REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

Similar documents
Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

REQUEST FOR PROPOSALS for SUSTAINABLE DESIGN REVIEW SERVICES

REQUEST FOR PROPOSALS HISTORY & HERITAGE DOWNTOWN BRAND DEVELOPMENT AND ADVERTISING CREATIVE SERVICES

REQUEST FOR PROPOSALS INTEGRITY MONITOR

The Society of the Educational Arts Seeks a Theatre Consultant

REQUEST FOR PROPOSALS (RFP)

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

DOUGLAS-CHEROKEE ECONOMIC AUTHORITY AFFORDABLE HOUSING PROGRAM REQUEST FOR PROPOSALS FOR AUDITING SERVICES

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Redevelopment Authority of Allegheny County

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

City of Malibu Request for Proposal

I. GENERAL INFORMATION

Request for Proposal. Independent Living

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole. (520)

REQUEST FOR PROPOSALS

Disadvantaged Business Enterprise Supportive Services Program

Request for Proposal. Parenting Education

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

2016 Park Assessment

Partial Action Plan No. 5 for Tourism and Communications

Request for Proposal. Interpretation/Translation Services

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Responses Due: Friday, August 14, 2015, 11 a.m.

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

The SoIN Tourism staff will supply editorial content and direction, as well as photographs to illustrate the content.

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS (RFQ) FOR BUILDING INSPECTION SERVICES RFQ #17-030

Amended Guidelines for the Small Firm Assistance Program

Request for Proposals

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Night Security Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Tulsa Development Authority. Request for Proposal

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

LEGAL NOTICE Request for Proposal for Services

Knights Ferry Elementary School District

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

Request for Proposal PROFESSIONAL AUDIT SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

May 25, Request for Proposals No Offsite Virtual Net Metering

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

Request for Proposal for Modernization Consulting & Capital Grant Management

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

Dakota County Technical College. Pod 6 AHU Replacement

Arizona Department of Education

All proposals must be received by August 30, 2016 at 2:00 PM EST

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

SOMERSET COUNTY, MARYLAND

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Tulsa Development Authority. Request for Proposal

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

WEDC REQUEST FOR PROPOSALS:

The District is looking for the architectural firm to provide the following (not listed in order of preference):

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

Londonderry Finance Department

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSALS. Phone# (928)

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

City of South Padre Island Request for Proposals (RFP) Due Date: Wednesday, September 4 th, 2013 at 2:00pm

ADVANCED MANUFACTURING FUTURES PROGRAM REQUEST FOR PROPOSALS. Massachusetts Development Finance Agency.

353 Water Street Augusta, ME Request for Proposal (RFP) For Economic Impact Analysis and Technical Assistance

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

MARATHON COUNTY DEPARTMENT OF SOCIAL SERVICES REQUEST FOR PROPOSALS RESTORATIVE JUSTICE PROGRAMS

Request for Proposals for MIS Programming & Web Development Services

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

REQUEST FOR PROPOSAL PSYCHIATRIC SERVICES. For Cayuga Addiction Recovery Services Residential Rehabilitation Unit

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

Request for Proposals (RFP)

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR PROPOSAL (RFP) PROFESSIONAL AUDITING SERVICES

in partnership with Partial Action Plan S-1 for New York Firms Suffering Disproportionate Loss of Workforce

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

Request for Proposals (RFP) for Professional Design and Engineering Services

Health-Related Website and Social Media Platform Services

REQUEST FOR PROPOSAL DOWNTOWN RETAIL AND ENTERTAINMENT STRATEGY. For. The Redevelopment Agency of the City of Riverside. Issued: August 13, 2010

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

REQUEST FOR PROPOSAL Architectural Services

Request for Proposal for: Financial Audit Services

REQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

Transcription:

LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire State Development Corporation, seeks proposals from firms to provide design and fabrication services relating to the creation of a mural or murals for the exterior of 130 Liberty Street. Lower Manhattan Development Corporation John C. Whitehead, Chairman Kevin M. Rampe, Interim President June 09, 2003 Deadline for responses: Monday, June 30, 5:00 PM EST Questions must be submitted in writing no later than Wednesday, June 18, 2003 to Robert G. Goelet, by mail, e-mail (rgoelet@renewnyc.com), or by facsimile to: (212) 962-2431. Addenda to this RFP, including responses to any questions, will be posted on the LMDC web site www.renewnyc.com by Friday, June 20, 2003. LMDC will not accept, and cannot respond to, questions via any other methods.

I. GENERAL INFORMATION A. Mission and Structure of the Lower Manhattan Development Corporation The Lower Manhattan Development Corporation ( LMDC ) was established in late 2001 to develop and revitalize Lower Manhattan in the aftermath of the September 11, 2001 terrorist attacks. As it relates to the work of LMDC, Lower Manhattan refers to all areas in Manhattan south of Houston Street. LMDC is a subsidiary of the New York State Urban Development Corporation, doing business as Empire State Development Corporation ( ESDC ), a political subdivision and public benefit corporation of the State of New York, created by Chapter 24 of the Laws of New York, 1968, as amended. LMDC is governed by a sixteen member Board of Directors, eight of whom were nominated by the Governor of the State of New York and eight of whom were nominated by the Mayor of the City of New York. LMDC is funded by federal appropriations administered by the United States Department of Housing and Urban Development ( HUD ) through its Community Development Block Grant ( CDBG ) program. To date, approximately $2 billion has been allocated to LMDC under such appropriations and another $783 million is anticipated through a second grant. (See Defense Appropriations Act of 2002, Public Law 107-117 and Supplemental Appropriations Act of 2002 for Further Recovery from and Response to Terrorist Attacks on the United States, Public Law 107-206). B. Overview of Services Requested and the Submission Process In fulfilling its responsibility of rebuilding the World Trade Center Site and revitalizing Lower Manhattan, LMDC seeks firms to provide design and fabrication services for a mural or murals for the exterior of 130 Liberty Street. LMDC may select one or more firms to provide some of the requested services, or LMDC may select a single firm to provide all services requested. Firms interested in submitting proposals to provide such services are required to follow the recommended guidelines and instructions contained in this Request for Proposals ( RFP ). In the event it becomes necessary to revise any part of this RFP, revisions will be provided by addenda posted on the LMDC web site: http://www.renewnyc.com. Proposals should provide a straightforward, complete, and concise description of the firm s capabilities to satisfy the requirements of the RFP. Please prepare 7 (seven) copies of your proposal and work samples. Each copy of the proposal should be bound in a single volume and include any documentation you may wish to submit. Firms submitting a proposal in response to this RFP may be required to give an oral presentation of their proposal to LMDC. This oral presentation may provide an opportunity for the firms to clarify or elaborate on the proposal but will in no way change the original RFP 1

submission. Engagement staff should be present at the oral presentation. LMDC s request for an oral presentation shall not constitute acceptance of a proposal. Proposals must be received no later than 5:00 PM EST, Monday, June 30, 2003. Deliver all proposals to: RFP/RFQ PROCESSOR Lower Manhattan Development Corporation One Liberty Plaza, 20 th Floor New York, NY 10006 Attn: BUILDING MURAL RFP LMDC reserves the right to reject any or all proposals submitted if such election is deemed to be in the best interest of LMDC. LMDC assumes no obligation, no responsibility, and no liability for costs incurred by the responding firms prior to the issuance of a contract. The current schedule for this effort is as follows: June 9, 2003 RFP Issued June 30, 2003 Responses Due July 7-11, 2003 Oral Presentations Conducted July 14, 2003 Firm Selected Subject to annual review and approval by the LMDC Board of Directors, the selected firm(s) will be retained for two (2) years with an option for LMDC to renew. II. ANTICIPATED SCOPE OF SERVICES LMDC seeks services from firms specializing in the design and fabrication of large-scale murals suitable for extended attachment and display on black mesh containment netting or white monoflex covered scaffolding. LMDC requests proposals for one or more firms to provide services including, but not limited to, the scope of work described generally below. A. Purpose and Project Area As part of a series of short-term initiatives to enhance the quality of life in Lower Manhattan, and in keeping with LMDC s mission to revitalize Lower Manhattan in the aftermath of the September 11, 2001 terrorist attacks, LMDC will attach a mural or murals to one or more sides of 130 Liberty Street, which is prominent and visible in the World Trade Center area. The LMDC seeks the services of a company or companies (the Design and Fabrication Services firm (s)) to design and fabricate the mural or murals for attachment. Images to serve as the mural background will be provided by LMDC. Details of mural sizes and materials under consideration, which the RFP requires respondents provide estimates for, may be found in Subsection II B, Scope of Project. RFP 2

B. Scope of Project It is anticipated that the Design and Fabrication Services firm(s) will be required to perform one or more of the following services: Graphic Design: Work with LMDC staff and consultants to conceptualize and design the mural or murals. Technical Design: Work with LMDC staff and consultants to select an appropriate durable fabric for the mural or murals and develop technical/fabrication specifications. Fabrication: Fabricate the mural or murals using materials that will not fade or degrade for 36 months. Support: Work with LMDC staff and consultants to support installation of the mural. Note: Installation services are not included in this RFP. As noted previously, the building is currently draped in black mesh containment netting. In the future, scaffolding will be erected and covered with white monoflex. LMDC is considering varying mural sizes and fabric. Firms responding to this RFP must be knowledgeable on the creation of murals of the size and fabric detailed below and capable of designing and/or fabricating those murals. Mural Fabric & Size Options Mural width for all sizes noted below will be approximately 180 feet. (Fee estimates and estimated design schedules must be submitted for each option, as required in Section III, Submission Requirements) 1. Mesh (suitable for attachment to current black containment netting) a. Ten (10) stories in height. b. Twenty (20) stories in height. c. Thirty (30) stories in height. 2. Monoflex (or other material suitable for attachment to monoflex covered scaffolding) a. Ten (10) stories in height. b. Twenty (20) stories in height. c. Thirty (30) stories in height. 3. Alternative proposal for other fabrics a. Ten (10) stories in height. b. Twenty (20) stories in height. c. Thirty (30) stories in height. C. Project Schedule LMDC expects to have at least one mural designed, fabricated, and delivered by September 2003. Additional murals would be designed, fabricated, and delivered for installation by February 2004. The mural or murals will remain attached to the building for at least 24 months. RFP 3

III. SUBMISSION REQUIREMENTS Please letter your responses exactly as the questions are presented herein. Please limit your submission to 10 (ten) one-sided pages, not including work samples, which must be included in a separate, bound, appendix. Interested firms are invited to submit proposals that contain the following information: A. Experience, Structure, and Personnel 1. A history of the firm s experience providing large scale mural design and/or fabrication services. 2. A description of the firm s organizational structure, including resumes of the principals, project manager(s), and professional staff who would work directly with LMDC. 3. Samples of up to five (5) major projects that the firm has completed in the areas of design and/or fabrication services. Include the client, the name of a contact person who is able to provide a reference, a description of the nature of the work, photographs, the size and complexity of the project, and the amount and the agreed fee arrangements. 4. Any other information that you believe would make the firm s work on behalf of LMDC superior to that of other firms or information about your firm s specialty or particular skill to perform a specific requested service. B. Methodological Approach 1. A description of how the firm intends to address the anticipated scope of services set forth in Section II of this RFP. 2. A statement explaining the firm s approach to designing and/or fabricating mesh or monoflex murals, including methods, techniques, etc. that would be em ployed. C. Fee 1. Graphic Design/Technical Design/Support: Total estimated fee for completion of the project(s), broken down by service, hourly rates, and estimated number of hours by mural size, as described in Section IIB, Scope of Project. Also, whether the firm would be willing to agree to a cap. Fabrication: Estimated cost per square foot, broken down by fabric and mural size, as described in Section IIB, Scope of Project. 2. Any quantity discounts for multiple mural design and fabrication (not necessarily of the same fabric). 3. The normal hourly rate of each principal and staff member whose resume is provided or whose job category may be required, and the rate used in the proposal. 4. A list of anticipated reimbursable expenses and the rate charged for each. 5. Any reduced fees offered to other municipalities, governmental entities, economic development or nonprofit organizations, and civic organizations. RFP 4

6. Any other fees or charges. NOTE: The fee proposal must be submitted in a separate, clearly marked, sealed envelope. The fees will not be opened until all proposals have been initially evaluated. Although proposed fees will be taken into account, LMDC reserves the right to negotiate a lower or different fee structure with any firm that is selected. D. Schedule 1. Estimated design and fabrication schedules, broken down by design (fabric and size) and fabrication (fabric and size), as described in Section IIB, Scope of Project. 2. Affect, if any, the fabrication of multiple (4 or less) large-scale murals, at one time, would have on the schedule. E. Contact Information (NOTE: does not count toward 10-page limit) On a single cover sheet in your proposal, please provide: 1. The lead firm or individual name; 2. The lead firm s contact person; 3. License or certification information of lead firm principal or individuals working on the LMDC project; 4. Telephone, fax, and wireless numbers for firm principals or individuals working on the LMDC project; 5. E-mail address for firm principals or individuals working on the LMDC project; 6. The Street address of lead firm or individual; 7. The year the firm or individual practice established; 8. The MBE/WBE status of the firms (Minority-owned Business Enterprise or Women-owned Business Enterprise, as certified by New York State); 9. The type of work or specialty and size of firm; and 10. The signature of the lead individual, and the date of the signature. F.Conflicts of Interest (NOTE: does not count toward 10-page limit) 1. Submit a statement describing any potential conflict of interest or appearance of impropriety, relating to other clients of the firm, or officers, directors, and employees of LMDC, that could be created by providing services to LMDC. 2. Indicate what procedures will be followed to detect and notify LMDC and to resolve any conflicts of interest. 3. Indicate any pending litigation and/or regulatory action by any oversight body or entity that could have an adverse material impact on the firm s ability to serve LMDC. 4. Indicate if the firm has ever had a prior contract with any governmental entity terminated for any reason, and provide an explanation. 5. Submit a completed Standard Background Questionnaire (Attachment 3). RFP 5

G. Non-discrimination Policy (NOTE: Does not count toward 10-page limit) 1. Firms with 50 or more employees shall submit a copy of their nondiscrimination or affirmative action plan. 2. Firms with less than 50 employees shall submit a statement of their commitment to equal opportunity and affirmative action from their chief executive officer. 3. Each responding firm must also complete and submit both (a) Attachment 1 relating to the anticipated workforce to be utilized on the contract, and (b) Attachment 2 relating to the anticipated participation of minority and women-owned business enterprises as subcontractors, if any. All information and documents described in subsections A through D above must be included or addressed in the submission. IV. CRITERIA FOR SELECTION In evaluating proposals submitted pursuant to this request, LMDC places high value on the following factors, not necessarily in order of importance: Approaches in methodology with respect to the anticipated scope of services that demonstrate maximum comprehension of and ability to provide such services to LMDC. Experience of firm and employees to be assigned to the project. Quality of work product as demonstrated in submitted work samples. Demonstrated knowledge of mural design and fabrication. Experience of the firm with comparable projects. Innovative or outstanding work by the firm that demonstrates the firm s unique qualifications to provide design and fabrication services. Number, complexity, and nature of mural design and fabrication services handled by the firm. Selected firm s staff ability, availability and facility for working with LMDC directors, officers, staff and consultants. Conformity with or exceeding of applicable LMDC policies as noted herein, including specific policies relating to nondiscrimination and affirmative action contracting and subcontracting goals. Projected cost of services. Projected schedule for mural design and fabrication. V. CONTRACT TERMS AND REQUIREMENTS RFP 6

The contents of the proposal prepared by the successful firms, with any amendments approved by LMDC, will become a part of the contract awarded as a result of this RFP Process. The selected firms will be required to: Work with LMDC staff and its consultants to provide design and fabrication services to LMDC on matters that may arise in connection with the planning, development, and revitalization of Lower Manhattan. Maintain accurate accounting records and other evidence pertaining to costs incurred in providing services, and on LMDC request, to make such records available to LMDC at all reasonable times during the contract period and for six (6) years after the date of the final payment to the firms under the contract. Assume sole responsibility for the complete effort as required by this RFP, and be the sole point of contact with regard to contractual matters. Refrain from assigning, transferring, conveying, subletting or otherwise disposing of the contract or its rights, titles or interest therein or its power to execute such agreement to any other person, firm, partnership, company, or corporation without the prior consent and approval in writing of LMDC. Comply with applicable law governing projects initiated or supported by LMDC, including all applicable HUD requirements and regulations. LMDC may hire more than one firm that responds to this RFP. LMDC reserves the right to terminate any contract entered into as a result of this RFP at any time, provided that written notice has been given to the firm at least thirty (30) days prior to such proposed termination date. VI. MISCELLANEOUS CONDITIONS A. Obligation Only on Formal Contract The issuance of this RFP, the submission of a response by any firm, and the acceptance of such response by LMDC do not obligate LMDC in any manner. Legal obligations will only arise on the execution of a formal contract by LMDC and the firm(s) selected by LMDC. LMDC s formal contract may include schedules in the form of the accompanying Schedules A, B, and C. LMDC provides these forms for informational purposes only and may amend them from time to time. Responses to this RFP will be prepared at the sole cost and expense of the proposing firms. No materials submitted in response to this RFP will be returned. B. LMDC Reservation of Rights LMDC may (i) amend, modify, or withdraw this RFP, (ii) revise requirements of this RFP, (iii) require supplemental statements or information from any firm, (iv) accept or reject any or all RFP 7

responses hereto, (v) extend the deadline for submission of responses thereto, (vi) negotiate or hold discussions with any respondent and to waive defects and allow corrections of deficient responses which do not completely conform to the instructions contained herein, and (vii) cancel this RFP, in whole or in part, if LMDC deems it in its best interest to do so. LMDC may exercise the foregoing rights at any time without notice and without liability to any proposing firm or any other party for their expenses incurred in the preparation of the responses hereto or otherwise. C. Nondiscrimination and Affirmative Action Policies It is the policy of the State of New York and LMDC to comply with all federal, state and local laws, policies, orders, rules and regulations which prohibit unlawful discrimination because of race, creed, color, national origin, sex, sexual orientation, age, disability or marital status, and to take affirmative action in working with contracting parties to ensure that Minority and Womenowned Business Enterprises ( M/WBEs ), Minority Group Members and women share in the economic opportunities generated by LMDC s participation in projects or initiatives, and/or the use of LMDC funds. As a subsidiary of ESDC, LMDC follows ESDC s non-discrimination and affirmative action policy will apply to any contract entered into as a result of this RFP. LMDC has established a 20% M/WBE participation goal for its entire redevelopment project. The selected firm(s) shall be required to use best efforts to provide for the meaningful participation of United States M/WBE s, Minority Group Members and women in the execution of this contract. A copy of each responding firm s equal employment opportunity policy statement, Attachment 1 relating to the anticipated workforce to be utilized on the contract and Attachment 2 relating to the anticipated participation by M/WBEs as subcontractors, shall be included as part of the response to the RFP. The ESDC Affirmative Action Unit ( AAU ) is available to assist you in identifying M/WBEs certified by the State of New York that can provide goods and services in connection with the contract anticipated by this RFP. If you require M/WBE listings, please call the AAU at (212) 803-3224. RFP 8