OMH Nathan Kline Institute Elevator Modernization and Associated Hazmat Abatement

Solicitation #:3776909999
Issue Date:11/20/2025
Proposal Due:01/07/2026 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:New
Subcontracting Provisioning Goals (%)
Minority Owned:5%
Women Owned:5%
Service Disabled Veteran Owned:3%
Pre-Bid Meeting

A Pre-Bid Meeting will be held on December 3, 2025, at 10:00 AM at DASNY Field Office, 140 Old Orangeburg Rd., Bldg. 19, 2nd Floor, Orangeburg, NY 10962Entrance is the north stairwell off end of the building.  Contact Michael Tyler at 518-898-6359. All prospective bidders are strongly encouraged to attend. 

Contract Terms
October 15, 2027
Location Where Goods to be Delivered or Service Performed
NKI, 140 Old Orangeburg Rd, Orangeburg, NY 10962

NOTICE TO BIDDERS

DORMITORY AUTHORITY OF THE STATE OF NEW YORK (“DASNY”)

Office of Mental Health

Nathan Kline Institute

Elevator Modernization and Associated Hazmat Abatement

CR6 GC

CR7 Electrical

CR8 HVAC

CR9 Plumbing

Project Number 3776909999

 

Sealed bids for the above Work located at Nathan Kline Institute, 140 Orangeburg Road, Orangeburg, New York, 10962, will be received by DASNY at its office located at 515 Broadway, Albany, NY 12207.  Each bid must be identified, on the outside of the envelope, with the name and address of the bidder and designated a bid for the Project titled above.  When a sealed bid is placed inside another delivery jacket, the bid delivery jacket must be clearly marked on the outside “BID ENCLOSED” and “ATTENTION: CONSTRUCTION CONTRACTS – MOLLY SAAR.” DASNY will not be responsible for receipt of bids which do not comply with these instructions.

 

All individuals who plan to attend pre-bid meetings or bid openings in person will be required to present government-issued picture identification to building security officials and obtain a visitors pass prior to attending the bid opening.

 

Individuals and entities submitting bids in person or by private delivery services should allow sufficient time for processing through building security to assure that bids are received prior to the deadline for submitting bids. 

 

All bid openings will be made available for viewing live via Zoom at www.zoom.us.  To enter the meeting, select “Join a Meeting” then enter Meeting Id 550 592 4065, Password 730959.  Individuals are strongly encouraged to utilize this public viewing option as an alternative to in person attendance at bid openings.

 

Only those bids in the hands of DASNY, available to be read at 2:00 PM local time on January 7, 2026, will be considered.  Bids shall be publicly opened and read aloud.  Bid results can be viewed at DASNY’s website; http://www.dasny.org.

 

In accordance with State Finance Law § 139-j and § 139-k, this solicitation includes and imposes certain restrictions on communications between DASNY personnel and a prospective bidder during the procurement process. Designated staff for this solicitation is: Michael Tyler, Project Manager, DASNY Field Office, 140 Old Orangeburg Rd., Bldg. 19, 2nd Floor, Orangeburg, NY 10962, [email protected], 518-898-6359 (the Owner’s Representative)  and DASNY at [email protected].  Contacts made to other DASNY personnel regarding this procurement may disqualify the prospective bidder and affect future procurements with governmental entities in the State of New York.  For more information pursuant to this law, refer to DASNY’s website; http://www.dasny.org or the OGS website; http://www.ogs.state.ny.us.

 

A Pre-Bid Meeting will be held on December 3, 2025, at 10:00 AM at DASNY Field Office, 140 Old Orangeburg Rd., Bldg. 19, 2nd Floor, Orangeburg, NY 10962Entrance is the north stairwell off end of the building.  Contact Michael Tyler at 518-898-6359. All prospective bidders are strongly encouraged to attend. 

 

A complete set of Contract Documents may be viewed and/or purchased online from Camelot Print and Copy Centers.  Only those Contract Documents obtained in this manner will enable a prospective bidder to be identified as an official plan holder of record.  DASNY takes no responsibility for the completeness of Contract Documents obtained from other sources.  Contract Documents obtained from other sources may not be accurate or may not contain addenda that may have been issued.  In addition, prospective bidders are advised that the Contract Documents for this Project contain new “GENERAL CONDITIONS for CONSTRUCTION” dated June 17, 2021, that contain significant revisions from those documents previously contained in DASNY’s Contract Documents.  Prospective bidders are further advised to review applicable sections of these General Conditions for any potential impact on their bid price prior to submittal of the bid.  The plan holders list and a list of interested subcontractors and material suppliers may be viewed at DASNY’s website: http://www.dasny.org.  For Bid Opportunities and other DASNY related news, follow us on Twitter @NYS_DASNY and Facebook https://www.facebook.com/pages/DASNY-Dormitor-Authority-of-the-State-of-New-York/307274192739368.

 

To view the Contract Documents online, click the following link: www.camelotplanroom.com or type it into your web browser. Then click on the Public Jobs link on the left side of the page. If you would like to purchase the Contract Documents and become a registered planholder click the link "Register for an account" and follow the steps to create a free account (if you have not previously set one up). Once you have a Login and Password, log in to the planroom. To order a DIGITAL DOWNLOAD of the Contract Documents and be placed on the bidder's list, add the Contract Document(s) to your cart and proceed to the checkout. All major credit cards are accepted online. A purchase of a digital download is required to become a registered planholder. Printed sets of the Contract Documents are also available to planholders for an additional cost and may be ordered through the online planroom or by mailing a check. The purchase of the digital downloads and printed sets are non-refundable and non-returnable. Please contact Camelot's Bid Department at (518) 435-9696 or email them at [email protected] for more information.

 

If you prefer to order a CD of the Contract Documents in place of the digital download, please send your non-refundable check/money order in the amount of $15.00 payable to Camelot Print and Copy Centers to: Camelot Print & Copy Centers, Attn: Bid Department, 630 Columbia St. Ext., Latham, NY 12110

 

If you are ordering by mail, please include ALL the following on a transmittal with your check or money order:

 

Company Name

Address (physical address only)

Contact Person

Phone Number

Email (for communication including addendum notifications)

Company Fax number

FedEx or UPS shipping account number

 

If you do not have a shipping account, please send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.  Please include your Federal ID number, telephone and fax numbers on your Bank Check or Postal Money Order.  NOTE: Bid due date is subject to change if Contract Documents are not available when requested, therefore, please call to confirm the availability of Contract Documents.  If the Contract Documents will not be picked up by the purchaser, the purchaser will need to provide an account number for shipping of the documents or send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.

 

For the convenience of prospective bidders, subcontractors and material suppliers, the Contract Documents will be displayed at the following locations:

Construction Journal

Contact information for hard copy distribution

[email protected]

400 SW 7th St.

Stuart, FL 34994

Contact information after documents have been issued

[email protected]

Phone:772-781-2144, ext 426

Fax: 772-781-2145

 

ConstructConnect

Attn:  Production

30 Technology Parkway S. Suite 500

Norcross, GA 30092

Contact: Vera Bifulco

Email: [email protected]

Ph: (800) 364-2059

 

Dodge Data & Analytics

3315 Central Avenue

Hot Springs, AR 71901

Contact: William Fleming

[email protected]

Ph: (518) 269-7735                                                                                       

 

 

 

Robert J. Rodriguez, President & CEO

November 20, 2025

This project consists of the comprehensive modernization of three elevators, including two three-stop bore-hole hydraulic passenger elevators and one two-stop bottom-traction freight elevator. The two passenger elevators will be converted to holeless hydraulic systems, with work involving pit floor lowering, new sump pump pits, upgraded elevator controls, hydraulic piping and pistons, pit steel, buffers, and guiderails. Hoistway entrances will be reconstructed with new doors, frames, and sills, and each car will receive a new platform and sling, updated shell, interior finishes, lighting, and a modern control panel featuring audio and text-based emergency two-way communication and firefighter operations. One elevator’s mechanical room will also be enlarged and rebuilt with a new door to support the upgraded equipment.

The freight elevator will be transformed into a machine-room-less (MRL) traction elevator. This portion of the work includes lowering the pit floor, constructing a new sump pump pit with underpinning of the existing footing, and installing a new elevator controller along with a rail-mounted traction hoisting machine in the overhead space. New pit steel, buffers, guiderails, and modernized hoistway entrances will be provided, and the elevator car will be fully updated with a new platform and sling, enhanced interiors, lighting, and a control panel equipped with audio and text-based emergency two-way communication and firefighter functionality.

All elevator lobbies will be refreshed with new hall call stations and position indicator fixtures, along with patching and painting throughout. The General Contractor will be responsible for all hazardous material abatement, structural and architectural modifications, and core elevator work required to complete the modernization program.

To support these upgrades, the Electrical Scope includes providing electrical power enhancements, new lighting and receptacles, upgraded power feeds for equipment, and fire alarm system modifications for all three elevators. The HVAC Scope includes installing new split-system air conditioning units with outdoor condensing units in each of the three machine rooms, along with associated BMS system updates. The Plumbing Scope includes furnishing and installing new elevator pit sump pumps, discharge piping, fire protection system modifications, and related BMS updates serving each of the three elevator modernizations.

Estimated Cost Range:

GC contract, CR6 - $2,200,000 - $2,500,000
Electrical contract, CR7 - $215,000 - $260,000
HVAC contract, CR8 - $140,000-$180,000
Plumbing contract, CR9 - $87,500 - $125,000.

A complete set of Contract Documents may be viewed and/or purchased online from Camelot Print and Copy Centers. Only those Contract Documents obtained in this manner will enable a prospective bidder to be identified as an official plan holder of record. DASNY takes no responsibility for the completeness of Contract Documents obtained from other sources. Contract Documents obtained from other sources may not be accurate or may not contain addenda that may have been issued. In addition, prospective bidders are advised that the Contract Documents for this Project contain new ''GENERAL CONDITIONS for CONSTRUCTION'' dated June 17, 2021, that contain significant revisions from those documents previously contained in DASNY’s Contract Documents. Prospective bidders are further advised to review applicable sections of these General Conditions for any potential impact on their bid price prior to submittal of the bid. The plan holders list and a list of interested subcontractors and material suppliers may be viewed at DASNY’s website: https://www.dasny.org/. For Bid Opportunities and other DASNY related news, follow us on Twitter @NYS_DASNY and Facebook https://www.facebook.com/pages/DASNY-Dormitor-Authority-of-the-State-of-New-York/307274192739368.

To view the Contract Documents online, click the following link: www.camelotplanroom.com or type it into your web browser. Then click on the Public Jobs link on the left side of the page. If you would like to purchase the Contract Documents and become a registered planholder click the link ''Register for an account'' and follow the steps to create a free account (if you have not previously set one up). Once you have a Login and Password, log in to the planroom. To order a DIGITAL DOWNLOAD of the Contract Documents and be placed on the bidder's list, add the Contract Document(s) to your cart and proceed to the checkout. All major credit cards are accepted online. A purchase of a digital download is required to become a registered planholder. Printed sets of the Contract Documents are also available to planholders for an additional cost and may be ordered through the online planroom or by mailing a check. The purchase of the digital downloads and printed sets are non-refundable and non-returnable. Please contact Camelot's Bid Department at (518) 435-9696 or email them at [email protected] for more information.

If you prefer to order a CD of the Contract Documents in place of the digital download, please send your non-refundable check/money order in the amount of $15.00 payable to Camelot Print and Copy Centers to:

Camelot Print & Copy Centers

630 Columbia St. Ext.

Latham, NY 12110

Attn: Bid Department

 

If you are ordering by mail, please include ALL the following on a transmittal with your check or money order:

Company Name

Address (physical address only)

Contact Person

Phone Number

Email (for communication including addendum notifications)

Company Fax number

FedEx or UPS shipping account number

 

If you do not have a shipping account, please send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.

Please include your Federal ID number, telephone and fax numbers on your Bank Check or Postal Money Order. NOTE: Bid due date is subject to change if Contract Documents are not available when requested, therefore, please call to confirm the availability of Contract Documents. If the Contract Documents will not be picked up by the purchaser, the purchaser will need to provide an account number for shipping of the documents or send an additional non-refundable check for $20 payable to Camelot Print and Copy Centers.

The bidder or its principals shall have a minimum of five (5) years experience in similar work and shall provide to the Owner on the Minimum Qualifications Form a list of five (5) contracts of similar size, scope, and complexity to this Project completed or substantially completed within the last ten (10) years.  Projects with complex technical specification sections may require additional experience in terms of both time as well as number of similarly completed projects. 

Contract Security, EEO/AA Insurance, NY State Vendor Responsibility Questionnaire (Executive Order 125). See Contract Documents for details.

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

Primary Contact

Michael Tyler

Project Manager

Construction

Rockland PC

140 Old Orangeburg Rd.

Bldg 19, 2nd Floor

Orangeburg, New York 10962

United States

Phone: 518-898-6359

Email: [email protected]

Submit To Contact

Molly Saar

Assistant Procurement Administrator

DASNY

515 Broadway

Albany, New York 12207

United States

Phone: 518-257-3698

Email: [email protected]

Company Name Contact Name Phone Email Website Fax Designation Goods/Services
EBONY WOOD CRAFT CORP Alexis Villalona 3472944070 [email protected] ebonywc.com
  • Minority Owned Business (MBE)
GPA Environmental Group Inc. Maria Pelopida 718-502-9560 [email protected] http://www.gpagroup.nyc
  • Women Owned Business (WBE)
  • NYS Certified Women Owned Business (NYS-Cert. WBE)
MaryPiven Inc DBA Clean2Clean Mary Piven 8007430121 [email protected] https://clean2clean.com 8007430121
  • Women Owned Business (WBE)
  • NYS Certified Minority Owned Business (NYS-Cert. MBE)
  • Disadvantaged Business Enterprise (DBE)
Post construction cleanup and janitorial center