formal Contract term: One time
competitive process in certain circumstances, including purchases from County(ies): Onondaga
NYS small businesses, from business certified pursuant to Article 15- Location: 1 Forestry Drive, Syracuse NY 13210
A of the NYS Executive Law and, if applicable, from businesses selling Primary contact: State University of New York (SUNY)
commodities or technology that are recycled or remanufactured. A sealed
SUNY Environmental Science & Forestry
bid will not be held. If you are interested in providing a proposal for the
Purchasing Department
above commodity, product or service, you must contact the appropriately
Lisa Campagna
designated Campus contact in this advertisement within 15 business days of
Purchasing Manager
this Advertisement Notice.
One Forestry Drive
Minority Owned Sub-Contracting Goal: 0%
Syracuse, NY 13210
Women Owned Sub-Contracting Goal: 0%
United States
Disadvantaged Owned Sub-Contracting Goal: 0%
Ph:
315-470-6687
Due date: 11/25/2014 1:00 PM
[email protected]
Contract term: One time
Secondary contact: State University of New York (SUNY)
County(ies): Onondaga
SUNY Environmental Science & Forestry
Location: 1 Forestry Drive, Syracuse NY 13210
Physical Plant
Primary contact: State University of New York (SUNY)
Brian Boothroyd
SUNY Environmental Science & Forestry
Facilities Program Coordinator
Purchasing Department
307 Stadium Place
Lisa Campagna
Syracuse, NY 13210
Purchasing Manager
United States
One Forestry Drive
Ph:
315-470-6814
Syracuse, NY 13210
Fax:
315-470-6957
United States
[email protected]
Ph:
315-470-6687
Submit to contact: State University of New York (SUNY)
[email protected]
SUNY Environmental Science & Forestry
Secondary contact: State University of New York (SUNY)
Purchasing Department
SUNY Environmental Science & Forestry
Lisa Campagna
Physical Plant
Purchasing Manager
Brian Boothroyd
One Forestry Drive
Facilities Program Coordinator
Syracuse, NY 13210
307 Stadium Place
United States
Syracuse, NY 13210
Ph:
315-470-6687
United States
[email protected]
Ph:
315-470-6814
Fax:
315-470-6957
SUNY Environmental Science & Forestry
[email protected]
Molecular Imager
Submit to contact: State University of New York (SUNY)
SUNY
ESF
intends
to
make
an award under our discretionary authority,
SUNY Environmental Science & Forestry
pursuant
to
NYS
Education
Law
§355(5)(b), for the above noted [commodPurchasing Department
ity/product or service], which authorizes purchases without a formal
Lisa Campagna
competitive process in certain circumstances, including purchases from
Purchasing Manager
NYS small businesses, from business certified pursuant to Article 15One Forestry Drive
A of the NYS Executive Law and, if applicable, from businesses selling
Syracuse, NY 13210
commodities or technology that are recycled or remanufactured. A sealed
United States
bid
will not be held. If you are interested in providing a proposal for the
Ph:
315-470-6687
above commodity, product or service, you must contact the appropriately
[email protected]
designated Campus contact in this advertisement within 15 business days of
this Advertisement Notice.
SUNY Environmental Science & Forestry
Minority Owned Sub-Contracting Goal: 0%
Lab Equip - Digital PCR System & Gel Imaging system Women Owned Sub-Contracting Goal: 0%
Disadvantaged Owned Sub-Contracting Goal: 0%
for Nucleic Acids, Proteins
SUNY ESF intends to make an award under our discretionary authority, Due date: 12/09/2014 1:00 PM
pursuant to NYS Education Law §355(5)(b), for the above noted [commod- Contract term: One time
ity/product or service], which authorizes purchases without a formal County(ies): Onondaga
competitive process in certain circumstances, including purchases from Location: 1 Forestry Drive, Syracuse NY 13210
NYS small businesses, from business certified pursuant to Article 15- Primary contact: State University of New York (SUNY)
SUNY Environmental Science & Forestry
A of the NYS Executive Law and, if applicable, from businesses selling
Purchasing Department
commodities or technology that are recycled or remanufactured. A sealed
Lisa Campagna
bid will not be held. If you are interested in providing a proposal for the
Purchasing Manager
above commodity, product or service, you must contact the appropriately
Minority Commerce Weekly
November 20 - 26, 2014
15
One Forestry Drive
Fax:
315-470-6957
Syracuse, NY 13210
[email protected]
United States
Submit to contact: State University of New York (SUNY)
Ph:
315-470-6687
SUNY Environmental Science & Forestry
[email protected]
Purchasing Department
Secondary contact: State University of New York (SUNY)
Lisa Campagna
SUNY Environmental Science & Forestry
Purchasing Manager
Physical Plant
One Forestry Drive
Brian Boothroyd
Syracuse, NY 13210
Facilities Program Coordinator
United States
307 Stadium Place
Ph:
315-470-6687
Syracuse, NY 13210
[email protected]
United States
Ph:
315-470-6814
SUNY New Paltz
Fax:
315-470-6957
Service Building Renovation
[email protected]
Summary of Work
Submit to contact: State University of New York (SUNY)
The Service Building Renovation at State University of New York at New
SUNY Environmental Science & Forestry
Paltz renovates the existing 20,000 square foot building to accommodate the
Purchasing Department
Design and Construction Offices, Health and Safety Offices, Operation and
Lisa Campagna
Maintenance Offices, existing workshops and auto repair garage, and the
Purchasing Manager
University Police Department.
One Forestry Drive
Most of the upper level of the building will receive a total renovation while
Syracuse, NY 13210
the renovations on the lower level will be smaller in scope. Approximately
United States
4,580 square feet of warehouse space will remain at the North end of the
Ph:
315-470-6687
building. The South end of the upper level will be become the University
[email protected]
Police Department. The remainder of upper level will be developed into new
office spaces for various departments. Shared meeting spaces, break room,
SUNY Environmental Science & Forestry
bathrooms and vending area are incorporated in the renovation design.
Pharmaceutical Analysis System
Lower level spaces such as Auto Repair Garage, and Maintenance Shops are
SUNY ESF intends to make an award under our discretionary authority, heavily used and will remain largely in place and unaltered by the renovation.
pursuant to NYS Education Law §355(5)(b), for the above noted [commod- Additional office space will be developed on the North end of the lower level.
ity/product or service], which authorizes purchases without a formal New accessible bathrooms will be incorporated into both levels of the buildcompetitive process in certain circumstances, including purchases from ing bringing the building into compliance with the Plumbing Code of New
NYS small businesses, from business certified pursuant to Article 15- York State.
A of the NYS Executive Law and, if applicable, from businesses selling An elevator has been incorporated into the core to the building to provide
commodities or technology that are recycled or remanufactured. A sealed accessible vertical circulation. A new stair in the Southern section of the
bid will not be held. If you are interested in providing a proposal for the building eliminates a dead end corridor condition and provides improved
above commodity, product or service, you must contact the appropriately connection between departments in the building.
designated Campus contact in this advertisement within 15 business days of Building mechanical, electrical, and plumbing systems will be largely rethis Advertisement Notice.
placed on the upper level and upgraded as necessary on the lower level. A
Minority Owned Sub-Contracting Goal: 0%
new fire alarm system and mass notification system will be incorporated into
Women Owned Sub-Contracting Goal: 0%
the building. A new sprinkler system will be added to improve life safety
Disadvantaged Owned Sub-Contracting Goal: 0%
aspects of the building.
Due date: 12/09/2014 2:30 PM
Phasing options have been developed to allow the building to remain operational while the construction renovations occur. The phasing options include
Contract term: One time
the relocation of campus fire alarm control panel currently located in the
County(ies): Onondaga
University Police Department. The phased renovations will allow all buildLocation: 1 Forestry Drive, Syracuse NY 13210
ing systems and utilities to be operational during construction.
Primary contact: State University of New York (SUNY)
Bidding and Contract Documents may be examined free of charge at:
SUNY Environmental Science & Forestry
SUNY New Paltz
Purchasing Department
Design & Construction
Lisa Campagna
Service Building
Purchasing Manager
One Forestry Drive
1 Hawk Drive
Syracuse, NY 13210
New Paltz, NY 12561-2443
United States
Point of Contact: Elissa E. Greene or Julie Majak
Ph:
315-470-6687
Complete and partial sets of Bidding and Contract Documents must be obtained from Elissa E. Greene, Contract Administrator, SUNY New Paltz,
[email protected]
Design & Construction Department, Service Building, 75 S. Manheim Blvd,
Secondary contact: State University of New York (SUNY)
New Paltz, NY, 12561-2443
SUNY Environmental Science & Forestry
Section 143 of State Finance Law requires payment of a deposit to receive
Physical Plant
these documents. Documents will be provided on a CD Disk. Accordingly,
Brian Boothroyd
a deposit check in the amount of $20.00, made payable to “SUNY New Paltz
Facilities Program Coordinator
IFR Account # 900867” is required. Deposits of $50.00 or less are non307 Stadium Place
refundable.
Syracuse, NY 13210
A mandatory site visit to the area where the work is to be performed has been
United States
deemed necessary to fully understand the parameters and constraints which
Ph:
315-470-6814
16
Minority Commerce Weekly
November 20 - 26, 2014
Asst. VP of Administration
affect the work and the preparation of the bid for the same. A Mandatory site
1 Hawk Drive
visit has been scheduled for November 25, 2014 at 10:30 AM at SUNY New
New Paltz, NY 12561-2443
Paltz, Design & Construction, Service Building, Conference Room, 75 S.
United States
Manheim Blvd , New Paltz, NY 12561. All potential bidders are advised that
845-257-3272
they must sign a Site Visit Form to verify that they have complied with this Ph:
[email protected]
requirement of the contract. Failure to fulfill this requirement will disqualify
your bid proposal. If attendance at the above is impossible, a vendor must Submit to contact: State University of New York (SUNY)
SUNY New Paltz
attend an alternate site visit within ten business days prior to bid opening
Purchasing Dept - HAB 307
(December 18, 2014) by contacting : Elissa E. Greene, Contract AdministraElissa Greene
tor, 845 257-3309, fax 845-257-2645, E-mail: [email protected] or Julie
Contract Administrator
Majak 845 257-3272 or email [email protected]. December 8, 2014 is
1 Hawk Drive
the last day to ask questions. Bids must be submitted in duplicate in accorNew Paltz, NY 12561-2443
dance with the instructions contained in the Information for Bidders. A Bid
United States
Security will be required for each bid in an amount not less than five (5)
(845) 257-3309
percent of the Total Bid. It is the policy of the State of New York and the Ph:
[email protected]
State University of New York to encourage minority and women-owned
business enterprise participation in this project by contractors, subcontracSUNY New Paltz
tors and suppliers, and all bidders are expected to cooperate in implementing
this policy.
Site Renovation Phrase II - Mohonk West
The State University of New York reserves the right to reject any or all bids.
Mohonk Walk West is a planned major pedestrian route through the north
In compliance with the Procurement Lobbying Act signed into law by Govside of the SUNY New Paltz Campus. The Mohonk Walk West project is a
ernor Pataki in August, 2005, and effective January 1, 2006, permissible
continuation of the Mohonk East Project, completed in 2012. Mohonk Walk
contact by an Offeror in relation to any specific procurement in excess of
currently begins at S Manheim Boulevard and terminates at the Jacobson
$15,000 should be made only with authorized personnel of SUNY New
Faculty Tower. The Mohonk West project will continue the walkway through
Paltz who are designated as the contact person(s), i.e. the designated Conto Fairview Avenue.
tacts. For this IFB, those contact person(s) shall be: Elissa E. Greene, ConThe base bid includes the demolition of an existing retaining wall at the end of
tract Administrator, 845 257-3309, fax 845-257-2645, E-mail:
Mohonk Walk and the construction of a series of runs of granite stairs [email protected]. Secondary contact shall be Julie Majak 845 257necting the top of the existing wall to the grade at Fairview Avenue. A portion
3272 or email [email protected]. The restricted period for this procureof these stairs are adjacent to a proposed retaining wall with guardrail while
ment is defined as: November 17, 2014 until final contract approval by
the rest are at grade. Construction of the run of stairs requires demolition of
SUNY New Paltz or the Office of the State Comptroller as may be required.
an existing driveway to an accessible parking lot at the rear of Jacobson
Contractor should arrive early so that you can purchase a parking ticket. All
Tower. This drive is to be demolished and replaced by a proposed driveway
visitors who park on the SUNY New Paltz campus must display a valid
south of the stairs.
Visitor Parking Permit on the vehicle's dashboard or hanging from the rear
There are several utilities crossing the site. An existing sanitary line must be
view mirror, Monday - Friday between 6:30 am - 6:30 pm. Visitor permits
rerouted and a manhole rebuilt to match the grades in the stairs. Several area
are $2.00 and can be obtained from the Welcome Center in the Haggerty
drains have been added to improve the site drainage. These tie into existing
Administration lobby and the Parking Office in HAB 35 Monday-Friday
storm lines. Site electrical and lighting are also affected.
8:30 am - 5 pm (summer hours: 8:00 am - 4:00 pm). Park & Pay machines are
Add alternate 1 is replacing the sidewalk and improving the grading of half of
located in the entrance of Rt. 32 Lot #28, West entrance located on Hawk
the block of Mohonk Avenue immediately adjacent to the project site.
drive, off Rt. 208 and Lot 5 adjacent to Parker Theater. A Visitor Permit is
Add alternate 2 is installation of a snow melting system beneath the sidevalid for the date of purchase only. (View our campus map.) Day passes
walks and stairs of both the Mohonk Walk and Mohonk Avenue. The mepurchased from the Park & Pay machines are date-stamped for 24 hours
from purchase time. They must be purchased each day if necessary, and chanical system will be located in a basement mechanical room in the Old
cannot be pre-brought. Visitor permits allow visitors to park in any lot on Main building immediately north of the project.
campus EXCEPT for resident student lots. Overnight visitor parking is Bidding and Contract Documents may be examined free of charge at:
SUNY New Paltz
allowed ONLY in Route 32 Lot (lot 28) or Wallkill Lot (lot 30).
Design & Construction
Minority Owned Sub-Contracting Goal: 14%
Service Building
Women Owned Sub-Contracting Goal: 9%
1 Hawk Drive
Due date: 12/18/2014 10:00 AM
New Paltz, NY 12561-2443
Mandatory Site Visit November 25, 2014 at 10:30 am
Point of Contact: Elissa E. Greene or Julie Majak
Contract term: Single Occurence
Complete and partial sets of Bidding and Contract Documents must be obCounty(ies): All NYS counties
tained from Elissa E. Greene, Contract Administrator, SUNY New Paltz,
Location: SUNY New Paltz
Design & Construction Department, Service Building, 1 HAWK DRIVE,
Primary contact: State University of New York (SUNY)
NEW PALTZ, NY, 12561-2443
SUNY New Paltz
Section 143 of State Finance Law requires payment of a deposit to receive
Purchasing Dept - HAB 307
these documents. Documents will be provided on a CD Disk. Accordingly,
Elissa Greene
Contract Administrator
a deposit check in the amount of $20.00, made payable to “SUNY New Paltz
1 Hawk Drive
IFR Account # 900867” is required. Deposits of $50.00 or less are nonNew Paltz, NY 12561-2443
refundable.
United States
A mandatory site visit to the area where the work is to be performed has been
Ph:
(845) 257-3309
deemed necessary to fully understand the parameters and constraints which
[email protected]
affect the work and the preparation of the bid for the same. A Mandatory site
Secondary contact: State University of New York (SUNY)
visit has been scheduled for November 26, 2014 at 10:30 AM at SUNY New
SUNY New Paltz
Paltz, Design & Construction, Service Building, Conference Room, 75 S.
Administration
Manheim Blvd , New Paltz, NY 12561. All potential bidders are advised that
Julietta Majak
they must sign a Site Visit Form to verify that they have complied with this
Minority Commerce Weekly
November 20 - 26, 2014
17
requirement of the contract. Failure to fulfill this requirement will disqualify Ph:
845-257-3272
your bid proposal. If attendance at the above is impossible, a vendor must
[email protected]
attend an alternate site visit within ten business days prior to bid opening Submit to contact: State University of New York (SUNY)
(December 19, 2014) by contacting : Elissa E. Greene, Contract AdministraSUNY New Paltz
tor, 845 257-3309, fax 845-257-2645, E-mail: [email protected] or Julie
Purchasing Dept - HAB 307
Majak 845 257-3272 or email [email protected]. December 9, 2014 is
Elissa Greene
the last day to ask questions. Bids must be submitted in duplicate in accorContract Administrator
dance with the instructions contained in the Information for Bidders. A Bid
1 Hawk Drive
Security will be required for each bid in an amount not less than five (5)
New Paltz, NY 12561-2443
percent of the Total Bid. It is the policy of the State of New York and the
United States
State University of New York to encourage minority and women-owned Ph:
(845) 257-3309
business enterprise participation in this project by contractors, [email protected]
tors and suppliers, and all bidders are expected to cooperate in implementing
this policy.
SUNY New Paltz
The State University of New York reserves the right to reject any or all bids.
Wooster Café Build-Out
In compliance with the Procurement Lobbying Act signed into law by GovSummary of Work
ernor Pataki in August, 2005, and effective January 1, 2006, permissible
Work in this contract includes construction build-out of an approximately
contact by an Offeror in relation to any specific procurement in excess of
6,000 sf first floor space in the SUNY New Paltz Wooster Building as a food
$15,000 should be made only with authorized personnel of SUNY New
service dining facility. New work includes, but is not limited to: new walls,
Paltz who are designated as the contact person(s), i.e. the designated Conceilings, floors, openings, millwork, exterior condenser enclosure, mechanitacts. For this IFB, those contact person(s) shall be: Elissa E. Greene, Concal, electrical and plumbing systems.
tract Administrator, 845 257-3309, fax 845-257-2645, E-mail:
Food service equipment will be furnished by others unless noted otherwise
[email protected]. Secondary contact shall be Julie Majak 845 257in the construction documents. Furniture will be furnished by others.
3272 or email [email protected]. The restricted period for this procureAll work shall be in accordance with the construction document drawings
ment is defined as: November 19, 2014 until final contract approval by
and specification
SUNY New Paltz or the Office of the State Comptroller as may be required.
Bidding and Contract Documents may be examined free of charge at:
Contractor should arrive early so that you can purchase a parking ticket. All
SUNY New Paltz
visitors who park on the SUNY New Paltz campus must display a valid
Design & Construction
Visitor Parking Permit on the vehicle's dashboard or hanging from the rear
Service Building
view mirror, Monday - Friday between 6:30 am - 6:30 pm. Visitor permits
1 Hawk Drive
are $2.00 and can be obtained from the Welcome Center in the Haggerty
New Paltz, NY 12561-2443
Administration lobby and the Parking Office in HAB 35 Monday-Friday
Point of Contact: Elissa E. Greene or Julie Majak
8:30 am - 5 pm (summer hours: 8:00 am - 4:00 pm). Park & Pay machines are
Complete and partial sets of Bidding and Contract Documents must be oblocated in the entrance of Rt. 32 Lot #28, West entrance located on Hawk
tained from Elissa E. Greene, Contract Administrator, SUNY New Paltz,
drive, off Rt. 208 and Lot 5 adjacent to Parker Theater. A Visitor Permit is
Design & Construction Department, Service Building, 75 S. Manheim Blvd,
valid for the date of purchase only. (View our campus map.) Day passes
New Paltz, NY, 12561-2443
purchased from the Park & Pay machines are date-stamped for 24 hours
Section 143 of State Finance Law requires payment of a deposit to receive
from purchase time. They must be purchased each day if necessary, and
these documents. Documents will be provided on a CD Disk. Accordingly,
cannot be pre-brought. Visitor permits allow visitors to park in any lot on
a deposit check in the amount of $20.00, made payable to “SUNY New Paltz
campus EXCEPT for resident student lots. Overnight visitor parking is
IFR Account # 900867” is required. Deposits of $50.00 or less are nonallowed ONLY in Route 32 Lot (lot 28) or Wallkill Lot (lot 30).
refundable.
Minority Owned Sub-Contracting Goal: 14%
A mandatory site visit to the area where the work is to be performed has been
Women Owned Sub-Contracting Goal: 9%
deemed necessary to fully understand the parameters and constraints which
Due date: 12/19/2014 2:00 PM
affect the work and the preparation of the bid for the same. A Mandatory site
Mandatory Site Visit 11/26/2014 10:30 am
visit has been scheduled for November 24, 2014 at 10:30 AM at SUNY New
Contract term: Single Occurence
Paltz, Design & Construction, Service Building, Conference Room, 75 S.
County(ies): All NYS counties
Manheim Blvd , New Paltz, NY 12561. All potential bidders are advised that
Location: SUNY New Paltz
they must sign a Site Visit Form to verify that they have complied with this
Primary contact: State University of New York (SUNY)
requirement of the contract. Failure to fulfill this requirement will disqualify
SUNY New Paltz
your bid proposal. If attendance at the above is impossible, a vendor must
Purchasing Dept - HAB 307
attend an alternate site visit within ten business days prior to bid opening
Elissa Greene
(Alternate Site Visit December 2, 2014) by contacting : Elissa E. Greene,
Contract Administrator
Contract Administrator, 845 257-3309, fax 845-257-2645, E-mail:
1 Hawk Drive
[email protected] or Julie Majak 845 257-3272 or email
New Paltz, NY 12561-2443
[email protected] to let them know that you will be attending the alterUnited States
nate site visit. December 5, 2014 is the last day to ask questions. Bids must
Ph:
(845) 257-3309
be submitted in duplicate in accordance with the instructions contained in the
[email protected]
Information for Bidders. A Bid Security will be required for each bid in an
Secondary contact: State University of New York (SUNY)
amount not less than five (5) percent of the Total Bid. It is the policy of the
SUNY New Paltz
State of New York and the State University of New York to encourage
Administration
minority and women-owned business enterprise participation in this project
Julietta Majak
by contractors, subcontractors and suppliers, and all bidders are expected to
Asst. VP of Administration
cooperate in implementing this policy.
1 Hawk Drive
The State University of New York reserves the right to reject any or all bids.
New Paltz, NY 12561-2443
In compliance with the Procurement Lobbying Act signed into law by GovUnited States
ernor Pataki in August, 2005, and effective January 1, 2006, permissible
18
Minority Commerce Weekly
November 20 - 26, 2014
contact by an Offeror in relation to any specific procurement in excess of The project includes design, furnish and installation of an air quality moni$15,000 should be made only with authorized personnel of SUNY New toring system for general exhaust at Hudson Hall main building. The estiPaltz who are designated as the contact person(s), i.e. the designated Con- mated construction cost is $100,000.00.
tacts. For this IFB, those contact person(s) shall be: Elissa E. Greene, Con- A mandatory pre bid meeting is scheduled for December 3, 2014 at 10:00 at
tract Administrator, 845 257-3309, fax 845-257-2645, E-mail: SUNY Plattsburgh Hudson Hall Lobby, 31 Beekman Street, Plattsburgh, NY
[email protected]. Secondary contact shall be Julie Majak 845 257- 12901.
3272 or email [email protected]. The restricted period for this procure- Contractors interested in receiving paper bid documents must send a non
ment is defined as: November 18, 2014 until final contract approval by refundable deposit check payable to SUNY Plattsburgh in the amount of
SUNY New Paltz or the Office of the State Comptroller as may be required. $40.00 to the Purchasing Office, 101 Broad Street, Plattsburgh, NY 12901.
Contractor should arrive early so that you can purchase a parking ticket. All Electronic copies of the bid documents are available at no cost from the New
visitors who park on the SUNY New Paltz campus must display a valid York State Contract Reporter.
Visitor Parking Permit on the vehicle's dashboard or hanging from the rear Minority Owned Sub-Contracting Goal: 13%
view mirror, Monday - Friday between 6:30 am - 6:30 pm. Visitor permits Women Owned Sub-Contracting Goal: 7%
are $2.00 and can be obtained from the Welcome Center in the Haggerty Due date: 12/12/2014 3:00 PM
Administration lobby and the Parking Office in HAB 35 Monday-Friday Contract term: 30 Days
8:30 am - 5 pm (summer hours: 8:00 am - 4:00 pm). Park & Pay machines are County(ies): Clinton
located in the entrance of Rt. 32 Lot #28, West entrance located on Hawk Location: 31 Beekman Street, Plattsburgh, NY 12901
drive, off Rt. 208 and Lot 5 adjacent to Parker Theater. A Visitor Permit is Primary contact: State University of New York (SUNY)
SUNY Plattsburgh
valid for the date of purchase only. (View our campus map.) Day passes
Purchasing Office
purchased from the Park & Pay machines are date-stamped for 24 hours
Joseph Tesoriere
from purchase time. They must be purchased each day if necessary, and
Director of Purchasing
cannot be pre-brought. Visitor permits allow visitors to park in any lot on
101 Broad Street
campus EXCEPT for resident student lots. Overnight visitor parking is
Plattsburgh, NY 12901-2681
allowed ONLY in Route 32 Lot (lot 28) or Wallkill Lot (lot 30).
United States
Minority Owned Sub-Contracting Goal: 14%
Ph:
518-564-4604
Women Owned Sub-Contracting Goal: 9%
[email protected]
Due date: 12/17/2014 2:00 PM
Submit to contact: State University of New York (SUNY)
Mandatory Site Visit 11/24/2014 at 10:30 am
SUNY Plattsburgh
Contract term: Single Occurence
Purchasing Office
County(ies): All NYS counties
Joseph Tesoriere
Location: SUNY New Paltz Campus
Director of Purchasing
Primary contact: State University of New York (SUNY)
101 Broad Street
SUNY New Paltz
Plattsburgh, NY 12901-2681
Purchasing Dept - HAB 307
United States
Elissa Greene
Ph:
518-564-4604
Contract Administrator
[email protected]
1 Hawk Drive
New Paltz, NY 12561-2443
United States
SUNY Stony Brook West Campus
Ph:
(845) 257-3309
RFP - Enterprise Class University Housing System
[email protected]
SUNY at Stony Brook is looking for a contractor to provide the housing
Secondary contact: State University of New York (SUNY)
software system to be used to manage 10,000 student-residents. The housSUNY New Paltz
ing system will need to integrate with the existing IT infrastructure. The
Administration
system solution is required to store its data on the University database and
Julietta Majak
interface with current PeopleSoft student information system. The software
Asst. VP of Administration
is to be provided as a single cohesive application that has all the functions
1 Hawk Drive
build into a single system. It will need to maintain the present business
New Paltz, NY 12561-2443
processes and include keeping track of housing students, provide online
United States
roommate and room selection via self-service portal, online wait-list, online
Ph:
845-257-3272
contracts and plans, deliver acute reporting, send messages, manage [email protected]
ences. The new system will require to support of the mobile devices such as
Submit to contact: State University of New York (SUNY)
smart phones for all functions related to the resident web interface/portal. In
SUNY New Paltz
addition a contractor is to provide the technical support via phone, email and
Purchasing Dept - HAB 307
remote tools and any necessary multiple training option availability. Further
Elissa Greene
information and specific requirements can be found by obtaining a copy of
Contract Administrator
the bid specifications.
1 Hawk Drive
Minority Owned Sub-Contracting Goal: 14%
New Paltz, NY 12561-2443
Women Owned Sub-Contracting Goal: 7%
United States
Due date: 12/11/2014 5:00 PM
Ph:
(845) 257-3309
Contract term: 3 years
[email protected]
County(ies): All NYS counties
Location: 100 Nicolls Road Stony Brook, NY 11794
SUNY Plattsburgh
Primary contact: State University of New York (SUNY)
Hudson Hall Laboratory Ventilation Savings Project
SUNY Stony Brook West Campus
Procurement Department
The State University of New York at Plattsburgh is soliciting proposals for
Jonathan Rios
Hudson Hall Laboratory Ventilation Savings Project Number. 412760.
Minority Commerce Weekly
November 20 - 26, 2014
19
Bid Coordinator
Office of Business Operations & Procurement, S112
Research & Development Park
Jordan Lohre
Flowerfield 17
Senior Contract Manager
St. James, NY 11780
State University Plaza
United States
Albany, NY 12246
Ph:
(631) 632-6010
United States
[email protected]
Ph:
518-320-1341
Submit to contact: State University of New York (SUNY)
[email protected]
SUNY Stony Brook West Campus
Secondary contact: State University of New York (SUNY)
Procurement Department
SUNY System Administration
Jonathan Rios
Office of Business Operations & Procurement
Bid Coordinator
Kathleen Rowe
Research & Development Park
Administrative Assistant
Flowerfield 17
State University Plaza
St. James, NY 11780
Albany, NY 12246
United States
United States
Ph:
(631) 632-6010
Ph:
(518) 320-1341
[email protected]
[email protected]
Submit to contact: State University of New York (SUNY)
SUNY Stony Brook West Campus
SUNY System Administration
Office of Business Operations & Procurement, S112
Upgrading Magnetom Trio 3T MRI System
Jordan Lohre
SUNY@STONY BROOK is upgrading a Magnetom Trio 3T MRI System
Senior Contract Manager
with a one year warranty and an additional one year service agreement.
State University Plaza
Reason for advertising exemption: Exempt from Advertising per Economic
Albany, NY 12246
Dev. Law
United States
Award recipient: Siemens
Ph:
518-320-1341
Any questions or comments regarding this notice of sole-source, [email protected]
source, or procurement otherwise exempt from advertising in the NYS Contract Reporter should be directed to the contact person listed for the conSUNY Upstate Medical University
tracting agency or public authority.
Ad end date: 11/26/2014
Advertising during local hockey events
Contract term: One time purchase
SUNY Upstate Medical University intends to make an award under our
County(ies): All NYS counties
discretionary authority for season-long advertising services at professional
Location: 100 Nicolls Road Stony Brook, NY 11794
hockey games located in Syracuse, NY, pursuant to NYS Education Law
Primary contact: State University of New York (SUNY)
355(5) (b), which authorizes purchases without a formal competitive proSUNY Stony Brook West Campus
cess in certain circumstances, including purchases from NYS small busiProcurement Department
nesses, from business certified pursuant to Article 15-A of the NYS ExecuJonathan Rios
tive Law and if applicable, from businesses selling commodities or technolBid Coordinator
ogy that are recycled or remanufactured. A sealed bid will not be held.
Research & Development Park
Effective 11/6/2006, in accordance with State Finance Law Section §139j&k,
Flowerfield 17
aka the Lobbying Law, all questions pertaining to this procurement shall be
St. James, NY 11780
made formally to the designated staff: the contact person for questions or bid
United States
clarifications and the contact person to whom you submit the bid. Contact
Ph:
(631) 632-6010
made to other staff regarding this procurement may disqualify the firm and
[email protected]
affect future procurements with government entities in the State of New
York. Please refer to the OGS website at http://www.ogs.ny.gov/aboutOgs/
SUNY System Administration
regulations/defaultSFL_139j-k.asp for more information on this law.
If you have questions for the above service, you must contact the appropriStrategic Enrollment Management for Open SUNY
The State University of New York (SUNY) wishes to procure the services of ately designated campus contact in this advertisement within fifteen (15)
a consultant to assist in planning, facilitation, change management and sup- days of this Advertisement Notice.
port for Open SUNY, the University’s new online learning initiative. SUNY Due date: 12/11/2014
will make this award under its discretionary authority, pursuant to NYS Contract term: One (1) year
Education Law §355(5) (b). There is no RFP or IFB. A sealed bid opening County(ies): Onondaga
Location: Syracuse, NY
will not be held. Inquiries are to be made by email only to
Primary contact: State University of New York (SUNY)
[email protected] and/or [email protected]. SUNY will make
SUNY Upstate Medical University
no reimbursement for travel or travel-related expenses. The University reCampus Purchasing
serves the right to make no award.
Daniel Arnold
Minority Owned Sub-Contracting Goal: 20%
Purchase Associate
Women Owned Sub-Contracting Goal: 17%
750 East Adams Street
Due date: 12/11/2014 3:00 PM
Syracuse, NY 13210
Contract term: One Year
United States
County(ies): All NYS counties
Ph:
315-464-5720
Location: New York State
[email protected]
Primary contact: State University of New York (SUNY)
Submit to contact: State University of New York (SUNY)
SUNY System Administration
SUNY Upstate Medical University
20
Ph:
Campus Purchasing
Daniel Arnold
Purchase Associate
750 East Adams Street
Syracuse, NY 13210
United States
315-464-5720
[email protected]
Minority Commerce Weekly
Primary contact:
SUNY Upstate Medical University
ROC Renovations
The State University of New York Upstate Medical University will receive
sealed bids for Project No. 704.5 Titled ROC Renovations at the Office of
Campus Purchasing where such proposals will be publicly opened and read
aloud.
Scope of work is to include all necessary labor, material and equipment for
the partial renovation of Upstate Medical University Regional Oncology
Center. Work consists of select demolition, interior renovations and associated structural, mechanical, electrical, plumbing, fire protection and life safety
improvement. Limited modification to the existing roof and partial basement
will be required as part of the infrastructure upgrades. The first floor area
being renovated is approximately 12,000 sq ft.
A mandatory site visit is scheduled for Monday, December 1, 2014 @ 10:00
AM with all contractors assembled at Upstate Cancer Center, Conference
Room C1076, 750 East Adams Street, Syracuse, New York.. All potential
bidders are advised that they must sign a “Site Visit Form” to verify that they
have complied with this requirement of the contract. Failure to fulfill this
requirement will disqualify your bid proposal.
Bidding and Contract Documents may be examined free of charge at the
campus and at: SUNY Upstate Medical University, Office of Facility Design, 650 So. Salina Street, Syracuse, New York 13202 and Syracuse Blue
Print, 825 East Genesee Street, Syracuse, New York 13210
Sets of bidding documents will be printed and distributed beginning on November 19, 2014.
Complete sets of Contract Documents for bidding may ONLY be obtained
from: Syracuse Blue Print. Section 143 of the State Finance Law requires
payment of a deposit to receive these documents. Accordingly, a non-refundable deposit check in the amount of $49.00, made payable to SUNY Upstate
Medical University is required. Deposits less than $49.99 are non-refundable.
Effective 1/1/06, in accordance with State Finance Law Section 139-j, all
questions pertaining to the solicitation shall be made formally to the following Asst. Facilities Program Coordinator: Marius Dumitran, SUNY - Upstate Medical University, 750 East Adams Street, Syracuse, New York 13210,
Phone: (315) 464-3819 Fax: (315) 464-7376. Contact made to other staff
regarding this procurement may disqualify the firm and affect future procurements with government entities in the State of New York. Please refer to
the OGS’ (www.ogs.state.ny.us/aboutogs/regulations/
defaultAdvisoryCouncil.html) for more information on this law.
Bids must be submitted in triplicate in accordance with the instructions
contained in the Information for Bidders. Security will be required for each
bid in an amount not less than five (5) percent of the Total Bid.
It is the policy of the State of New York and the State University of New
York to encourage minority business enterprise participation in this project
by contractors, subcontractors and suppliers, and all bidders are expected to
cooperate in implementing this policy. State University of New York also
has a goal for the Work Force participation: EEO 10% WBE and EEO 10%
MBE of total work force on the project.
The State University of New York reserves the right to reject any or all bids.
Minority Owned Sub-Contracting Goal: 13%
Women Owned Sub-Contracting Goal: 10%
Disadvantaged Owned Sub-Contracting Goal: 0%
Due date: 12/18/2014 2:00 PM
Contract term: 130 days
County(ies): Onondaga
Location: Regional Oncology Center, 750 East Adams Street, Syracuse, New York
November 20 - 26, 2014
State University of New York (SUNY)
SUNY Upstate Medical University
Facility Design Services
Marius Dumitran
Ast Facilities Program Coordinator
750 East Adams Street
Syracuse, NY 13210
United States
Ph:
315-464-3819
[email protected]
Submit to contact: State University of New York (SUNY)
SUNY Upstate Medical University
Campus Purchasing
Daniel Arnold
Purchase Associate
750 East Adams Street
Syracuse, NY 13210
United States
Ph:
315-464-5720
[email protected]
SUNY Upstate Medical University
Security Services
SUNY Upstate was granted an exemption by The Office of State Comptroller on October 21, 2014. SUNY Upstate intends to extend Contract C502698 for Security Services.
Consistent with Chapter 862 of the laws of 1990, the agency named below
requested an exemption from initially publishing this contract opportunity
in the procurement opportunities newsletter, i.e. the NYS Contract Reporter.
In accordance with Section 144(2)(e) of the Economic Development Law, the
Office of the State Comptroller has granted the exemption.
Reason for advertising exemption: Single Source
Award recipient: Secuirtas
Any questions or comments regarding this notice of sole-source, singlesource, or procurement otherwise exempt from advertising in the NYS Contract Reporter should be directed to the contact person listed for the contracting agency or public authority.
Ad end date: 11/21/2014
Contract term: 8/1/14 to 3/31/15
County(ies): Onondaga
Location: Syracuse, New York
Primary contact: State University of New York (SUNY)
SUNY Upstate Medical University
Contracts Office
David Watson
Contracts Administrator
750 East Adams Street
Suite 2050, SLC
Syracuse, NY 13210
United States
Ph:
315-464-4680
[email protected]
Minority Commerce Weekly
21
spective bidder to be identified as an official plan holder of record. DASNY
DORMITORY AUTHORITY - STATE OF NEW YORK (“DASNY”) takes no responsibility for the completeness of Contract Documents obtained from other sources. Contract Documents obtained from other sources
NOTICE TO BIDDERS
may not be accurate or may not contain addenda that may have been issued.
New York State Office of Mental Health
The plan holders list and a list of interested subcontractors and material
Bronx Psychiatric Center
suppliers may be viewed at DASNY’s website: http://www.dasny.org. For
Wellness Recovery Center, Ginsburg Building # 5 Phase II Bid Opportunities and other DASNY related news, follow us on Twitter
Rehabilitation
@NYS_DASNY and Facebook https://www.facebook.com/pages/DASNYCR 6
Dormitor-Authority-of-the-State-of-New-York/307274192739368.
Project Number 3129509999
For the convenience of prospective bidders, subcontractors and material
Sealed bids for the above work located at Bronx Psychiatric Center, 1500
suppliers, the Contract Documents will be displayed at the following locations:
Waters Place, Bronx, New York 10461 will be received by DASNY at its
Cprojects
McGraw-Hill/Xerox
office located at 515 Broadway, Albany, NY 12207. Each bid must be idenSuite 200
3315 Central Ave
tified, on the outside of the envelope, with the name and address of the bidder
30 Controls Drive
Hot Springs, AR 71901
and designated a bid for the project titled above. When a sealed bid is placed
Shelton, CT 06484
Attn: Kelly O’Connor
inside another delivery jacket, the bid delivery jacket must be clearly marked
Ph: (203) 925-0444
Ph: (518) 269-7735
on the outside “BID ENCLOSED” and “ATTENTION: CONSTRUCFax: (203) 925-9666
Fax: (518) 631-4923
TION CONTRACTS.” DASNY will not be responsible for receipt of bids
Email: [email protected]
Email: Kelly_Oconnor@mcgrawwhich do not comply with these instructions.
hill.com
A Project Labor Agreement (PLA) is in place signed by DASNY, the Building
Reed Construction Data
and Construction Trades Council of Greater New York and Vicinity and
ATTN: Production
Signatory affiliated Local Unions .The low bidder will be required to sign this
30 Technology Pkwy S. Suite 500
agreement. The PLA is included in the contract documents.
Norcross, GA 30092
Individuals submitting bids in person or by private delivery services should
Ph: (770) 209-3330
allow sufficient time for processing through building security to assure that
Contact: Sith Samnang
bids are received prior to the deadline for submitting bids. All individuals
Email: [email protected]
who plan to attend bid openings will be required to present governmentPaul T. Williams, Jr., President
issued picture identification to building security officials and obtain a visiNovember 20, 2014
tors pass prior to attending the bid opening.
Only those bids in the hands of DASNY, available to be read at 2:00 PM local
DORMITORY AUTHORITY - STATE OF NEW YORK (“DASNY”)
time on December 19, 2014 will be considered. Bids shall be publicly
NOTICE TO BIDDERS
opened and read aloud. Bid results can be viewed at DASNY’s website;
http://www.dasny.org.
Office for People with Developmental Disabilities
In accordance with State Finance Law § 139-j and § 139-k, this solicitation
Brooklyn DDSO Replace Fire Stair Landing & Basement Stairs
includes and imposes certain restrictions on communications between DASNY
CR 3
personnel and a prospective bidder during the procurement process. DesigProject Number 3216609999
nated staff for this solicitation is: Ms. Katarzyna Drogowski, Project Man- Sealed bids for the above work located at Brooklyn DDSO, 366 & 368
ager, DASNY Construction, 1508 Waters Place, Bronx, New York 10461, Parkside Avenue, Brooklyn, NY 11226 will be received by DASNY at its
(718) 824-3040 and DASNY at [email protected]. Contacts made to office located at 515 Broadway, Albany, NY 12207. Each bid must be idenother DASNY personnel regarding this procurement may disqualify the pro- tified, on the outside of the envelope, with the name and address of the bidder
spective bidder and affect future procurements with governmental entities in and designated a bid for the project titled above. When a sealed bid is placed
the State of New York. For more information pursuant to this law, refer to inside another delivery jacket, the bid delivery jacket must be clearly marked
DASNY’s website; http://www.dasny.org or the OGS website; http:// on the outside “BID ENCLOSED” and “ATTENTION: CONSTRUCwww.ogs.state.ny.us.
TION CONTRACTS.” DASNY will not be responsible for receipt of bids
A Pre-Bid Meeting will be held on Thursday, December 11, 2014, 10:00 which do not comply with these instructions.
AM DASNY Field Office Trailer, 1508 Waters Place, Bronx, New York The Dormitory Authority of the State of New York (the “Authority”) and
10461. Contact Jhony Gutierrez at (718) 824-3040. All prospective the Building and Construction Trades Council of Greater New York and
bidders are strongly encouraged to attend.
Vicinity (the “Council”) have entered into a Memorandum of Understanding
A Complete set of Contract Documents may be obtained from A complete (“MOU”) that requires the use of a Project Labor Agreement (“PLA”) on
set of Bid Documents may be obtained from Camelot Print and Copy applicable covered projects within the City of New York. While this Project
Center Bid Department, 100 Fuller Road, Albany, NY 12205.
is considered an “Excluded Project”, under the MOU and therefore the use of
To order a CD of the complete set of Bid Documents and be placed on the a PLA is optional on this Project, the successful prime contractor performing
bidder’s list, please make your non-refundable check in the amount of $15.00 work on this Project shall have the option to voluntarily execute the PLA.
payable to Camelot Print and Copy Center.
The purpose of section is to provide potential bidders of the Project with
Printed sets are available at the bidder’s expense from Camelot. Printed notice of this option, consistent with the provisions of the MOU. Execution
sets are non-refundable and non-returnable. Please call Camelot’s of the applicable PLA following the Information for Bidders is not a requireBid Department at (518) 435-9696 or e-mail them at http:// ment to perform work on this Project.
www.teamcamelot.com for more information
Individuals submitting bids in person or by private delivery services should
Please provide the following information along with your payment for allow sufficient time for processing through building security to assure that
bids are received prior to the deadline for submitting bids. All individuals
CD and printed sets:
Company Name, Company Address (street address preferable over PO who plan to attend bid openings will be required to present governmentBox), Company Contact, Company Phone Number, Company Email issued picture identification to building security officials and obtain a visi(for communications including addenda notification), Company Fax tors pass prior to attending the bid opening.
Only those bids in the hands of DASNY, available to be read at 2:00 PM local
Number, FedEx or UPS shipping account number.
If you do not have a shipping account, please send an additional non- time on December 12, 2014 will be considered. Bids shall be publicly
refundable check for $20.00 payable to Camelot Print & Copy Center. opened and read aloud. Bid results can be viewed at DASNY’s website;
Only those Contract Documents obtained in this manner will enable a pro- http://www.dasny.org.
November 20 - 26, 2014
22
Minority Commerce Weekly
November 20 - 26, 2014
In accordance with State Finance Law § 139-j and § 139-k, this solicitation The Contractor shall complete all work necessary for substantial completion
includes and imposes certain restrictions on communications between DASNY for Phase A-French Hall by 16 October 2015 and shall complete all work
personnel and a prospective bidder during the procurement process. Desig- necessary for substantial completion for Phase B-Southworth Library by 14
nated staff for this solicitation is: Mr. Ramesh Sharma, Project Manager, August 2015.
DASNY Downstate Construction, 888 Fountain Avenue, Brooklyn, New The Fund’s project specific goals for this project are 10% MBE and 10% WBE.
York 11208 (718) 647-7147 and DASNY at [email protected]. Con- A pre-bid conference and project walk through will be held on 9 December
tacts made to other DASNY personnel regarding this procurement may dis- 2014 with all contractors assembled at the Lobby of French Hall (2nd floor/
qualify the prospective bidder and affect future procurements with govern- west side) at 11 AM.
mental entities in the State of New York. For more information pursuant to Bidding and Contract Documents may be examined free of charge at the
this law, refer to DASNY’s website; http://www.dasny.org or the OGS campus and at:
website; http://www.ogs.state.ny.us.
architecture+
297 River Street, Troy, NY 12180
A Pre-Bid Meeting will be held on Tuesday, November 25, 2104, 10:30 AM,
Contact: Melissa Goodwill
Phone: 518.272.4481
Brooklyn DDSO 366&368 Parkside Avenue, Brooklyn, NY 11226. Contact Mr. Ramesh Sharma (718)647-7147 . All prospective bidders are State University College
Michael McCormick
at Canton
Physical Plant
strongly encouraged to attend.
A complete set of Bid Documents may be obtained from Camelot Print &
Cooper Service Building
Copy Center Bid Department, 100 Fuller Road Albany, NY 12205. To view
SUNY Canton
the contract documents online, go to www.teamcamelot.com, click on “Log
34 Cornell Drive
into Plan well”. Once online click the blue “Go” link for “Public Plan Room”.
Canton, NY 13617
Click on DASNY project # 3216609999, CR#3 and begin viewing the project
Phone: (315) 386-7221
documents.
Reed Construction Data
(subscribers only) Visit:
To order a CD of the project and be placed on the bidders list, please make
www.reedconstructiondata.com
your non-refundable check payable to Camelot Print & Copy Center for Dodge Reports
Visit www.dodge.construction.com
$15.
iSqFt
Visit www.isqft.com
Printed sets are available at the bidder’s expense ($30.00) from Camelot. Bid Clerk
Please e-mail plans/specification files or a link
Printed sets are non-refundable. Please call Camelot’s Bid Department @
to your FTP site to [email protected]
(518) 435-9696 or email them at: [email protected] for more Syracuse Builders Exchange 6563 Ridings Road, Syracuse, NY 13206
information.
Minority Contractors
2610 South Salina Street,Suite 7,
Only those Contract Documents obtained in this manner will enable a pro- Association ofCentral NY Syracuse, NY 13205
spective bidder to be identified as an official plan holder of record. DASNY Northern NY Builders
22074 Fabco Road, Watertown, NY13601
takes no responsibility for the completeness of Contract Documents ob- Exchange
tained from other sources. Contract Documents obtained from other sources
Clarkson University, Old Snell Hall (Rm 239)
may not be accurate or may not contain addenda that may have been issued.
41 Elm Street, Potsdam NY 13676
The plan holders list and a list of interested subcontractors and material Mohawk Valley Builders Exchange
728 Court Street, Utica, NY 13502
suppliers may be viewed at DASNY’s website: http://www.dasny.org. For Eastern Contractors Association
6 Airline Drive, Albany, NY 12205
Bid Opportunities and other DASNY related news, follow us on Twitter Urban League of Rochester
265 N. Clinton Ave, Rochester NY
@NYS_DASNY and Facebook https://www.facebook.com/pages/DASNY- (Business Development Division)
14605
Dormitor-Authority-of-the-State-of-New-York/307274192739368.
Albany Center for Economic Success #101, 255 Orange Street, Albany, NY
For the convenience of prospective bidders, subcontractors and material
12210
suppliers, the Contract Documents will be displayed at the following locations: Black Chamber of Commerce of WNY 836 East Delavan Avenue Buffalo,
Cprojects
McGraw-Hill/Xerox
NY 14215 Phone: 716-995-0622
Suite 200
3315 Central Ave
Fax: 716-597-0263
Plans will be available on 24 November 2014, after 12:00pm from Avalon
30 Controls Drive
Hot Springs, AR 71901
Document Services. Bidders will be able to access the project online at
Shelton, CT 06484
Attn: Kelly O’Connor
www.avalonbuff-planroom.com. Click on “Public Jobs” in the main menu
Ph: (203) 925-0444
Ph: (518) 269-7735
and then choose “23207 Replace Windows and Rehab Entrances for Energy
Fax: (203) 925-9666
Fax: (518) 631-4923
Efficiency Various Buildings SUNY Canton.”
Email: [email protected]
Email: Kelly_Oconnor@mcgrawBidders who register as a planholder through the Printer may acquire the
hill.com
bidding and contract documents using the following options:
Reed Construction Data
1. For a payment of ten dollars ($10), interested firms may request and
ATTN: Production
receive an electronic download of the bidding and contract documents. At the
30 Technology Pkwy S. Suite 500
bidder’s expense, purchase a printed copy or copies of the bid set.
Norcross, GA 30092
2. For a payment of ten dollars ($10), interested firms may request and
Ph: (770) 209-3330
receive a free CD with electronic copies of the bidding and contract docuContact: Sith Samnang
ments. At the bidder’s expense, purchase a printed copy or copies of the bid set.
Email: [email protected]
3. For a payment of $49, interested firms may request and receive a printed
Paul T. Williams, Jr., President
copy of the complete set. An electronic download or copy on CD will not be
November 14, 2014
provided.
Bids must be submitted in duplicate in accordance with the instructions
STATE UNIVERSITY CONSTRUCTION FUND
contained in the Information for Bidders. Security will be required for each
NOTICE TO BIDDERS
bid in an amount not less than five (5) percent of the Total Bid.
The State University Construction Fund will receive sealed Proposals for It is the policy of the State of New York and the Fund to encourage minority/
Project No. 23207 Titled Replace Windows and Rehab Entrances for Energy women’s business enterprise participation in this project by contractors,
Efficiency Various Buildings at State University College of Technology at subcontractors and suppliers, and all bidders are expected to cooperate in
Canton until 2:00 p.m. Local Time on 6 January 2015 at the Fund’s Office at implementing this policy.
State Univ. Plaza, 353 Broadway, Albany, NY 12246, where such proposals The Fund reserves the right to reject any or all bids.
will be publicly opened and read aloud.
STATE UNIVERSITY CONSTRUCTION FUND
November 20 - 26, 2014
Minority Commerce Weekly
Office of General Services (OGS)
ADVERTISEMENT FOR BIDS – WICKS EXEMPT
PROJECT
Sealed bids for Project No. M3016-C, for Construction Work, Replace Roof,
Building 1, Queensboro Correctional Facility, 47-04 Van Dam Street, Long
Island City (Queens County), NY, will be received by the Office of General
Services (OGS), Design & Construction Group (D&C), Contract Administration, 35th Fl., Corning Tower, Empire State Plaza, Albany, NY 12242, on
behalf of the Department of Corrections and Community Supervision, until
2:00 p.m. on Wednesday, December 17, 2014, when they will be publicly
opened and read. Each bid must be prepared and submitted in accordance
with the Instructions to Bidders and must be accompanied by a certified
check, bank check, or bid bond in the amount of $50,300 for C.
Further, Wicks Exempt Projects require a completed BDC 59 be filled out
and submitted (included in a separate, sealed envelope) in accordance with
Document 002220, Supplemental Instructions to Bidders – Wicks Exempt.
Failure to submit this form correctly will result in a disqualification of the bid.
All successful bidders on a multiple trade project or the successful bidder
with a bid over $200,000 on a single trade project, will be required to furnish
a Performance Bond and a Labor and Material Bond in the statutory form of
public bonds required by Sections 136 and 137 of the State Finance Law,
each for 100% of the amount of the Contract estimated to be between
$1,000,000 and $2,000,000 for C. The requirement for Labor and Material
and Performance Bonds may be waived on a bid under $200,000 on a single
trade project.
Designated staff are Frank Peris and Carl Ruppert in the Bureau of Contract
Awards, telephone (518) 474-0203, fax (518) 473-7862 and John Lewyckyj,
Director of Contract Administration, telephone (518) 474-0201, fax (518)
486-1650.
As a condition of award, within 48 hours of receipt of the proposed Contract
Agreement from the State, the low bidder shall return the Contract Agreement to the State, properly executed, along with the Bonds if required by
said Agreement. Low bidders who cannot meet these provisions may be
subject to disqualification and forfeiture of the bid security.
The State intends to expedite award of this Contract and the Contractor shall
be prepared to proceed with the Work accordingly. Bidders are warned that
time is of the essence of the Contract and completion of the Work must be
within 220 days after the Agreement is approved by the Comptroller. Due to
the tightness of the construction schedule, bidders should consider the necessity for an increased work force and shift operations.
The only time prospective bidders will be allowed to visit the job site will be
at 10:00 a.m. on December 4, 2014 at Queensboro Correctional Facility,
Building 1, 47-04 Van Dam Street, Long Island City, NY.
Phone the office of Ida Colon, (631) 951-0248 Ext. 102 a minimum of 72
hours in advance of the date to provide the names of those who will attend
the pre-bid site visit.
The Bidding and Contract Documents for this Project are available on compact disc (CD) only, and may be obtained for an $8.00 deposit per set, plus
a $2.00 per set shipping and handling fee. Contractors and other interested
parties can order CD’s on-line through a secure web interface available 24
hours a day, 7 days a week. Please use the following link for ordering and
payment instructions:
http://www.ogs.ny.gov/bu/dc/esb/acquirebid.asp.
For questions about purchase of bid documents, please send an e-mail to
D&[email protected], or call toll free at 1-877-647-7526.
For additional information on this project, please use the link below and then
click on the project number:
h t t p s : / / o n l i n e . o g s . n y. g o v / d n c / c o n t r a c t o r C o n s u l t a n t / e s b /
ESBPlansAvailableIndex.asp.
John D. Lewyckyj, Contracting Officer
Director, Contract Administration
OGS - Design & Construction Group
23
The Central New York Regional Transportation Authority
Request for Bids
The Central New York Regional Transportation Authority (“CNYRTA” or
“Authority”) is requesting bids from professional organizations for the Renovation of the CNY Centro Operations Office Bathroom and Kitchen.
The CNYRTA has established a 4% M/WBE goal on this contract – 3% MBE
and 1% WBE.
Individuals or firms who desire to submit a Bid may request an “Invitation to
Bid Package” from Edward J. Moses, Jr., Manager of Grant Procurement and
Designated Contact in writing at fax number: 315-442-3369, mailing address:
Central New York Regional Transportation Authority, PO Box 820, Syracuse, New York 13205 or e-mail: [email protected].
A pre-bid meeting is scheduled for Tuesday, November 25, 2014 at 10:00
AM, at the CNY Centro, Inc., offices at 200 Cortland Ave., Syracuse, NY
13202 (public entrance on Tallman St.). RSVP is requested by Monday,
November 24, 2014 to Edward J. Moses, Jr., Manager of Grant Procurement
by fax @ 315-442-3369 or [email protected].
Bids must be received in the offices of the Central New York Regional Transportation Authority, attention Edward J. Moses, Jr., Manager of Grant Procurement no later than 2:00 PM Eastern Time on Monday, December 15,
2014, at which time bids will be opened publicly. Bids received after this
time and date will be returned, unopened.
This is a New York State Prevailing Wage Project. A 5% Bid Security will be
required. The successful contractor will be required to provide a 100%
performance bond and 50% payment bond.
Firms wishing to submit Bids do so entirely at their own risk. There is not
an express or implied obligation on the part of the CNYRTA to reimburse
responding firms for any expenses incurred in preparing and submitting Bids
in response to this request. The CNYRTA reserves the right to reject any and
all Bids for any reason.
Bids received within the confines of the due date will remain in effect sixty
(60) days from the due date.
All Bidders will be required to certify that they are not on the Comptroller
General’s List of Ineligible Contractors.
Each Bidder will be required to comply with all Equal Employment Opportunity Rules and Regulations.
The CNYRTA hereby notifies all Bidders that it will affirmatively insure that
in regard to any contract entered into pursuant to this advertisement, disadvantaged business enterprises (DBE) and minority/women owned business
enterprise (M/WBE) will be afforded full opportunity to submit bids to this
invitation and will not be discriminated against on the grounds of sex, race,
color, or national origin in consideration for an award.
The New York State Insurance Fund
Web Design/Content Management Services RFQ#2014-33
NYSIF is seeking proposals from qualified firms for Web Design and Content Management Services pursuant to its discretionary purchasing authority under State Finance Law §163(6). This procurement opportunity is limited to New York State small businesses, businesses certified pursuant to
Article 15-A of the New York State Executive Law, if applicable, businesses
selling commodities or technology that are recycled or remanufactured or
commodities that are food, including milk and milk products, grown, produced or harvested in New York State.
This project will consist of review and refresh approach of the existing
website (NYSIF.COM), rendering of recommendations, and implementation
of enhancements and upgrades. Proposals submitted in response to this
solicitation must comply with the requirements contained within the RFQ.
Interested parties may download the RFQ from NYSIF’s website:
www.nysif.com/procurement
NYSIF is committed to achieving its goal of increasing opportunities for
New York State Minority and Women’s Business Enterprises (M/WBE).
Any company that feels it may meet the state requirements for certification
but has not done so already is also encouraged to visit the NYS Empire State
Development website at http://www.esd.ny.gov/MWBE.html for more
information.
24
Minority Commerce Weekly
November 20 - 26, 2014
The New York State Insurance Fund
ECCO III Enterprises, Inc.
NYSIF 2014-23 – Diagnostic Examinations and Testing
Services
Soliciting MWBE Participation
The New York State Insurance Fund (NYSIF) is seeking Workers’ Compensation Board authorized medical providers to provide diagnostic examinations and testing services. These include Computerized Axial Tomography
(CAT), Electromyography (EMG), Nerve Conduction Studies (NCS), x-ray
examinations, Magnetic Resonance Imaging (MRI), and other radiological
examinations or tests. The RFP shall set forth clear and descriptive specifications and requirements that define the required services and promote fairness in contracting. The awarded firm must be certified and licensed to perform such work in accordance with all state and local laws and codes.
Please note: NYSIF is committed to achieving its goal of increasing opportunities for New York State Certified Minority and Women Business Enterprises (M/WBE). NYSIF has established a goal of at least 20% M/WBE
participation for this solicitation through the general and/or subcontractors.
Any company that feels it may meet the State’s requirements for M/WBE
certification, and has not already done so is encouraged to visit the NYS
Economic Development website at http://www.nylovesmwbe.ny.gov for more
information.
The RFP is posted on NYSIF’s website at: www.nysif.com/procurement.
All amendments, clarifications and/or announcements will be posted on the
website as they become available.
It is the responsibility of the Bidder to check the website for any amendments, clarifications or updates. All applicable amendment information must
be incorporated into the Bidder’s proposal. Failure to include this information in your proposal may result in the Bidder’s proposal being deemed nonresponsive.
Proposals from responsible bidders are due by 2:00 p.m. EST, on Thursday,
January 8, 2015. The calendar of events is detailed in the RFP.
ECCO III Enterprises, Inc. intends to bid on the NYC Dept of Environmental Protection Project BB-217 Installation of Eight Bar Screens at the Bowery Bay WWTP on November 25, 2014 and is hereby soliciting Minority &
Women Business Enterprises (MBE & WBE) firms for participation. If you
are interested in obtaining contract documents or providing a quote for this
project please contact Kathleen Sage at (914) 963-3600, extension 3017, or
by email at [email protected].
ECCO-Verde-Skanska, JV
Soliciting DBE Participation
ECCO-Verde-Skanska, JV intends to bid on the MTA/Metro North Railroad
Company Contract No. 39881: Design Build Power/C&S Infrastructure
Improvements CP-5 to CP-35, Bronx to Croton Harmon on the Hudson Line
on December 12, 2014 and hereby solicits Disadvantaged Business Enterprise (DBE) firms for participation. If you are interested in obtaining contract documents or if you are interested in providing a quote for this project
please contact Kathleen Sage at (914) 963-3600, extension 3017, or by email
at [email protected].
Invitation to Bid for DBE Firms
Tutor Perini Corporation, an EEO Employer, is currently soliciting cost
proposals from Qualified and Certified DBE subcontractors / vendors / service providers, for Contract HBK1023 – Replacement of Shore (Belt)
Parkway Bridge over Mill Basin Brooklyn, NY. Client: New York City
Department of Transportation (NYCDOT). Bid Date: November 13, 2014.
ALL QUOTATIONS ARE DUE BY COB FRIDAY, NOVEMBER 7, 2014.
For further information concerning Subcontracting and/or Purchasing opporECCO III Enterprises, Inc.
tunities and to register as a subcontractor / vendor please respond to
[email protected] or contact Jackie Cotto (914) 739-1908.
Soliciting MWBE Participation
ECCO III Enterprises, Inc. intends to bid on the Westchester County DPW Come and join our Team!
Project ITB 13-531 Tarrytown Pump Station Rehabilitation and Force Main
Replacement at the Tarrytown WWTP on December 17, 2014 and is hereby
soliciting Minority & Woman’s Business Enterprise (MBE & WBE) firms
Invitation to Bid for DBE Firms
for participation. If you are interested in providing a quote or receiving Tutor Perini Corporation, an EEO Employer, is currently soliciting cost
contract documents for this project please contact Kathleen Sage at (914) proposals from Qualified and Certified DBE subcontractors / vendors / ser963-3600, ext 3017, or email at [email protected].
vice providers, for Contract HBQ1203 – Rehabilitation of Roosevelt
ECCO III Enterprises, Inc.
Soliciting MWBE Participation
ECCO III Enterprises, Inc. intends to bid on the NYS Thruway Project
TANE 13-24B/D214321Substructure Rehabilitation and Superstructure
Replacement of North Avenue over I-95 in New Rochelle, New York on
December 3, 2014 and is hereby soliciting Minority & Woman’s Business
Enterprise (MBE & WBE) firms for participation. If you are interested
obtaining contract documents or in providing a quote for this project please
contact Kathleen Sage at (914) 963-3600, extension 3017, or by email at
[email protected].
ECCO III Enterprises, Inc.
Soliciting MWBE Participation
ECCO III Enterprises, Inc. intends to bid on the NYS Dept of Transportation Project D262699 Rehabilitation of Three Bridge in the Grand Central
Parkway/Long Island Expressway Interchange NYC on December 4, 2014
and hereby solicits Minority & Women’s Business Enterprise (MBE & WBE)
firms for participation. If you are interested in obtaining contract documents
or if you are interested in providing a quote for this project please contact
Kathleen Sage at (914) 963-3600, extension 3017, or by email at
[email protected].
Avenue Bridge over Van Wyck Expressway, Borough of Queens, NY. Client: New York City Department of Transportation (NYCDOT). Bid Date:
December 16, 2014. ALL QUOTATIONS ARE DUE BY COB FRIDAY,
DECEMBER 12, 2014. For further information concerning Subcontracting
and/or Purchasing opportunities and to register as a subcontractor / vendor
please respond to [email protected] or contact Jackie Cotto
(914) 739-1908. Come and join our Team!
Jett Industries, Inc.
Invitation to MWBE Firms
Jett Industries, Inc. invites all MWBE Firms who are certified by NYS
Empire State Development to submit proposals for the following project:
North River WWTP Demolition of Fuel Tanks New York County, Manhattan, NY Contract No:NR-43 Bid Date: December 3, 2014
Please contact: Selena LW Blake
E-Mail: [email protected]
Jett Industries Inc.
POB 219
Colliersville, New York 13747
Phone: (607) 433-2100
Fax: (607) 433-2430
An Equal Opportunity Employer
November 20 - 26, 2014
Minority Commerce Weekly
Kubricky Construction Corp
25
The New York Convention Center Operating Corporation
Invite Quotes From Qualified D/M/WBE’s
RFP 1944IM - Terrazzo Flooring Maintenance Services
Kubricky Construction Corp. is an equal opportunity employer; M/W/DBE’s
are encouraged to bid. We invite quotes from qualified D/M/WBE’s on the
following NYSDOT/Thruway or other projects. Plans are available from
NYSDOT/Thruway Regional Offices, the Architect, or may be examined at
our office at 269 Ballard Road, Wilton, NY 12831. Quotations should be
made by 5:00pm the day before the bid. Fax is 518-792-2458.
For questions, contact our project estimators at 518-792-5864.
NUMBER/COUNTY DESCRIPTION
BID DATE COMPLETION
TAS 14Removal and Construction of 12/17/14 11/18/16
18B/D214310
Interchange 36 Bridge at MP 282.93
ONONDAGA
TANY-141R Pavement Resurfacing, 12/17/14 11/27/15
55/D214351
Safety Improvements and Culvert
ORANGE
Repairs MP 45.78 to 60.5
TAA 14Pavement Rehab, drainage and 12/17/14 10/30/15
57/D214327
Safety Improvements and Misc
ALBANY, SCHEN Work for MP 154.3-161.0
MONTGOMERY
The New York Convention Center Operating Corporation (NYCCOC) is
soliciting proposals for a contract to provide terrazzo flooring maintenance
services at the Jacob K. Javits Convention Center. Interested firms must
request a bid package in writing via fax at 212-216-4099 or electronically at
[email protected].
Yonkers Contracting Company
INVITATION TO BID
Yonkers Contracting Company is soliciting cost proposals from qualified
and certified MBE and WBE Subcontractors/Suppliers for: TBTA QM40/QM-40S/QM-18 SANDY RESTORATION & REHABILITATION OF
THE TUNNEL AND MANHATTAN EXIT AT THE QUEENS MIDTOWN
TUNNEL - Bid Date: 12/18/14 Work for the project includes, but is not
limited to repairs to the roadway, concrete liner, roadway ceiling slab, install
exhaust and fresh air ducts; tunnel leak repairs; rehabilitation/replacement of
tunnel curbs & gutters; replacement of five line system; tunnel finishes and
more. Interested and Qualified firms, please contact Jennifer Diaz @ 914 9651500 X784 Fax # 914 378-8814 or email [email protected]
Yonkers Contracting is an EEO/M/F/V/D Employer
Yonkers Contracting Company
INVITATION TO BID
NYSTA CONTRACT #D214321 Bid Date: December 3, 2014
Yonkers Contracting Company is soliciting cost proposals from qualified
MBE/WBE Subcontractors & Suppliers certified with NY State. This project
calls for a Bridge Replacement at mileposts 605.76, North Avenue over the
NYS Thruway (I-95).
Interested firms please contact Yonkers Procurement Department @
914 965-1500 X 784 [email protected]
Yonkers Contracting Company is an EEO/M/F/V/D Employer
DYRE AVE CONSTRUCTORS JV
INVITATION TO BID
Dyre Ave Constructors Joint Venture (Schiavone and Picone) is soliciting
cost proposals from qualified Minority Business Enterprises (MBEs) and
Women Business Enterprises (WBEs) certified by the New York State certified minority and women-owned business program (NYSESD) for Contract
No. A-36916: Station Component Repairs at Dyre Avenue, Borough of Bronx,
New York. Bid Date: 11/25/14. Description of Work: Architectural, structural, selective demolition, drilled pressure grouted piles, concrete reinforcement, masonry, insulation, roofing, waterproofing, carpentry, drywall, painting, asbestos removal, signage, railroad track work, signals, communication,
mechanical, and electrical. Participation Goals: 10% MB 10% WBE. Requirements to Participate: DUNS Number and System for Award Management (SAM): To register with SAM, visit their website at www.sam.gov.
The bid documents are available at www.bidset.com, code: K22273-70. Please
contact Nicole Maiello at [email protected] or Colleen ConnorsCasenta at [email protected] with inquiries.
EEO Employer/Contractor
NYC Comptroller’s Office - Request for Proposals
Management and Operations Study and Best Practice
Review for the New York City Office of the Comptroller’s
Asset Management Function
PIN # 015-15816200ZC
The Comptroller of The City of New York (the “Comptroller”) is custodian
of, and responsible for, the safekeeping of the assets of the five (5) New
York City retirement systems (each a “System” and collectively, the
“Systems” or “NYCRS”) and related variable and miscellaneous
supplemental funds (“Related Funds”). The Comptroller is distributing this
Request for Proposals (“RFP”) to identify a firm with proven capabilities to
conduct a management and operations study and best practice review of
the Comptroller’s Bureau of Asset Management (“BAM”). Such services
include: management and operation study of BAM’s divisions;
performance analysis report; and a best practice protocol, which will
include a gap analysis of all BAM divisions and will describe in detail
recommended improvements. Proposals from certified minority-owned
and/or women-owned businesses or proposals that include partnering
arrangements with certified minority-owned and/or women-owned firms
are encouraged.
Additionally, proposals from small and New York City based businesses
are also encouraged. The RFP will be available for download from the
Comptroller’s Web site on or about November 18, 2014. You must register
to download a copy of the RFP, which fully describes the scope or work,
minimum requirements, and submission procedures. To download the
RFP, select “Forms & RFPs” then “RFPs & Solicitations” then “Asset
Management RFPs & Solicitation” and click on link provided to “Register”.
Questions about the RFP should be transmitted by e-mail to Evelyn
Dresler,
Director
of
Asset
Management
Contracting
at
[email protected] by December 3, 2014. Proposals are
due December 22, 2014 by 2:00 p.m. (ET).
Contractors will be required to comply with EEO, D/M/WBE and other federal and state procurement laws, regulations and Executive Orders.
MTA REAL ESTATE (MTA RE)
For information on the below Request for Proposals, please go to
http://mta.info/mta/realestate/retail_leasing.html
–
–
’
26
Minority Commerce Weekly
1(:<25.&,7<
'(3$570(172)75$163257$7,21
',9,6,212)%5,'*(6
,19,7$7,21)25%,'6
1(:<25.&,7<
'(3$570(172)75$163257$7,21
',9,6,212)%5,'*(6
,19,7$7,21)25%,'6
Hand delivered sealed bids for the Project described below will be
received by representatives of the Contracts Section, Office of the
Agency Chief Contracting Officer, Ground Floor, Bid Window, 55
Water Street, New York, NY 10041 until 11:00 AM on the date
indicated below when bids will be publicly opened and read in Bid
Room, same address
On: November 25, 2014
Preventive Maintenance of various Movable Bridges in NYC
Borough of Bronx, Brooklyn, Manhattan and Queens
Contract No. MBPM15
Federal Aid Project No. M001-X763-(033)
N.Y.S.P.I.N. X763.03
N.Y.C.P.I.N. 84114MBBR809
Each bid submitted must be accompanied by a certified check for
5% of the amount of the proposal, or alternatively, a bid bond not
less than 10% of the amount of the proposal, payable to the
Comptroller of the City of New York.
This Project is Federally aided and is subject to the provision of
Title 23, U.S. code, as amended, and applicable New York State
Statutes. In compliance with these provisions the minimum
wages to be paid to laborers and mechanics are included in wage
schedules that are set out in the bid proposal.
Disadvantaged Business Enterprises (DBE) will be afforded full
opportunity to submit bids and the City of New York hereby
notifies all bidders that it will affirmatively ensure that any contract
entered into pursuant to this advertisement will be awarded to the
lowest responsible bidder without discrimination on the basis of
race, color, sex, sexual orientation, national origin, age or place of
residence. Prospective bidder's attention is also directed to the
requirements of Attachment 1e and Attachment 3b in the
proposal concerning DBE participation in the contract. The
schedule of proposed DBE participation is to be submitted by the
apparent low bidder within seven (7) calendar days after the date
of opening of bids. The DBE goal for this project is 3%. This
Contract is also Subject to the APPRENTICESHIP PROGRAM as
described in the Solicitation Materials.
Non-compliance with the 7 day submittal requirement, the
stipulations of Attachment 1e and Attachment 3b or submittal of bids
in which any of the prices for lump sum or unit items are significantly
unbalanced to the potential detriment of the Department may be
cause for a determination of non-responsiveness and the rejection
of the bid. The award of this contract is subject to the approval of
the New York State Department of Transportation and the Federal
Highway Administration.
Solicitation documents (Specifications ONLY) will be available for
download free of charge starting October 24, 2014 and ending
November 21, 2014, from the City Record Website at City Record
On-Line (http://a856-internet.nyc.gov/nycvendoronline/home.asp)
Drawings are not available for download and MUST be
purchased. A printed copy of the solicitation and drawing set can
be purchased at:
New York City Department of Transportation, Office of the
Agency Chief Contracting Officer/Contract Management Unit, 55
Water Street, Ground Floor, New York, New York 10041 between
9:00 a.m. – 3:00 p.m., Monday to Friday, excluding holidays. The
entrance is located on the South Side of the Building facing the
Vietnam Veterans Memorial. You will not be allowed in the
building without government issued identification (driver’s license,
passport, etc.).
A deposit of $50.00 is required for the specification books and a
deposit of $50.00 is required for drawings set in the form of a
certified check or money order payable to the New York City
Department of Transportation. No Cash or Personal Checks
Accepted.
A Pre-Bid meeting (Optional) has been scheduled for November
3, 2014 at 11:00 AM in the Agency Chief Contracting Officer Bid
Room, Ground Floor, 55 Water Street, NYC. All prospective
bidders are requested to attend. Seats are limited. In this
connection, please limit the number of attendees to maximum of
two personnel per firm. Please submit the name(s) of attendees
to the Project Manager no later than two (2) business days prior
to the pre-bid meeting date.
Hand delivered sealed bids for the Project described below will be
received by representatives of the Contracts Section, Office of the
Agency Chief Contracting Officer, Ground Floor - Bid Window, 55
Water Street, New York, NY 10041 until 11:00 AM on the date
indicated below when bids will be publicly opened and read in Bid
Room, same address
On: December 16, 2014
Rehabilitation of Roosevelt Avenue Bridge over Van Wyck
Expressway
Borough of Queens, New York
Contract No. HBQ1203
Federal Aid Project No. X758(923)
N.Y.S.P.I.N. X758.92
N.Y.C.P.I.N. 84114QUBR805
November 20 - 26, 2014
1(:<25.&,7<
'(3$570(172)75$163257$7,21
',9,6,212)%5,'*(6
,19,7$7,21)25%,'6
Hand delivered sealed bids for the Project described below will
be received by representatives of the Contracts Section, Office of
the Agency Chief Contracting Officer, Ground Floor, Bid Window,
55 Water Street, New York, NY 10041 until 11:00 AM on the date
indicated below when bids will be publicly opened and read in
Bid Room, same address
On: January 12, 2015
Rehabilitation of the Fender System and West 155th Street Viaduct
Of Macombs Dam Bridge over the Harlem River
Borough of Bronx and Manhattan
Contract No. BRX287S
Federal Aid Project No. X772(863)
N.Y.S.P.I.N. X772.86
N.Y.C.P.I.N. 84115MNBR842
Each bid submitted must be accompanied by a certified check for 5%
of the amount of the proposal, or alternatively, a bid bond not less than
10% of the amount of the proposal, payable to the Comptroller of the
City of New York.
Each bid submitted must be accompanied by a certified check for 5%
of the amount of the proposal, or alternatively, a bid bond not less than
10% of the amount of the proposal, payable to the Comptroller of the
City of New York.
This Contract is subject to Apprentice Program Requirements as
described in the solicitation materials.
This Project is Federally aided and is subject to the provision of
Title 23, U.S. code, as amended, and applicable New York State
Statutes. In compliance with these provisions the minimum
wages to be paid to laborers and mechanics are included in
wage schedules that are set out in the bid proposal.
This Project is Federally aided and is subject to the provision of
Title 23, U.S. code, as amended, and applicable New York State
Statutes. In compliance with these provisions the minimum
wages to be paid to laborers and mechanics are included in
wage schedules that are set out in the bid proposal.
Disadvantaged Business Enterprises (DBE) will be afforded full
opportunity to submit bids and the City of New York hereby
notifies all bidders that it will affirmatively ensure that any
contract entered into pursuant to this advertisement will be
awarded to the lowest responsible bidder without discrimination
on the basis of race, color, sex, sexual orientation, national
origin, age or place of residence. Prospective bidder's attention
is also directed to the requirements of schedule "H" in the
proposal concerning DBE participation in the contract. The
schedule of proposed DBE participation is to be submitted by the
apparent low bidder within seven (7) calendar days after the date
of opening of bids. The DBE goal for this project is 14%.
Non-compliance with the 7 day submittal requirement, the
stipulations of Schedule "H" or submittal of bids in which any of
the prices for lump sum or unit items are significantly unbalanced
to the potential detriment of the Department may be cause for a
determination of non-responsiveness and the rejection of the bid.
The award of this contract is subject to the approval of the New
York State Department of Transportation and the Federal
Highway Administration.
Solicitation documents (Specifications ONLY) will be available for
download free of charge starting October 28, 2014 and ending
December 2, 2014, from the City Record Website at City Record
On-Line (http://a856-internet.nyc.gov/nycvendoronline/home.asp)
Drawings are not available for download and MUST be
purchased. A printed copy of the solicitation and drawing set
can be purchased at:
New York City Department of Transportation, Office of the
Agency Chief Contracting Officer/Contract Management Unit, 55
Water Street, Ground Floor, New York, New York 10041
between 9:00 AM – 3:00 PM, Monday to Friday, excluding
holidays. The entrance is located on the South Side of the
Building facing the Vietnam Veterans Memorial. You will not be
allowed in the building without government issued identification
(driver’s license, passport, etc.).
A deposit of $50.00 is required for the specification book and a
deposit of $50.00 is required for drawings set in the form of a
certified check or money order payable to the New York City
Department of Transportation. No Cash or Personal Checks
Accepted.
A Pre-Bid meeting (Optional) has been scheduled for November 18,
2014 at 10:00 AM in the Agency Chief Contracting Officer Bid Room,
Ground Floor, 55 Water Street, NYC. All prospective bidders are
strongly encouraged to attend, seats are limited. In this connection,
please limit the number of attendees to a maximum of two personnel
per firm. Please submit the name(s) of attendees to the Executive
Deputy Agency Chief Contracting Officer (DACCO) no later than two
(2) business days prior to the pre-bid meeting date.
A Site visit has been arranged for November 18 2014 at 1:30PM. All
prospective bidders are strongly encouraged to attend the site visit.
Disadvantaged Business Enterprises (DBE) will be afforded full
opportunity to submit bids and the City of New York hereby notifies
all bidders that it will affirmatively ensure that any contract entered
into pursuant to this advertisement will be awarded to the lowest
responsible bidder without discrimination on the basis of race, color,
sex, sexual orientation, national origin, age or place of residence.
Prospective bidder's attention is also directed to the requirements of
Attachment 1g and Attachment 3b in the proposal concerning DBE
participation in the contract. The schedule of proposed DBE
participation is to be submitted by the apparent low bidder within
seven (7) calendar days after the date of opening of bids. The DBE
goal for this project is 8%. This Contract is also Subject to the
APPRENTICESHIP PROGRAM as described in the Solicitation
Materials.
Non-compliance with the 7 day submittal requirement, the stipulations
of Attachment 1g and Attachment 3b or submittal of bids in which any
of the prices for lump sum or unit items are significantly unbalanced to
the potential detriment of the Department may be cause for a
determination of non-responsiveness and the rejection of the bid. The
award of this contract is subject to the approval of the New York State
Department of Transportation and the Federal Highway
Administration.
Solicitation documents (Specifications ONLY) will be available for
download free of charge starting November 17, 2014 and ending
December 19, 2014, from the City Record Website at City
Record
On-Line
(http://a856internet.nyc.gov/nycvendoronline/home.asp)
Drawings are not available for download and MUST be
purchased. A printed copy of the solicitation and drawing set
can be purchased at:
New York City Department of Transportation, Office of the
Agency Chief Contracting Officer/Contract Management Unit, 55
Water Street, Ground Floor, New York, New York 10041
between 9:00 a.m. – 3:00 p.m., Monday to Friday, excluding
holidays. The entrance is located on the South Side of the
Building facing the Vietnam Veterans Memorial. You will not be
allowed in the building without government issued identification
(driver’s license, passport, etc.).
A deposit of $50.00 is required for the specification books and a
deposit of $50.00 is required for drawings set in the form of a
certified check or money order payable to the New York City
Department of Transportation. No Cash or Personal Checks
Accepted.
A Pre-Bid meeting (Optional) has been scheduled for December
1, 2014 at 11:00 AM in the Agency Chief Contracting Officer Bid
Room, Ground Floor, 55 Water Street, NYC. All prospective
bidders are requested to attend. Seats are limited. In this
connection, please limit the number of attendees to maximum of
two personnel per firm. Please submit the name(s) of attendees
to the Project Manager no later than two (2) business days prior
to the pre-bid meeting date.
A Site visit has been arranged for December 1, 2014 at 1:30PM. All
prospective bidders are strongly encouraged to attend the site visit.
All questions shall be submitted in writing to indicated below.
Deadline for submission of questions is December 2, 2014.
All questions shall be submitted in writing to Project Manager
indicated below. Deadline for submission of questions is
December 5, 2014.
Mr. Junaid Syed, P.E., Executive DACCO
Finance, Contracts & Program Management
New York City Department of Transportation
55 Water street, 8th Floor, New York, New York 10041
Telephone No. 212-839-9297 Fax No. 212-839-4241
Email: [email protected]
Mr. Junaid, Syed P.E., Executive DACCO
Finance, Contracts & Program Management
New York City Department of Transportation
55 Water Street, 8th Fl, New York, NY 10041
Tel No. 212-839-9297/Fax No. 212-839-4241
Email: [email protected]
Mr. Junaid Syed, P.E., Executive DACCO
Finance, Contracts & Program Management
New York City Department of Transportation
55 Water Street, 8th Floor, New York, New York 10041
Telephone No. 212-839-9297 / Fax No. 212-839-4241
Email: [email protected]
%LOOGH%ODVLR0D\RU
3ROO\7URWWHQEHUJ&RPPLVVLRQHU
Bill de Blasio, Mayor
Polly Trottenberg, Commissioner
All questions shall be submitted in writing to Project Manager
indicated below. Deadline for submission of questions is
November 6, 2014.
.30
Bill de Blasio, Mayor
Polly Trottenberg, Commissioner
Minority Commerce Weekly
is published by:
Independent Media Sales & Services, Inc.,
a NYS Certified MBE
James W. Wood, Publisher - Phone: 212.349.4100
email: [email protected]
website: www.mcwbids.com
November 20 - 26, 2014
Minority Commerce Weekly
27
ATTENTION:
WDF Inc. – a Plumbing, HVAC, Fire Protection Contractor and Specialty Construction located in Mount Vernon, New York
Seeking certified MBE/WBE/DBE/LBE Subcontractors/Suppliers/Manufacturers for the following trades:
Fire Protection, Water Treatment/Water Sterilization Contractors, Balancers, Piping Installation, Mechanical and Plumbing Insulation, Rigging, Pumps,
Plumbing Fixtures, Sheet Metal, and Specialty Construction Divisions 1 thru 14
BIDDING THE FOLLOWING PROJECTS:
New York State Dormitory Authority (DASNY):
Private:
(1) NYS Court Officer Training Academy CR#49 – MBE / WBE
(1) Manhattan West Southwest Residential Tower – MBE / WBE / DBE Department of Environmental Protection (DEP):
AWARDED PROJECTS:
(1) Job Order Contract -13 EP (JOC) – East Region Plumbing – MBE
School Construction Authority (SCA) of NY:
(2) Job Order Contract -13 EH (JOC) – East Region HVAC – MBE
(1) PS 62 (Staten Island) - New Two Story Net Zero Energy School – MBE / WBE / LBE (3) AWT2-CARB – Carbon Addition Facilities at Various WWTP – MBE / WBE
(2) PS / IS 314 (Queens) – New Four Story School– MBE / WBE / LBE
Private:
(3) PS 314 (Manhattan) – Fire Protection - MBE / WBE / LBE
(1) CUNY NYCCT New Academic Building – MBE / WBE
(4) IS / HS 868 (Manhattan) – New Eight Story School– MBE / WBE / LBE (2) SUNY New Academic Building– MBE / WBE
(3) Columbia University Mind & Brain Building – HVAC Subs & Suppliers– MBE / WBE
(5) Park West HS (Manhattan) – System Upgrade– MBE / WBE / LBE
(6) PS 343 Peck Slip (Manhattan) – MBE / WBE / LBE
(4) NYU College of Nursing, Dentistry and Bioengineering – MBE / WBE
(7) PS 892 Queens School of Renovation – MBE / WBE / LBE
(5) NYU Radiation Oncology – MBE / WBE
(8) Bayard Rustin Ed Complex M (Manhattan) – Science Lab Upgrade – (6) 7 Bryant Park – MBE / WBE
MBE / WBE / LBE
(7) NYU – Energy – Fire Protection – MBE / WBE
(9) PS 96 X (Bronx) 4 Story Addition/Renovation – MBE / WBE / LBE
(8) NYU – Hurricane Restoration – Fire Protection – MBE / WBE
(10) PS 320 Q (Queens) New Primary School – MBE / WBE / LBE
(9) United Nations Conference Building - Fire Protection – MBE / WBE
(11) PS/IS 311 Q (Queens) New Five Story Intermediate School - MBE / WBE / LBE
(10) WFC Court Yard & Lobby - Fire Protection – MBE / WBE
(12) PS 339 Q (Queens) New Five Story School – MBE / WBE / LBE
(11) United Nations General Assembly – Plumbing & HVAC – MBE / WBE
(12) Kimmel BP-41B: HVAC Wet (Core and Shell Heating and Fuel Oil) – MBE / WBE
(13) PS 437 (K) (Brooklyn) – Fire Protection - MBE / WBE / LBE
(13) Kimmel BP-41C: HVAC Wet (Core and Shell Cooling System) – MBE / WBE
(14) Beacon High School - Fire Protection - MBE / WBE / LBE
(15) PS 315 Q (Queens) - Fire Protection - MBE / WBE / LBE
(14) Pier-17 South Street Seaport – MBE / WBE
NY/NJ Port Authority (PANYNJ):
(15) WFC Phase 2 – Fire Protection – MBE / WBE
(1) GWB Bus Station Redevelopment – MBE / WBE
(16) Riverside Building 2 – Fire Protection – MBE / WBE
(17) Hudson Yards MOE Rebuild – DBE
(2) Port Authority Bus Terminal – Fire Protection – MBE / WBE
Please call for plans and specifications
Alfredo Reyes – M/W/DBE & EEO Officer
*Telephone (914) 776-8045 *Fax (914) 776-8178
Email: [email protected]
“Equal Opportunity Employer M/F/D/V”
The TSCM program was designed to provide a professional curriculum that incorporates
Turner Construction instructional and daily experience in the construction industry.
Through this course, students will gain the knowledge to manage a construction project
IURP FRQFHSWLRQ WR FRPSOHWLRQ 7KLV FHUWLÀFDWH LV LGHDO IRU WKRVH LQ WKH LQGXVWU\ ZLWK
knowledge of practical functions who would like to enhance knowledge on the critical
path method theory behind daily activity.
Program Highlights:
‡ Field Management
‡ Access to Capitol
‡ Responding to RFP s
‡ Joint Venture Partnerships
‡ Site Safety Coordination
‡ Ethics & Compliance
Entry Requirements:
Three (3) years industry
employment strongly recommended
Classes begin Tuesday, January 20, 2015 and
run until graduation on March 12, 2015.
Tuesdays & Thursdays 6-9pm | Fee: $25
Register today!
Contact: Sharon Mackey McGee, [email protected]
For more information contact: Ashley Smith (212) 229-6149