Current RFPs: Week of April 11, 2016

 

If you are interested in pursuing business opportunities pertaining to procurement, please contact Mark Thompson or Tunisha W. Walker.

The following Request for Proposals have been recently issued by City government:

Scooter, Two Wheel, Non-Straddle Type

April 14, 2016- A copy of the bid can be downloaded from the City Record Online site at www.nyc.gov/cityrecord.
Enrollment is free. Vendors may also request the bid by contacting Vendor Relations via email at dcasdmssbids@nulldcas.nyc.gov, by telephone at (212) 386-0044 or by fax at 212-669-7603.

Pin number: 8571600309

Grand Central Terminal Retail Leasing Opportunity (MKT – 20)

April 14, 2016- The Metropolitan Transportation Authority (“MTA”) is seeking a market food tenant for space MKT-20 (currently Zaro’s Bakery) in the Grand Central Market in Grand Central Terminal. Proposals should reflect appropriate market value given the space’s prominent location and high foot traffic.

DEADLINE: Proposals must be received by 4:00 PM on April 14, 2016. Proposals submitted after such deadline will, at the MTA’s sole discretion, only be considered if the MTA determines that such consideration is in the public interest. Each proposal must include the items listed in the “Submission Requirements” section below. Proposals not including all requested items may be rejected.

SITE VISIT: An optional site visit will take place at 10:00 AM on March 24, 2016 in front of the space. Please respond to Mitch Friedel at mfriedel@nullngkf.com or Reed Zukerman at rzukerman@nullngkf.com or Adam Weinblatt at aweinblatt@nullngkf.com for further details and to confirm your attendance.

Grand Central Terminal Retail Leasing Opportunity (MC – 70)

April 14, 2016- The Metropolitan Transportation Authority (“MTA”) is seeking a tenant for a retail store in space MC-70 (currently Aveda) in the Lexington Passage in Grand Central Terminal. Proposals should reflect appropriate market value given the space’s prominent location and high foot traffic.

DEADLINE: Proposals must be received by 4:00 p.m. on April 14, 2016. Proposals submitted after such deadline will, at the MTA’s sole discretion, only be considered if the MTA determines that such consideration is in the public interest. Each proposal must include the items listed in the “Submission Requirements” section below. Proposals not including all requested items may be rejected.

SITE VISIT: An optional site visit will take place at 10:00 AM on March 24, 2016 in front of the space. Please respond to Mitch Friedel at mfriedel@nullngkf.com or Reed Zukerman at rzukerman@nullngkf.com or Adam Weinblatt at aweinblatt@nullngkf.com for further details and to confirm your attendance.

Flushometers and Faucets

April 15, 2016- Baruch College of The City University of New York is soliciting bid submissions for TOTO high efficiency urinal flushometer valves, high efficiency toilet flushometer valves, and high efficiency faucets or approved equal.

Pin number: 2016000005650

Futureworks NYC, Consulting Services at the Brooklyn Army Terminal

April 15, 2016- NYCEDC, on behalf of The City of New York, is launching “Futureworks NYC” – an investment in partnerships, services and spaces to support the development of the City’s production ecosystem.

NYCEDC is issuing this Request for Proposals (“RFP”) seeking several service providers (the “Service Providers”) with proven track records to develop and launch services (the “Services”)  as part of Futureworks NYC. The Services will collectively drive Advance Manufacturing technology development and dissemination in NYC.

Through this RFP, NYCEDC seeks to:

The Services are as follows:

NYCEDC plans to select consultants on the basis of factors stated in the RFP which include, but are not limited to: the quality of the proposal, experience of key staff identified in the proposal, experience and quality of any subcontractors proposed, demonstrated successful experience in performing services similar to those encompassed in the RFP, and the proposed fee. Successful respondent team(s) for the the Advanced Manufacturing Center Services is anticipated to enter into a leasing agreement with NYCEDC to open and operate the Center at BAT.

It is the policy of NYCEDC to comply with all federal, state and City laws and regulations which prohibit unlawful discrimination because of race, creed, color, national origin, sex, age, disability, marital status and other protected category and to take affirmative action in working with contracting parties to ensure certified Minority and Women-owned Business Enterprises (MWBEs) share in the economic opportunities generated by NYCEDC’s projects and initiatives. Please refer to the Equal Employment and Affirmative Compliance for Non-Construction Contracts Addendum in the RFP.

This project has Minority and Women Owned Business Enterprise (“M/WBE”) participation goals, and all respondents will be required to submit an M/WBE Participation Proposal with their response. To learn more about NYCEDC’s M/WBE program, visithttp://www.nycedc.com/opportunitymwdbe. For the list of companies who have been certified with the New York City Department of Small Business Services as M/WBE, please go to the www.nyc.gov/buycertified.

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on public projects. Kick Start Loans facilitates financing for short-term mobilization needs such as insurance, payroll, supplies and equipment. Bidders, sub-contractors and sub-consultants are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

Parks Requests Bids to Operate Six Mobile Food Concessions at the Battery

April 18, 2016- In accordance with Section 1-12 of the Concession Rules of the City of New York, the New York City Department of Parks and Recreation (“NYCDPR”) is issuing, as of the date of this notice, a Request for Bids (RFB) for the operation of six (6) mobile food concessions within the Battery, Manhattan.

Hard copies of the RFB can be obtained, at no cost between the hours of 9:00 a.m. and 5:00 p.m., excluding weekends and Holidays, at the Revenue Division of NYCDPR, which is located at 830 Fifth Avenue, Room 407, New York, NY 10065.

The RFB is also available for download, commencing on Monday, March 28, 2016 through Monday, April 18, 2016 on Parks’ website. To download the RFB, visit www.nyc.gov/parks/businessopportunities, click on the link for “Concessions Opportunities at Parks” and, after logging in, click on the “download” link that appears adjacent to the RFB’s description.

For more information, contact Glenn Kaalund at (212) 360-1397 or VIA email at Glenn.Kaalund@nullparks.nyc.gov. Thank you.
TELECOMMUNICATION DEVICE FOR THE DEAF (TDD) 212-504-4115

Pin number: CWB-2015C

Defensive Driving Training

April 20, 2016- Addendum #1 has been issued to this Contract. As per attached, please be informed that the revised proposal submission due date and time is Wednesday, April 20, 2016 at 2:00 P.M. Also attached is the Pre-Proposal Conference Attendance Sign-In Sheet.

The New York City Department of Citywide Administrative Services (”DCAS”)/Fleet Division (”Fleet”) is seeking appropriately qualified contractors to provide defensive driving training and related services for New York City employees and employees of other entities seeking to utilize this training through DCAS.

There will be an optional Pre-Proposal Conference on March 23, 2016, at 11:00 A.M. at One Center Street, 18th Floor North, Bid Room, New York, NY 10007.

By registering your contact information on the form provided at the following web address, http://a856-internet.nyc.gov/nycvendoronline/home.asp, you will be able to view and download a copy of the RFP. Alternatively, a copy of the RFP can be picked up from DCAS at its Office of Citywide Procurement, 1 Centre Street, 18th Floor North, New York, NY 10007 between the 9:00 A.M. and 5:00 P.M. on a regular City work day.

Pin number: 85616P0010

Environmental and Transportation Planning Services

April 21, 2016- Bid Estimate: $9,000,000. DSNY`S goal and objectives for this RFP are to obtain the services of one contractor with:
1)A wide range of knowledge of federal,state, and city environmental laws and regulations, permit requirements.
2) Along with the technical abilities and knowledge of government processes and regulations to assist DSNY with environmental and transportation projects and actions.

Pin number: 82714AD00057

Portable Traffic Messaging Signs

April 21, 2016- A Pre-Solicitation Conference for the above mentioned commodity is scheduled for April 21, 2016 at 9:30am at 1 Centre Street, New York, NY 10007, 18th floor.

The purpose of this conference is to review proposed specifications for the commodity listed above to ensure a good product and maximum competition. Please make every effort to attend this conference, your participation will assist us in revising the attached specifications so they can be issued as a part of final bid package.

A copy of the pre-solicitation package can be downloaded from the City Record Online site at www.nyc.gov/cityrecord Enrollment is free. Please review the documents the before you attend the conference. If you have questions regarding this conference, please contact Rashad Lemonier at 212-386-0412 or by email at rlemonier@nulldcas.nyc.gov

Pin number: 857PS1600350

Demolition and Replacement of Existing Underground Vaults

April 21, 2016- Project Number: JFK-12, Document Fee: $100, Project Manager: Vasyl Kravchyk (718)595-7512. There will be a pre-bid meeting on 4/4/16 located at 9605 Horace Harding Expressway, 4th Floor Conference Room 5 East, Corona, NY 11373 at 10:30 AM.

The procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1
Please be advised this contract is under Apprenticeship Program Questionnaire.

Pin number: #82616B0022

Installation of Sports Coating

April 22, 2016- The Contractor shall provide and install all applicable materials for sports coating including but not limited to fine grading, foundation materials, reinforcement, expansion joint material, sample panels, sealants and painted lines for recreational surfaces or any asphalt or concrete surface in light traffic areas. These areas include but are not limited to Basketball Courts, Tennis Courts, Play Areas, Curbs and Berms, Running Tracks, and Parking Lots for various parks located citywide.

Pin number: 84616B0059

Bathroom Upgrade at Auburn Adult Residence

April 22, 2016- Bidder are hereby advised that contract resulting from this solicitation is subject to Project Labor Agreement (PLA) entered into between the City and the Building and Construction Trade Council of Greater New York (BCTC)affiliated local unions. M/WBE participation Goals of 10 percent apply to the contract.

Pin number: 07116S021513

RFEI/RFQ for the Redevelopment of Penn Station (“Penn RFEI/RFQ”)

April 22, 2016– By responding to the Penn RFEI/RFQ, a Respondent can offer privately-funded solutions to renovating Penn Station, including a redeveloped upper level (“Upper Level”), lower level (“Lower Level”) and if applicable project enhancements described in Section V.  A Respondent must make a submission to this RFEI/RFQ in order to be further considered for future Penn Station redevelopment engagements.  The Project Sponsors will evaluate those solutions and such project enhancements and consider how they might be implemented.  In preparing its submission, the Respondent should consider:

Total MWBE Participation Goals: 30%

Drug Testing for NYC Parks Employees

April 22, 2016- For more information on this RFP, please contact Mark Thompson.

Pin number: 84616B0057

RFP for the Redevelopment of the Farley Building (“Farley RFP”)

April 22, 2016– The Project Sponsors seek proposals for the lease and redevelopment of the Farley Building into a vibrant mixed-use facility. The selected developer will have the opportunity to construct the new iconic Moynihan Train Hall within the Farley Building and to develop and operate an additional 640,000 square feet in the building for commercial uses including office space, retail and hospitality.  The expected completion date of the train hall will be a significant factor in the evaluation of proposals.  The delivery of the train hall by the selected developer will be subject to financial incentives and penalties based on this schedule.

The train hall, which will be ringed by shops and restaurants, will include new, primary facilities for LIRR commuters. Passenger services within the LIRR space will include—ticketing, waiting areas and other amenities and will be seamlessly connected to a widened and improved LIRR Concourse running underneath 33rd Street directly through to 7th Avenue where LIRR ticketing, waiting and passenger services will also be enhanced.  The train hall is also intended to include facilities and services for AirTrain passengers connecting to New York area airports. The redevelopment of the Farley Building is also intended to include Amtrak ticketing, waiting and boarding facilities. It will significantly increase the amount of passenger circulation space available in Penn Station today and will create a passenger concourse that will span from 7th to 9thAvenues.

Total MWBE Participation Goals: 30%

Construction Management Services Tranformer Building and Utility Relocation Jacob Javits Convention Center

April 25, 2016- The New York Convention Center Development Corporation (NYCCDC or the Owner), a subsidiary of New York State Urban Development Corporation (d/b/a Empire State Development (ESD), seeks to retain the services of an Agent Construction Manager (the CM) to perform professional management services in connection with the Transformer Building and Utility Relocation (see site map attached) at the Jacob K. Javits Convention Center (“Convention Center”).

Architectural, engineering and other consultant services will be provided by a team of consultants headed by the firm JAVITS II ARCHITECTURE, LLC.

The project consists of elevating a transformer yard, constructing a 3 story building and relocating various utilities. The transformer yard will be elevated out of the flood plain and electrical service will be provided to meet the increased electrical demand for the anticipated expansion of the Convention Center. All Convention Center electric services that run on West 39th Street will enter the anticipated expanded facility near 11th Avenue, and will be routed below-grade on-site to the proposed elevated transformer building.

The building will be 80’-0” wide by 170’-0” long consisting of three levels and a roof, occupying the space over the existing transformer yard and overlapping the existing vehicle access ramps for the existing Convention Center. It will be immediately adjacent to the proposed expansion, and will house programmatic elements of the same. It may be separated with expansion joints or tied into the expansion. The building may also include approximately 20,000 square feet of space on the ground floor and mezzanine levels for the NYS Troopers. This space would be comprised of parking, offices and ancillary facilities. The next level at elevation +32’ will share a common elevation with the proposed Expo Hall (Expansion Level 3) and will contain restrooms for the Expo Hall at the east end and three (3) 3.5 Kw standby generators on the west end. The third level at +50’-0” (Expansion Level 3 Mezzanine) will house the new transformers, switch gear, and emergency generator. This level will also house a bridge crane capable of moving transformers and other gear to the west end of the building for access through an overhead door or removable panel in the wall fronting 12th Ave. The roofing system at +70’-6”, will be a series of precast concrete planter troughs which will span over the utility area and have openings between precast planters. The precast planter troughs will be lined with a hot fluid applied reinforced membrane waterproofing. The planters will have sedum and plant vegetation.

The enclosure will be concrete masonry infill with a unitized stainless steel wall panel system with stiffeners but uninsulated; same size and textures as the Convention Center renovation project stainless steel wall panel system. Panels will be mounted on angle support frames in a varying pattern of undulation tied to structural “T”s. Ventilation areas with blank offs will be required for the electrical equipment and generators.

Structural – Transformer Building Structure

The Transformer Building structure consists of a structural steel frame with two supported levels. The lower floor (Level 3 at elevation +32’) consists of a concrete slab on metal deck supported by steel beams with composite studs. The upper floor (Level 3M at elevation +50’) consists of a concrete slab on metal deck, a waterproofing layer, and a structural concrete topping slab all supported by steel beams with composite studs. The structural frame consists of heavy wide flange steel columns at wide spacing at the perimeter with no interior columns. To accommodate the long spans and create the required headroom below the perimeter girders will be incorporated into one-story deep trusses between Levels 3 and 3M. The lateral load resisting system will consist of ordinary braced frames in the north-south direction at the ends of the building and moment frames in the east-west direction incorporating the deep trusses on the north and south facades. The foundation system is expected to consist of straight shaft drilled caissons extended into the underlying bedrock and sleeved to create a de-bonded zone to the depth of the influence zone of the adjacent tunnel tube. Caisson locations have been carefully determined to avoided underground utilities and the equipment of the existing transformer yard that will need to remain in operation during the construction of the new transformer building.

Temporary access and egress stairs shall be constructed for use during construction and the time period between the Transformer Building’s completion and the completion of the Javits Convention Center Expansion.

Electrical – Transformer Building Structure

The Convention Center Electrical Service comes from Consolidated Edison via 6 -13.2 KV services. Two (2) of the services come from 12th Avenue and the other four (4) come from 11th Avenue via a closed and decommissioned 39th Street.  The services are run via underground concrete encased conduit duct banks and man holes from 11th and 12th Avenues to 3 man holes just north of the Transformer /Switchgear yard in 39th street.  These manholes are located 20-30 feet north of the present Transformer Switchgear yard.  From theses manholes, the 6 feeders feed service switchgear and distribution via 6 oil filled transformers in a one to one configuration.  All of this equipment is fed via underground conduit within the confines of the transformer / Switchgear Yard.  Distribution leaves the yard to distribution man holes and concrete encased duct banks leading to a vault room located adjacent to the electrical rooms located throughout the existing Convention Center complex.

These existing Con Edison feeders need to be relocated so that they are re-terminated into 3 new splice chambers. The concrete encased duct banks from 11th and 12th Avenues also need to be completely relocated to coordinate with the new Convention Center structure.  The relocated feeders shall terminate in the 3 new splice chambers while maintaining service to the existing Convention Center electrical system.  The new platform located on elevation ±52.00 will support all the new line side and load side service switchgear will be supplied and installed per Con Edison’s standards such as EO-2022, and others.   The new switchgear, supply side and load side (distribution side) shall be NEMA 3R walk in environmentally controlled enclosures with draw out 15 KV metal clad type circuit breakers with relay protection required per Con Edison’s latest standards.  The enclosures will be provided with heat and air conditioning.   The transformers shall be dry type cast coil transformers per approved Con Edison vendors list and latest standards.  All existing medium voltage distribution cables from the building substation to the new service switchgear is to be replaced so that there are no splices between the interior substations and the outdoor distribution switchgear at the platform.

This work shall also need to be coordinated with the new generator plant that will be located in the level below the Transformer/Switchgear platform.   Conduit will need to be at least 20 feet away from generator exhaust muffler and exhaust piping.  Also the location of supply and exhaust pathways for these generators combustion and exhaust air will need to be coordinated and these areaways are not to be blocked in any way.  The flue locations for the generators are to be also be coordinated and physical protection is to be provided so people are kept at least 10 feet away from this piping.

Utility Relocations

As part of the scope of work, several utility routes need to be relocated. These consist of a sewer main (DEP), a water main (DEP), telecommunication lines (ECS), electrical feeders (PANYNJ), and Con Ed service to the Convention Center.

Within 39th Street, an existing sewer main, a water main and the Con Ed service need to be relocated. The sewer main will be relocated and reconstructed within the footprint of the expansion building beginning just west of 11th Avenue and extending to 12th Avenue.  The water main will be relocated to 40th Street.  The Con Ed service will be relocated to new man holes just east of the expansion building on 39th Street with one man hole just west of the site on 12th Avenue.  Telecommunication lines enter the site from the north tube of the Lincoln Tunnel and will have to be relocated along the line of 39th Street.  Electrical feeders connect between the two tunnel vent buildings through the site and will need to be relocated. (See Site Map attached as Addenda)

Project Schedule

Foundation plans for the transformer platform are expected to be completed on 4/30/16. The balance of the design work will be packaged separately and completed by 5/30/16. It is anticipated that the bid and award of trade contracts associated with the foundation system will commence upon receipt of a signed CM Contract so that construction work can commence in July/August 2016. Long lead equipment will be purchased by the CM so that the project completion date is met. Completion of the entire project is projected for December 2018.

Minority Owned Sub-Contracting Goal: 15%

Women Owned Sub-Contracting Goal: 15%

Service-Disabled Veteran-Owned Business Contracting Goal: 3%

Technical Assistance, Landscaping and Maintenance Services for High-Need NYC Plaza Program Plazas and Partner Organizations

April 25, 2016- This procurement is subject to participation goals for Minority-owned Business Enterprises (MBEs) as required by Section 6-129 of the New York Administrative Code. The M/WBE goal for this project is 30 percent. An electronic copy of the Request for Proposals can be downloaded by visiting the City Record on Line web site: http://a856-internet.nyc.gov/nycvendoronline/home.asp A printed copy of the contract can be purchased. A deposit of $50.00 is required for the bid documents in the form of a Certified Check or Money Order payable to: New York City Department of Transportation. NO CASH ACCEPTED. Company address, telephone and fax numbers are required when picking up contract documents. Sealed proposals must be submitted by 2:00 PM on April 25, 2016 to 55 Water Street, Ground Floor, New York, NY 10041. Entrance is located on the South Side of the Building facing the Vietnam Veterans Memorial. Proper government issued identification is required for entry to the building (driver’s license, passport, etc.) A Pre-Proposal Meeting (Optional) will be held on April 4, 2016 @ 10:00AM @ 55 Water Street, Ground Floor, Bid Room, New York, NY 10041. The deadline for submission of written questions is April 6, 2016 at 5:00 PM and should be sent to dmaco@nulldot.nyc.gov. For additional information, please contact David Maco at (212) 839-9400.

Saturday Night Lights

April 25, 2016- The District Attorney’s Office of New York County (DANY) is seeking proposals from qualified organizations to provide high quality skill-development activities (e.g., sports, dance, or other fitness activities) to young people in Brooklyn and the Bronx on Saturday nights.

Pin number: 20160600072

Carpets for Kids Catalog

April 27, 2016- This is a requirements contract and is intended to cover, during the period of the contract, the requirements for furnishing and delivering Carpets for Kids to over 1,800 schools under the jurisdiction of the Board of Education of the City of New York.
To download, please go to http://schools.nyc.gov/Offices/DCP/Vendor/RequestsforBids/Default.htm.
If you cannot download, send an e-mail to vendorhotline@nullschools.nyc.gov with the RFB number and title in the subject line.
For all questions related to this RFB, please e-mail dgonzalez40@nullschools.nyc.gov with the RFB number and title in the subject line of your e-mail.

The New York City Department of Education (DOE) strives to give all businesses, including Minority and Women-Owned Business Enterprises (MWBEs), an equal opportunity to compete for DOE procurements. The DOE’s mission is to provide equal access to procurement opportunities for all qualified vendors, including MWBEs, from all segments of the community. The DOE works to enhance the ability of MWBEs to compete for contracts. DOE is committed to ensuring that MWBEs fully participate in the procurement process.

Pin number: B2840040

Personal Flotation Device (Brand Specific)

April 27, 2016- A copy of the bid can be downloaded from City Record Online at www.nyc.gov/cityrecord. Enrollment is free. Vendor may also request the bid by contacting Vendor Relations via email at dcasdmssbids@nulldcas.nyc.gov, by telephone at 212-386-0044.

Pin number: 8571600264

Reconstruction of the Berm and Landscape

April 28, 2016- Located along Raritan Bay, North of Holton Avenue in Wolfe`s Pond Park, Borough of Staten Island, Contract #: R031-113M. This procurement is subject to participation goals for MBEs and/or WBEs as required by Local Law 1 of 2013.  Bidders are hereby advised that this contract is subject to the Apprenticeship program requirements.

Pin number: 84616B0042

Printing of Pocket Borough Bus Maps

April 28, 2016- This five-year contract is for the printing and delivering of Pocket Borough Bus Maps (Types A, B and C) from digital files supplied as either InDesign files (with accompanying Adobe Illustrator and Photoshop Files, and fonts) or screened and trapped TIFF separates, including all Work, labor and materials. Included in the project and price shall be all pickups, transportation and delivery expenses, proofs, samples, completed Work as well as all labor, materials, equipment, incidentals and overhead costs and expense in performing the Work, and all such additional and incidental Work as may be necessary for completion of the project. The Contractor shall prepare proofs, print, trim, fold, package, label, and deliver maps.

MBE Sub-Contracting Goal: 15%

WBE Sub-Contracting Goal: 15%

Five Boroughs Labor Services Consultant Services

April 29, 2016- New York City Economic Development Corporation (NYCEDC) is seeking a not-for-profit consultant to provide on-site training, supervision and labor for general maintenance services including, but not limited to, graffiti removal, vacant lot cleanup, cleaning out and/or securing of City-owned buildings, debris removal from City streets, litter removal from City-owned properties, snow removal and other general maintenance services at locations designated by NYCEDC throughout the City of New York. The majority of consultant staff providing these services will be assigned to NYCEDC’s Graffiti Free NYC program (GFNYC). GFNYC is the City’s first ever street-by-street graffiti removal service.  GFNYC provides services to both public and private properties citywide.  GFNYC employs unique, state-of-the-art spray painting and pressure washing equipment that is placed on small NYCEDC-owned vehicles, which enable the mobility and flexibility for crews to easily address areas marred by graffiti.

NYCEDC plans to select a consultant on the basis of factors stated in the RFP which include, but are not limited to: the quality of the proposal, demonstrated successful experience in performing services similar to those encompassed in the RFP and the proposed fee. The consultant must be a non-profit organization that provides training and solicits employment for rehabilitated individuals as well as low to low-moderate income individuals.

Non-profit organizations who have been certified with the New York City Department of Small Business Services as Minority and Women Owned Business Enterprises (“M/WBE”) are strongly encouraged to apply.  To learn more about M/WBE certification and NYCEDC’s M/WBE program, please visit www.nycedc.com/mwbeprogram.

DOT Site-Responsive Art Opportunities

April 29, 2016- DOT Art commissions emerging and established artists to produce site-responsive art in collaboration with community-based organizations to be on display for up to 11 months. Twice a year in fall and spring, DOT announces a list of priority sites in conjunction with an open call and associated deadline. These priority sites are identified by DOT Borough Offices and Operating Units based upon community requests for beautification. Interested organizations and artists are required to submit a joint application and not-for-profit organizations are eligible to receive up to $8,000 toward direct project costs and in-kind engineering support. Partners are responsible for artwork maintenance during the display period and site remediation upon completion of that period. All applicants must select a priority site and provide a conceptual design for consideration.

Education Center – Louis Armstrong House Museum

April 29, 2016- The Dormitory Authority State of New York (DASNY) is seeking Expressions of Interests (EOI) from Graphic Design firms to provide design and construction services for the new Louis Armstrong House Museum Education Center (Education Center) located in Corona, New York. The new Education Center will be constructed across the street from the Louis Armstrong House Museum (Museum) which is a National Historic Landmark visited by people from around the world. The addition of the Education Center will allow the Museum to present a full array of exhibitions and public programs including a museum store, exhibits, lectures, film screenings, concerts, etc. The Education Center is being designed to achieve LEED Gold Certification and the total construction cost is approximately $12,000,000. The total budget for designing, fabricating and installing the graphic design elements, including all related fees, is $400,000. Construction documents for the Education Center and Museum are scheduled to be 100% complete by May 2016 and the overall anticipated project completion is scheduled for July 2018.

The Education Center will be a total of 14,435 gross square feet (GSF) with 5,400 GSF of public area, 1,100 GSF of permanent and temporary exhibit space and 1,300 GSF dedicated to a jazz room that shall accommodate 72 visitors to view both live performances and videos. The selected firm shall design, fabricate, construct, deliver and install the following for the Education Center:
•  Logo;
•  Logo applications (e.g. letterhead, communications materials, vehicles, promotional posters, museum store product) with guideline manual;
•  Large graphic installation at entrance;
•  Design elements for the 72-seat jazz room;
•  Signage in accordance with NYC DOT and 2014 NYC Building Code including all rules of the building department. Signage shall include, but is not limited to:  Street level signage identifying direction between key access points (nearby subway, primary streets, etc.); exterior signage; room signage including public, private, indoor, outdoor and mechanical space for the entire building; exit signs; stairway and elevator identification signs; door signs; occupied side of stair doors and stair side signs; code conforming graphics on metal or durable materials with color contrast, dimensions, bold font and height above floor; accessible means of egress for doors providing access to an interior and exterior area of rescue assistance that is in compliance with ICC A117.1 for visual characters; capacity signs; access-control door signs; delayed egress lock signs; directional signage at exits and elevator landings within areas of rescue assistance; and posting of instructions for use of rescue assistance and signage requested by the building inspector.

The selected firm must work closely with the base building designer, its subcontractors and consultants (especially the acoustician and lighting design consultant), the museum curator and all other project team members to assure a high level of coordination is maintained. The design of the Education Center shall create a consistent vision and feel throughout. The design shall conform to the Museum’s graphic identity and be compatible with the architecture. The curatorial staff will work with the selected firm to choice photographs and other materials which may inspire or be incorporated in the design. The Education Center’s curatorial staff includes world-renown authorities on Armstrong and the Museum holds monumental research collections.

It is the goal of DASNY to encourage participation by qualified certified Minority, Woman and Small Business Enterprises (MWSBE) and Services-Disabled Veteran-Owned Businesses (SDVOB) as part of your team to the maximum extent practical and consistent with legal requirements.

Firms interested in responding to this solicitation must submit eight (8) copies of an Expression of Interest (EOI) to the contact noted below no later than 5:00 pm on April 29, 2016. EOI’s received after this date will not be considered. EOI’s must include the following information in the same tab order as described below:

Tab1 – Provide a cover letter with your firm’s name, address and telephone number along with the name, title, telephone number and email address of the individual within your firm who will be DASNY’s primary contact concerning this EOI.

Tab 2 – Provide your firms proposed project team, including subconsultants, if any.

Tab 3 – Provide your firms experience with the design of logos and related logo applications for cultural centers.

Tab 4 – Provide three samples of graphic installations your firm has designed and installed for cultural centers. For each sample include:
•  Project name;
•  Address;
•  Description of the work performed;
•  Actual cost of installed graphic design project; and
•  Images of the final project.

Tab 5 – Provide up to eight (8) images of your firm’s graphic design work. Include images that demonstrate your firm’s ability to design for a major cultural destination building that will have international visibility. For each image include:
•  Project name;
•  Address;
•  Date completed;
•  Name of client (e.g. arts organization, architect, public agency, etc.);
•  Actual cost of installed graphic design project; and
•  Brief description highlighting relevance to this project.

Tab 6 – Provide the types of signage your firm has experience providing with particular emphasis on cultural centers.

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

In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between Dormitory Authority personnel and an Offerer during the procurement process.  The designated staff for this procurement is Nicole White, RFP Coordinator (ph: 518-257-3667, Email:RFPCoordinator@nulldasny.org).  Contacts made to other Dormitory Authority personnel regarding this procurement may disqualify the Offerer and affect future procurements with governmental entities in the State of New York.  Please refer to the Authority’s website (www.dasny.org) for Authority policy and procedures regarding this law, or the OGS website (www.ogs.state.ny.us/aboutogs/regulations/defaultAdvisoryCouncilhtml) for more information about this law. All proposers, domestic and foreign, must be in compliance with New York State business registration requirements. Contact the NYS Department of State regarding compliance.  In addition, business entities proposing to provide professional engineering services must obtain a Certificate of Authorization to Provide Engineering Services in New York State from the State Education Department.  Proposals must be submitted in the full legal name of the proposer, or the full legal name plus a registered assumed name of the proposer, if any.

Minority Owned Sub-Contracting Goal: 18%

Women Owned Sub-Contracting Goal: 12%

Service-Disabled Veteran-Owned Business Contracting Goal: 3%

Redevelopment a New York City Block (780,000 ZSF) in Hell’s Kitchen

May 2, 2016- New York City Economic Development Corporation (NYCEDC) and Covenant House (CH) are seeking a developer/s to redevelop the majority of a Manhattan block with approximately 780,000 ZSF located in Hell’s Kitchen. Through this initiative, the Developer will construct a mixed-use development that addresses the City’s goal of creating economically diverse neighborhoods, supports CH’s operations through construction of a new, state-of-the art facility, and introduces a pedestrian friendly streetscape that reconnects the block to the surrounding urban fabric.

NYCEDC and CH plan to select a developer on the basis of factors stated in the RFP which include, but are not limited to: completeness and quality of overall response, program and design, financial and schedule feasibility, hiring and workforce programs, respondent qualifications and experience, and economic impact.

It is the policy of NYCEDC to comply with all federal, state and City laws and regulations which prohibit unlawful discrimination because of race, creed, color, national origin, sex, age, disability, marital status and other protected category and to take affirmative action in working with contracting parties to ensure certified Minority and Women-owned Business Enterprises (MWBEs) share in the economic opportunities generated by NYCEDC’s projects and initiatives. Please refer to the Equal Employment and Affirmative Compliance for Non-Construction Contracts Addendum in the RFP.

This project has Minority and Women Owned Business Enterprise (“M/WBE”) participation goals, and all respondents will be required to submit an M/WBE Participation Proposal with their response. To learn more about NYCEDC’s M/WBE program, visit http://www.nycedc.com/opportunitymwdbe. For the list of companies who have been certified with the New York City Department of Small Business Services as M/WBE, please go to the www.nyc.gov/buycertified.

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on public construction projects.   Kick Start Loans facilitates financing for short-term mobilization needs such as insurance, labor, supplies and equipment. Bidders/subcontractors are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

BMCC – ADA Bathroom Upgrades

May 3, 2016- For the BMCC – Borough of Manhattan Community College located at 199 Chambers Street. A detailed description of the work required is provided in the RFB Trade Scope Checklist (Section II, Subsection A, Section c. of the RFB Bid Booklet). Bid Documents will be available starting on Monday, March 21, 2016 on our website, http://cuny.gilbaneco.com/. If you are unable to download the documents from the website, contact Richard Warnke at 212-312-1629, or email at rwarnke@nullgilbaneco.com, to arrange your pickup of the documents in CD format. There is a PENDING Project Labor Agreement (PLA) for this project. The PLA will be binding on the Contractor and Subcontractors of all tiers. The MWBE participation requirement for this project is 30 percent of which 18 percent shall be MBE and 12 percent shall be WBE. The estimated construction cost for this bid package is $4,200,000 – $4,500,000. Bids will be opened at the offices of the City University of New York (CUNY) located at 555 West 57th Street New York, N.Y. 10019, 16th Floor Conference Room on Tuesday, May 3, 2016 at 3:00 PM. No more than two representatives per firm may attend the bid opening. See the bid documents for a full description of the project, process, submission requirements, timeline, and contact information. Any problems or concerns regarding this procurement process should be directed to CUCF/CUNY Authorized Agency Contacts Michael Feeney and Michael Rabin by email at: cuny.builds@nullcuny.edu. Please reference the project name and contract number in the subject line of your email. All other communication must go through Gilbane Building Company Chief Purchasing Agent, Richard Warnke by email at rwarnke@nullgilbaneco.com. In the subject line of your email all bidders must reference the project name and contract number.

Pin number: CITYW-CUCF-04-14-02

Consultant/Team to Provide Design & Construction Administration for a New Flood Mitigation System

May 5, 2016- New York City Economic Development Corporation (NYCEDC) for the benefit of NYC Health and Hospitals is seeking a consultant or consultant team to provide design and construction administration services for a new Flood Mitigation System at Metropolitan Hospital in Manhattan.  In October 2012, Metropolitan Hospital suffered extensive flood damage as a result of Hurricane Sandy.  Since then, Metropolitan Hospital has temporarily restored its damaged areas.  The Flood Mitigation System is envisioned to consist of perimeter flood protection with increased storm water capacity and additional flood protection measures.

NYCEDC plans to select a consultant on the basis of factors stated in the RFP which include, but are not limited to: the quality of the proposal, experience of key staff identified in the proposal, experience and quality of any subcontractors proposed, demonstrated successful experience in performing services similar to those encompassed in the RFP, the quality of the plan for M/WBE participation and the proposed fee. This project is expected to be funded through the Community-Development Block Grant-Disaster Recovery (CDBG-DR) program, and is included in the City’s CDBG-DR Action Plan, approved by the US Department of Housing and Urban Development (HUD) in May 2013 and subsequently amended.

It is the policy of NYCEDC to comply with all federal, state and City laws and regulations which prohibit unlawful discrimination because of race, creed, color, national origin, sex, age, disability, marital status and other protected category and to take affirmative action in working with contracting parties to ensure certified Minority and Women-owned Business Enterprises (MWBEs) share in the economic opportunities generated by NYCEDC’s projects and initiatives. Please refer to the Equal Employment and Affirmative Compliance for Non-Construction Contracts Addendum in the RFP.

This project has Minority and Women Owned Business Enterprise (“M/WBE”) participation goals, and all respondents will be required to submit an M/WBE Sub-Contractors Participation Plan with their response. To learn more about NYCEDC’s M/WBE program, visithttp://www.nycedc.com/opportunitymwdbe. For the list of companies who have been certified with the New York City Department of Small Business Services as M/WBE, please go to the www.nyc.gov/buycertified.

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on public construction projects.   Kick Start Loans facilitates financing for short-term mobilization needs such as insurance, labor, supplies and equipment. Bidders/subcontractors are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

Consultant/Team to Perform Freight Rail Services

May 6, 2016- New York City Economic Development Corporation (NYCEDC) is seeking a consultant or consultant team to perform freight rail consulting services. NYCEDC seeks to bring freight rail infrastructure within New York City (the “City”) to a state of good repair, promote safe freight rail operations, enhance railroad competition in the region and encourage new freight rail shippers. In particular, NYCEDC manages key freight rail facilities that are owned by the City and operated through public-private partnerships with national Class I railroads and local shortlines. NYCEDC also manages freight maritime infrastructure with connecting freight rail service. In addition, NYCEDC manages capital projects to expand and improve freight rail infrastructure in the City, negotiates with railroads to improve existing rail facilities and site new operations within the City, and participates in regional freight initiatives.

NYCEDC plans to select a consultant on the basis of factors stated in the RFP which include, but are not limited to: the quality of the proposal, experience of key staff identified in the proposal, experience and quality of any subcontractors proposed, demonstrated successful experience in performing services similar to those encompassed in the RFP, and the proposed fee.

It is the policy of NYCEDC to comply with all federal, state and City laws and regulations which prohibit unlawful discrimination because of race, creed, color, national origin, sex, age, disability, marital status and other protected category and to take affirmative action in working with contracting parties to ensure certified Minority and Women-owned Business Enterprises (MWBEs) share in the economic opportunities generated by NYCEDC’s projects and initiatives. Please refer to the Equal Employment and Affirmative Compliance for Non-Construction Contracts Addendum in the RFP.

This project has Minority and Women Owned Business Enterprise (“M/WBE”) participation goals, and all respondents will be required to submit a M/WBE Narrative Form with their response. To learn more about NYCEDC’s M/WBE program, visithttp://www.nycedc.com/opportunitymwdbe. For the list of companies who have been certified with the New York City Department of Small Business Services as M/WBE, please go to the www.nyc.gov/buycertified.

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on public projects.   Kick Start Loans facilitates financing for short-term mobilization needs such as insurance, payroll, supplies and equipment. Bidders, sub-contractors and sub-consultants are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

Universal Prekindergarten Services for 2016-2019

May 6, 2016- The New York City Department of Education (NYCDOE), on behalf of the Division of Early Childhood Education (DECE), will release a Request for Proposals (RFP) for Universal Prekindergarten (UPK) Services for 2016-2019. The RFP will be for the provision of Half-Day UPK services to four-year-olds.  Vendors must provide at least 180 days of half-day Pre-K for All services, including at least 176 days of instruction and four (4) days of professional development for teachers.  The program must operate five (5) days (Monday to Friday) in a typical week, and provide a minimum of two (2) hours and thirty (30) minutes of Pre-K for All services each day.

If you are interested in proposing to this RFP, you must pre-qualify with the City’s HHS Accelerator On-Line System in order to download the RFP and submit a proposal.  The HHS Accelerator can be found here:
http://www.nyc.gov/html/hhsaccelerator/html/about/about.shtml

If you have issues pre-qualifying with the HHS Accelerator System, please use the following link to reach the HHS Accelerator support team:
http://www.nyc.gov/html/hhsaccelerator/html/contact/contact.shtml

Bilingual Education Program Grant

May 11, 2016- The New York State Education Department, Office of Bilingual Education and World Languages, is seeking applications from Public School Districts for a Bilingual Education Program (transitional bilingual and one-way and two-way dual language) that provides English Language Learners (ELLs) with home language instruction as well as English/English as a New Language instruction. Bilingual Education Programs seek to offer students the opportunity to become bilingual, biliterate, and bicultural while improving their academic ability. Students learn to speak, read, and write in two languages, and also learn about other cultures while developing strong self-esteem and diverse language skills. The primary purpose of this grant program is to develop academic excellence and bilingual proficiency for ELLs, and depending on the model, English Proficient (EP) students, and to promote new Bilingual Education programs in school districts across the State.

Please review the complete RFP here: http://www.p12.nysed.gov/funding/currentapps.html.

Total MWBE Participation Goals: 30%

New Women’s Locker Rooms and Toilets

May 11, 2016- For two (2) DSNY facilities In The Bronx located at: BX-3A at 1661-1715 West Farms Road, Bronx, NY 10460 and BX-7 at 423 West 215 Street, New York ,NY 10034. The Bid Estimate: $750,000.00. There is a $40.00 refundable fee for this bid document. Postal Money Order only accepted, please make payable to “Comptroller, City of New York”.

Pin number: 82716RR00031

Consulting Services for Global Climate Change

May 16, 2016- TRS is seeking the services of qualified professionals in accordance with specifications indicated in this Request for Proposal (RFP) to assist TRS in evaluating options available to both the Pension Fund and the Tax Deferred Annuity Programs to mitigate the risk of climate change in TRS’ investment portfolios, including the positives and negatives of each option and the potential impact/cost to the plans, consistent with the Board’s fiduciary duties to TRS members and beneficiaries.

Pin number: RFP-GCC032016

BK 6 New Women’s Locker Rooms and Toilets

May 17, 2016- For more information on this RFP, please contact Mark Thompson.

Pin number: 82716RR00030

Long Island City Waterfront Mixed-Use Redevelopment RFP

May 26, 2016- NYCEDC seeks proposals from qualified developers for the long-term lease and mixed- use redevelopment of two adjacent City-owned sites on the Long Island City waterfront. The sites, totaling up to over four and a half acres, each offer a unique opportunity to develop a catalytic mixed-use program that capitalizes on Long Island City’s vibrant and growing commercial cluster. As such, NYCEDC seeks proposals that maximize commercial office and light production space in order to contribute to the growing network of innovative businesses in Long Island City.  NYCEDC seeks proposals  that also include mixed-income affordable housing, publicly accessible waterfront open space, and community-serving retail and community space.

The sites include a single-story Department of Transportation facility, and a surface parking lot abutting a dilapidated bulkhead and platform. Respondents that propose to redevelop the DOT facility may be required to relocate the DOT Facility. Respondents that  propose  to  redevelop  the  surface  parking  lot  may  be  required  to  provide replacement parking on- or off-site on an interim basis. Detailed information about the existing uses in this regard is provided in the RFP and related documents.

The sites are located within an M1-4 zoning district, however it is anticipated that the respondents will seek a rezoning to develop the project in a manner that is consistent with the RFP’s goals. Further land-use and urban design guidance for the sites can be found in the body of the RFP.

NYCEDC plans to select a developer on the basis of factors stated in the RFP which include,  but are  not  limited  to:  the  quality  of  the  proposal,  experience  of  key  staff identified in the proposal, the respondent’s categorization as an emerging developer, experience and quality of any subcontractors proposed, demonstrated successful experience in performing services similar to those encompassed in the RFP, and the proposal’s competitiveness with regard to the project goals.

This   project   has   Minority   and   Women   Owned   Business   Enterprise   (“M/WBE”) participation  goals,  and  all  respondents  will  be  required  to  submit  an  M/WBE Participation Proposal with their response. To learn more about NYCEDC’s M/WBE program, visit http://www.nycedc.com/opportunitymwdbe. For the list of companies who have been certified with the New York City Department of Small Business Services as M/W BE, please go to the www.nyc.gov/buycertified.

NYCEDC established the Kick Start Loan programs for Minority, Women and Disadvantaged Business Enterprise (M/W/DBE) interested in working on public construction projects. Kick Start Loans facilitates financing for short-term mobilization needs such as insurance, labor, supplies and equipment. Bidders/subcontractors are strongly encouraged to visit the NYCEDC website at www.nycedc.com/opportunitymwdbe to learn more about the program.

New York/NY 111 Supported Housing Congregate

June 16, 2016– The Department of Health and Mental Hygiene issued an open-ended rolling RFP in 2007 to establish 3,000 units of citywide supportive housing in newly constructed or rehabilitated single-site buildings for various homeless populations pursuant to the New York/New York III Supported Housing agreement. Proposals continue to be accepted on an on-going basis. The RFP is available on line at http://www.nyc.gov/health/contracting. Any questions regarding this RFP must be sent in writing, in advance, to the Contracting Officer or e-mailed to the address below. All proposals must be hand delivered at the office of the Agency Chief Contracting Officer. As a minimum qualification requirement for (1) the serious and persistent populations, the proposer must be incorporated as a not-for-profit organization, and (2) for the young adult populations, the proposer must document site control and identify the source of the capital funding being used to construct or renovate the building. Use the following address unless otherwise specified in notice, to secure, examine or submit bid/proposal documents, vendor prequalification and other forms; specifications/blueprints; other information; and for opening and reading of bids at date and time specified above.

Health and Mental Hygiene, Gotham Center-LIC, 42-09 28th Street, 17th Floor, CN30A, Queens, NY 11101-4132. Jasmine Salome (347) 396-6637; Fax: (347) 396-6758; jsalome@nullhealth.nyc.gov

Pin number: 81608PO076300R0X00

Non-Profit Industrial Developers for the New York City Industrial Developer Fund

Submission Deadlines:
March 29, 2016 

June 29, 2016 
September 29, 2016 
December 29, 2016 – New York City Economic Development Corporation (“NYCEDC”), on behalf of the City of New York (the “City”), is seeking submission of proposals from qualified not-for-profit organizations that plan to acquire, construct, and/or renovate industrial real estate in the City. The primary goal for the use of the New York City Industrial Developer Fund is to create, modernize and preserve industrial real estate.  Additionally, the aim of the Industrial Developer Fund is to increase the capacity of the not-for-profit organizations to develop industrial real estate and support the growth of a more robust mission-driven industrial development ecosystem.

Between Fiscal Year 2016 and Fiscal Year 2019, NYCEDC in cooperation with The New York City Office of Management and Budget (“OMB”) can allocate up to $41 million of City capital through the Industrial Developer Fund for acquisition, construction, and/or renovation costs for eligible industrial development projects, which support the City’s goals of promoting and growing a more robust not-for-profit industrial development ecosystem in the City. Not-for-profit organizations are uniquely positioned to increase the supply of affordable industrial real estate; the Industrial Developer Fund aims to support this sector by creating a new financing tool.

NYCEDC plans to select respondents on the basis of factors stated in the RFP which include, but are not limited to: the quality of the proposal, experience of key staff identified in the proposal, experience and quality of any subcontractors proposed, demonstrated successful experience in performing services similar to those encompassed in the RFP.

It is the policy of NYCEDC to comply with all federal, state and City laws and regulations which prohibit unlawful discrimination because of race, creed, color, national origin, sex, age, disability, marital status and other protected category and to take affirmative action in working with contracting parties to ensure certified Minority and Women-owned Business Enterprises (“M/WBEs”) share in the economic opportunities generated by NYCEDC’s projects and initiatives. Please refer to the Equal Employment and Affirmative Compliance for Construction Contracts Addendum in the RFP.

Respondents will be required to submit an M/WBE Participation Proposal with their response. To learn more about NYCEDC’s M/WBE program, visit http://www.nycedc.com/opportunitymwdbe. For the list of companies who have been certified with the New York City Department of Small Business Services as M/WBE, please go to the www.nyc.gov/buycertified.

Notice of Funding Availability for the Preservation of Affordable Housing South of Houston Street

December 31, 2019– The City of New York Department of Housing Preservation and Development announces the availability of $11,800,000 in funding for the acquisition and preservation of affordable housing south of, and including properties on, East/West Houston Streets, bounded by the Hudson and East Rivers in Lower Manhattan to applicants who are funded pursuant to a Request for Qualifications issued by HPD (“RFQ”).

Purpose:
The purpose of the Lower Manhattan Acquisition Program is to preserve residential housing with apartments affordable to low-income households.

Program Description:

Request for Qualifications (RFQ):
In order to become qualified for participation in the program, not-for-profit organizations must respond to the RFQ and be found qualified by HPD. Applicants may respond to the RFQ available at the website below. To be considered for qualification, applicants must demonstrate ownership, management and rehabilitation experience, as well as financial strength and stability. Please refer to the RFQ for more information on qualification.

Proposals:
Qualified not-for-profit organizations may submit proposals to request acquisition funding for eligible residential buildings. Proposals will be assessed on both the viability of the project and strength of the applicant’s experience. Proposals will be evaluated and funded on a “first-come, first-served basis” for the duration of the program. The City reserves the right to accept or reject any or all applications received as a result of this advertisement.

Notice Requirements:
All not-for-profit organizations entering into negotiations with building owners must comply with tenant and owner notification procedures in accordance with the federal Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970. Information about these notification requirements will be provided to pre-qualified non-profits. The Request for Qualifications (RFQ), map of the program area, and additional information about the program are available on HPD’s website: http://www1.nyc.gov/site/hpd/developers/rfp-rfq-rfo.page. Interested parties should forward all requested documentation to the Department of Housing Preservation and Development; Attention of Lower Manhattan Acquisition Program RFQ Coordinator, 100 Gold Street—Room 9-O3, New York, NY 10038; or electronically to HPDPres@nullhpd.nyc.gov. This program is made possible by a grant from the Lower Manhattan Development Corporation, which is funded through Community Development Block Grants from the U.S. Department of Housing and Urban Development.

Andrew Cuomo, Governor
Bill de Blasio, Mayor
Alicia Glen, Deputy Mayor for Housing and Economic Development
Vicki Been, HPD Commissioner
David Emil, LMDC President
Avi Schick, LMDC Chairman

NYC Industrial Developer “Fund” for Qualified Projects Seeking Fund Support

The NYC Industrial Developer Fund is a $150 million public/private fund to provide project financing for industrial real estate development projects in New York City.  The Fund is designed to catalyze investment in 400,000 sf of new or renovated industrial real estate workspace across New York City, supporting the creation of as many as 1,200 quality and accessible industrial jobs by 2020.The Industrial Developer Fund supports industrial job-creation in New York City by providing public/private financing for industrial real estate development projects.  Total size of the Fund is $150 million, which includes approximately $60 million in public funds leveraging $90 million in private financing.

The Industrial Developer Fund provides qualified real estate developers with partial public gap-financing assistance in the form of grants, low-interest subordinate loans, and guarantees on senior private loans.  These public funds are intended to leverage owner equity so that the transaction merits traditional bank/senior lender financing provided under the Fund structure.

Qualified projects seeking fund support will be considered when high impact projects are unable to move forward due to funding gaps.  The Fund will consider both non-profit and for-profit entities.

New York City’s industrial and manufacturing sector employs 530,000 people, or 15.4 percent of the city’s private sector workforce.  The sector is a vital pathway to the middle class for many families, with median wages of $50,400 a year. In addition, more than 328,000 jobs in the sector (61.5 percent) are located outside Manhattan, 62 percent of the workforce comes from culturally diverse backgrounds, and nearly half are foreign-born. Finally, approximately 63 percent of jobs are available to individuals who do not have a college degree.

For additional information, please contact the NYCEDC Strategic Investments Group at 212.618.5737 or , with “Industrial Developer Fund Inquiry” in the subject line.  Prospective applicants are encouraged to contact NYCEDC to determine eligibility and review in-depth financing criteria prior to submitting materials.

 

More from Capalino

Current RFPs: Week of August 13, 2018

 
Request for Proposal

Current RFPs: Week of November 21, 2016

 
Tunisha Walker-Miller, Senior Vice President, Capalino, state lobbyist community engagement and MWBE Consulting

MWBE NYC - Request for Proposals as of June 5, 2015