OASAS Bronx Addiction Treatment Center Building 13 Renovations and Associated HAZMAT Abatement

Solicitation #:3649109999 CR10
Issue Date:11/27/2024
Proposal Due:01/09/2025 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:Awarded
Subcontracting Provisioning Goals (%)
Minority Owned:18%
Women Owned:12%
Service Disabled Veteran Owned:6%
Pre-Bid Meeting

A Pre-Bid Meeting will be held on Monday, December 16, 2024, at 10:30 AM at Bronx ATC, 1500 Waters Place, Bronx, NY 10461. Contact Patrick Okolo at 917-351-5603. All prospective bidders are strongly encouraged to attend. 

Contract Terms
Phase 1: June 13, 2025; Phase 2: September 12, 2025; Phase 3: October 31, 2025; Phase 4: January 2, 2026
Location Where Goods to be Delivered or Service Performed
Bronx ATC, 1500 Waters Place, Bronx, New York 10461

NOTICE TO BIDDERS

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

Office of Addiction Services and Supports

Bronx Addiction Treatment Center

Building 13 Renovations and Associated HAZMAT Abatement

CR10 General Construction

Project Number 3649109999

 

Sealed bids for the above Work located at Bronx ATC, 1500 Waters Place, Bronx, New York 10461, 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 GRUSS.” DASNY will not be responsible for receipt of bids which do not comply with these instructions.

 

The Dormitory Authority of the State of New York (“DASNY”) has determined that its interest in obtaining the best work at the lowest possible price, preventing favoritism, fraud and corruption, and other considerations such as the impact of delay, the possibility of cost savings advantages and any local history of labor unrest are best met by use of a Project Labor Agreement (“PLA”) on this Project.  The successful low bidder, as a condition of being awarded this Contract, will be required to execute the PLA described in the Information for Bidders and included in the Contract Documents.  See Section 18.0 of the Information for Bidders of the Contract Documents for additional information.  All subcontractors of every tier will be required to agree to be bound by the PLA.

 

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 9, 2025, 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: Patrick Okolo, Project Manager, 138th Street and St. Nicholas Terrace, DASNY Red Trailer, New York, NY 10031, 917-351-5603, pokolo@dasny.org (the Owner’s Representative)  and DASNY at ccontracts@dasny.org.  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 Monday, December 16, 2024, at 10:30 AM at Bronx ATC, 1500 Waters Place, Bronx, NY 10461. Contact Patrick Okolo at 917-351-5603. 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 camelotbids@teamcamelot.com 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

bids@constructionjournal.com

400 SW 7th St.

Stuart, FL 34994

Contact information after documents have been issued

efrance@constructionjournal.com

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: projects@cmdgroup.com

Ph: (800) 364-2059

 

Dodge Data & Analytics

3315 Central Avenue

Hot Springs, AR 71901

Contact: William Fleming

william.fleming@construction.com

Ph: (518) 269-7735                                                                                       

 

 

Robert J. Rodriguez, President & CEO

November 27, 2024

The site/buildings are assumed to be occupied for the duration of the project. The scope of work includes but it’s not limited to:

Environmental

  • Disposal of hazard waste, and related hazardous materials, including asbestos abatement.
  • Control and mitigation of Lead-based paint (LBP) and lead-containing paint (LCP) material hazard during demolition and renovation.
  • The removal and disposal of universal waste

Architecture

  • Window replacement and security screen installation at the building 1st, 2nd floors, storage rooms of the 3rd and 4th floors.
  • Replacement of the existing baseboard covers with new heavy duty sheet metal covers.
  • Replaced of wall convectors in stair A and B at all floors.
  • The removal and installation of new LVT plank flooring throughout the first floor in all rooms with existing VCT flooring, including new 6" vinyl wall base.
  • Hallway fluorescent lighting shall be replaced with new LED fixtures on all four (4) floors.
  • The ceiling at the Dining Room / Servery shall be removed and replaced with gypsum board. New LED lighting shall be provided and installed.
  • Reconfiguration and installation of new aluminum and glass storefront entrances at the front vestibule, exterior and interior doors. New hardware for the doors including card reader access.
  • Modification to the rear entrance door (Dining Room)
  • Replacement of security camera at the building entries/exits.
  • Existing plaster and/or gypsum board ceilings to be patched and painted.

Civil Engineering

  • Replacement of exterior ramp and stairs at the front entrance, including new handrails.
  • Concrete walkway shall be partially replaced.
  • Exterior stair at the rear entrance shall be replaced and new handrails.
  • Masonry repair and concrete repair work at the areas of spalling concrete and new guardrail.
  • New handrail at the existing stairs
  • New concrete walkway leading to the sidewalk.

Mechanical Engineering

  • At the completion of the project all units shall be tested and balanced.

Electrical Engineering & Data and Communications

  • Emergency lighting shall be provided to meet all code requirements for illumination levels.

The Dormitory Authority of the State of New York  (“DASNY”) has determined that its interest in obtaining the best work at the lowest possible price, preventing favoritism, fraud and corruption, and other considerations such as the impact of delay, the possibility of cost savings advantages and any local history of labor unrest are best met by use of a Project Labor Agreement (“PLA”) on this Project. The successful low bidder, as a condition of being awarded this Contract, will be required to execute the PLA described in the Information for Bidders and included in the Contract Documents.  See Section 18.0 of the Information for Bidders of the Contract Documents for additional information.  All subcontractors of every tier will be required to agree to be bound by the PLA.

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 camelotbids@teamcamelot.com 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 ccontracts@dasny.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/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.

Submit To Contact

Molly Gruss

Assistant Procurement Administrator

DASNY

515 Broadway

Albany, New York 12207

United States

Phone: 518-257-3698

Email: mgruss@dasny.org

The list below contains contractors and bid amounts received in response to the solicitation for the above referenced project. The list is for information only and is subject to change. The list does not guarantee or represent future award of the Contract to any entity listed. All bids submitted remain under review until such time as a Contract is awarded.

The Contractor listed below has been awarded the Contract for the above listed Project as of the date provided.