OPWDD Broome DDSO Building 3 Chiller Replacement and Asbestos & Hazardous Materials Abatement

Solicitation #:371970
Issue Date:08/23/2024
Proposal Due:09/19/2024 - 2:00 PM
Classification:Construction Contracts
Type:Bid
Status:New
Subcontracting Provisioning Goals (%)
Minority Owned:3
Women Owned:3
Service Disabled Veteran Owned:1
Pre-Bid Meeting

A Pre-Bid Meeting will be held on Tuesday, September 3, 2024, at 11:00 AM at Broome DDSO, 249 Glenwood Rd, Binghamton, NY 13905. Contact Phil Maruo at 518-704-7148.  All prospective bidders are strongly encouraged to attend. 

Contract Terms
April 30, 2026
Location Where Goods to be Delivered or Service Performed
Broome DDSO, 249 Glenwood Road, Binghamton, New York 13905

NOTICE TO BIDDERS

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

Office for People with Developmental Disabilities

Broome DDSO

Building 3 Chiller Replacement and Asbestos & Hazardous Materials Abatement

CR14 HVAC & Abatement

CR15 Electrical

Project Number 3719709999

 

Sealed bids for the above Work located at Broome DDSO, 249 Glenwood Road, Binghamton, New York 13905 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 – DARIA KHANAFIEV.” 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 September 19, 2024, 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: Kevin Perazzelli, Project Manager, 515 Broadway, Albany, New York 12207, 518-801-3394, [email protected] (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 Tuesday, September 3, 2024, at 11:00 AM at Broome DDSO, 249 Glenwood Rd, Binghamton, NY 13905. Contact Phil Maruo at 518-704-7148.  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:

 

Albany Center for Economic Success

255 Orange Street

Albany, NY 12210

Contact:  Destiny Watkins

Email: [email protected]

Ph: (518) 427-7804

Fax: (518) 427-6203

 

Dodge Data & Analytics

3315 Central Avenue

Hot Springs, AR 71901

Contact: William Fleming

[email protected]

Ph: (518) 269-7735                                                                                       

 

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

 

Minority Contractors Tech. Assoc.

818 Albany Street

Schenectady, NY 12307

Email: [email protected]

Ph: (518) 372-4409

Fax: (518) 372-5143

 

Eastern Contractors Association

6 Airline Drive

Albany, NY 12205

Contact: Judy Ploof

Email: [email protected]

Fax: (518) 869-2378

Ph: (518) 869-0961

 

Robert J. Rodriguez, President & CEO

August 23, 2024

DASNY is soliciting bids from Multiple Prime HVAC and Electrical Contractors for the following Scope of Work to be performed at the Broome Developmental Center. The project consists phased replacement of the existing Chiller equipment over the course of two winters.  Phase 1 to be completed by April 30, 2025, and Phase 2 to be completed by April 30, 2026.

There will be separate contracts for HVAC and Electrical. Refer to the Project Documents (Project Manual and Drawings) for entire scope of work. Any Asbestos & Hazardous Material Abatement work will fall under the HVAC Contract.  Any plumbing work required is to be performed by Owner.  The scope of work for each includes:

HVAC CONTRACT

Work in the HVAC Contract includes but is not limited to, the following:

Phase 1:

Asbestos Abatement & Hazardous Materials Abatement

Perform hazardous materials abatement for the material types listed below, as detailed in the hazardous materials drawings. Environmental work shall be performed in conjunction with mechanical work for Phase.

1Ensure the environmental removals are coordinated prior to commencement of work.

Surfaces determined to be coated with lead-based paint (LBP) or a lead coating (greater than 1.0 mg/cm2) in the first floor and basement to the phase delineation line on M-105.

Materials identified to be coated with lead-containing paint (less than 1.0 mg/cm2).

Materials identified to be asbestos-containing materials (ACM) on the first floor.

Phase 2:

Demolish and replace condenser water piping with CPVC schedule 80 piping (from the phase delineation in the basement refrigeration room to the cooling tower connections).

Apply firestopping at interior piping penetrations as indicated in the mechanical drawings and per specification 078400 in addition to locations where asbestos abatement and/or hazardous materials abatement was per- formed and fireproofing was damaged or abated.

Perform a rebuild to the two (2) cooling towers followed by an inspection as outlined by the original equipment manufacturer.

Coordinate the storage of the new chillers during Phase 1.

Provide proof of purchase of the two (2) new chillers prior to September 1, 2025.

Assist commissioning agent as required.

Hazardous Materials Abatement

Perform hazardous materials abatement for the material types listed be- low, as detailed in the hazardous materials drawings within this drawing package. Environmental work shall be performed in conjunction with mechanical work for Phase 2. Ensure the environmental removals are co- ordinated prior to commencement of work.

Surfaces determined to be coated with lead-based paint (LBP) or a lead coating (greater than 1.0 mg/cm2) in the basement to the phase delineation line on M-105.

Materials identified to be coated with lead-containing paint (less than 1.0 mg/cm2).

HVAC

Demolish and replace six (6) pumps, two (2) chillers and associated refrigerant relief piping, and one (1) exhaust fan. All this equipment will be replaced per construction documents with new equipment, any changes required by code will be included in the updated equipment selections.

Install new refrigerant relief piping and an extension to the existing exhaust air ductwork to provide a termination point at least 20 feet from any intake or window; remove and replace exhaust fan.

Piping system accessories, such as chilled water air separator, expansion tank, side stream filter, and chemical feeder will be demolished and re- placed per construction documents. The chemical treatment system for the condenser water is existing to remain.

A portion of the associated chilled water piping will be replaced, the piping will be re-applied with insulation as required per the insulation specification.

All condenser water piping will be demolished and replaced with CPVC schedule 80 piping (from the phase delineation in the basement refrigeration room to the chiller connections).

Apply fireproofing to locations where lead abatement was performed and fireproofing was damaged.

ELECTRICAL CONTRACT

Work in the Electrical Contract includes but is not limited to, the following:

Phase 1:

Furnish and install required power and controls wiring for new instrumentation and controls devices.

Remove existing applicable light fixtures.

Furnish and install required light fixtures.

Phase 2:

Remove existing variable frequency drives, conduit, wires, and disconnect switches to the extent required to perform the work.

Demolish and replace the two (2) existing refrigerant sensors with sensors for R- 513A refrigerant. The existing sensor wiring shall remain in place and be re- utilized for the new sensors.

Furnish and install required power and controls wiring for all new equipment and controls.

Temporary Facilities and Controls in the HVAC and Electrical Contract include are detailed and described in Section 015000:

The scope of services of the HVAC contract includes but is not limited to installation of Building automation system, HVAC systems, equipment, instrumentation, and controls. The estimated construction cost for the HVAC Base Bid is between $3,600,000 – 3,900,000.

The scope of services of the Electrical contract includes but is not limited to: Rework of fire alarm system and devices, power equipment, lighting, communication, and security, wiring and devices. The estimated construction cost for the Electrical Base Bid is between $350,000 and $450,000.

The scope of services of the Plumbing necessary for this project is to be performed by owner.

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

Kevin Perazzelli

Project Manager

515 Broadway

Albany, New York 12207

United States

Phone: 518-801-3394

Email: [email protected]

Submit To Contact

Daria Khanafiev

Assistant Procurement Administrator

DASNY

Procurement

515 Broadway

Albany, NY 12207

United States

Phone: 518-257-3707

Email: [email protected]

CompanyContactPhoneEmailAddressCityStateZipcodeFax
ENL Mechanical IncorporatedLaji George609-721-7200[email protected]134 W End AveSomervilleNY08876 
GDS Mechanical, Inc.Pramod Panackal973-993-9199[email protected]39 East Hanover Ave.Morris PlainsNJ07059973-993-8444
Wilkins Mechanical, Inc.Susan Heffernan315-638-2400[email protected]6923 Herman Rd.SyracuseNY13209 
Company Name Contact Name Phone Email Website Fax Designation Goods/Services