OMH Rockland Psychiatric Center Install 2MW Standby Generator

Agency: State Government of New York
State: New York
Type of Government: State & Local
NAICS Category:
  • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • 335312 - Motor and Generator Manufacturing
  • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Posted Date: Apr 9, 2024
Due Date: May 2, 2024
Solicitation No: 3655809999
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
OMH Rockland Psychiatric Center Install 2MW Standby Generator
Solicitation #: 3655809999
Issue Date: 03/29/2024
Proposal Due: 05/02/2024 - 2:00 PM
Classification: Construction Contracts
Type: Bid
Status: New
Subcontracting Provisioning Goals (%)
Minority Owned: 18
Women Owned: 12
Service Disabled Veteran Owned: 6
Equal Employment Opportunity: 45
Pre-Bid Meeting

A Pre-Bid Meeting will be held on April 9, 2024, at 9:00 AM in the DASNY Field Office at Rockland Psychiatric Center Building 19, 2 nd Floor, Orangeburg, NY 10962 (north side entrance on the second floor). Please contact Christopher Headley at (646) 529-0012 to attend. All prospective bidders are strongly encouraged to attend.

Contract Terms
June 2, 2026
Location Where Goods to be Delivered or Service Performed
Rockland Psychiatric Center, 140 Old Orangeburg Road Orangeburg New York 10962

NOTICE TO BIDDERS

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

New York State Office of Mental Health

Rockland Psychiatric Center

Install 2MW Standby Generator

CR8 General Construction

CR9 Electrical

Project Number 3655809999

Sealed bids for the above Work located at Rockland Psychiatric Center, 140 Old 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 – LIANNE ALCANTARA.” 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 353 471 6521, Password 351895. 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 May 2, 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: Christopher Headley, Project Manager, Rockland PC, 140 Old Orangeburg Rd, Bldg 19, 2nd Floor (UPS delivery: RPC Mailroom, Bldg 57), Orangeburg, NY 10962, (646) 529-0012, CHeadley@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 April 9, 2024, at 9:00 AM in the DASNY Field Office at Rockland Psychiatric Center Building 19, 2 nd Floor, Orangeburg, NY 10962 (north side entrance on the second floor). Please contact Christopher Headley at (646) 529-0012 to attend. 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

March 29, 2024

Due to the lead time of the generator and the switchgear, the project shall be done in phases.

Phase 1: All the underground and site work should be done first:

  • Provide tree protection, catch basin inlet protection, silt fence, erosion, and sediment control.
  • Regrade the site.
  • Install ground grid in the area that the generator and switchgear will be installed.
  • Provide excavation for manholes, saw cut street and sidewalk.
  • Provide trenching between manholes, install manholes for power feeders, handholes for communication and electrical duct bank for power and communication.
  • Restore sidewalk and street and coordinate conduit stub-up conduit for generator and switchgear based on approved layout from manufacturer.
  • Provide pad for generator and switchgear and restore landscape and provide temporary fence.

Phase 2: Switchgear, medium voltage switch and feeder installation includes:

  • Install switchgear and MV switch.
  • Furnish and install new feeder between switchgear, MV switch and manholes.
  • Test all MV cables, terminate cables in switchgear and MV switch.
  • In order to install and splice the new feeders, contractor shall coordinate with facility to transfer all the load from:
    • PF-1 to PF-2 and PF-3
    • PF-2: Bldgs. 1, 57, 58, 59, 60, 116
    • PF-3: Bldgs. 17, 19, Children
    • PF-4 to PF-5 for NKI building
    • CUP-A to CUP-B for Central utility plant
  • Splice will be done in manholes EPMH-4 and EPMH-5.
  • Test the switchgear.
  • Disconnect fiber optic from mirror panel in old switchgear.
  • Reroute fiber optic via handhole and terminate fiber optic in new switchgear.
  • Provide testing to all new equipment and reprogram the Scada system (mirror panel).
  • Provide new short circuit, arc flash and coordination study.
  • Provide new settings for breakers and relays in new switchgear and training for the facility.

Phase 3: Generator installation:

  • Install structural I beams, place and secure the fuel oil tank.
  • Provide all the onsite inspection and testing for the Fuel oil tank.
  • Install generator and connection between generator and fuel oil tank.
  • Provide feeders from new switchboard to generator.
  • Provide all the onsite inspection and testing for the generator.
  • Provide programing based on sequence of operation for the generator and switchgear and the existing generator for NKI, Mid-rise building and children,
  • Test the entire system.
  • Furnish and install new chain link fence.
  • Provide training to the facility.
  • Civil trade. They will need to regrade the side.

The estimated cost range for the electrical work is between $4,200,000.00 and $5,400,000.00, and the estimated cost range for the general construction work is between $425,000.00 and $550,000.00.

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.

Primary Contact

Chris Headley

Project Manager

DASNY

Upstate Construction

Rockland Psychiatric Center

140 Old Orangeburg Road

Building 19 - Second Floor

Orangeburg, New York 10962

United States

Phone: 845-398-1055

Email: cheadley@dasny.org

Submit To Contact

Lianne Alcantara

Asst Procurement Administrator

DASNY

Procurement

515 Broadway

Albany, NY 12207

United States

Phone: 518-257-3000

Email: ccontracts@dasny.org

Company Contact Phone Email Address City State Zipcode Fax
Jorrey Excavating, Inc Brad Jorrey 845-692-2755 mjorrey@aol.com 160 Bart Bull Rd Middletown NY 10941 845-692-7386
E-J Electric Installation Co. Ty Stein 718-786-9400 tstein@ej1899.com 46-41 Vernon Blvd. Long Island City NY 11101
Mehl Electric Company, Inc. Chris Neborsky 845-735-4004 Chris@mehlnet.com 74 South Main St Pearl River NY 10965 845-735-0053
Tribeca Electrical Corp Omadatt Meghan 718-441-0042 rmeghan@tribecaelectric.com 89-15 127th Street Richmond Hill NY 11418 718-441-0034
O'Connell Electric Co. John Marvel 585-924-2176 john.marvel@oconnellelectric.com 830 Phillips Rd. Victor NY 14564 585-924-4973
Rockland Electric John Fanshawe 845-627-3232 rocklandelectric@gmail.com 143 Main Street 1st Floor Nanuet NY 10954 845-627-0423
West-Fair Electric Contractors, Inc. Joe Kelderhouse 914-769-8050 jkelderhouse@west-fair.com 200 Brady Ave, PO Box 298 Hawthorne NY 10532
All Bright Electric D Rivera 845-358-1200 drivera@allbrightelectric.com 100 Snake Hill Rd. West Nyack NY 10994 845-358-1247
Verde Electric Corp. Moe Tayel 914-664-7000 mtayel@verdeelectric.com 89 Edison Ave. Mt. Vernon NY 10550 914-668-7997
Interstate Mechanical Services Inc. Kerri Pinder 201-767-1192 kpinder@intersmech.com 355 Sills Rd. Yaphank NY 11980

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Y1DA--630A4-14-427 (UPGRADE ELEVATORS - BROOKLYN) (VA-24-00059898) Active Contract Opportunity Notice ID 36C24224B0032

Federal Agency

Follow Y1DA--630A4-14-427 (UPGRADE ELEVATORS - BROOKLYN) (VA-24-00059898) Active Contract Opportunity Notice ID 36C24224B0032

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/15/2024

Issue Date: 04/10/2024 Contract Number: Various Construction/Various Description: BIDDERS SHOULD BE ADVISED THAT

The New York State Contract Reporter

Bid Due: 5/09/2024

Issue Date: 04/22/2024 Contract Number: 0000469612 Project Management Consultant Services for Design-Build Project

The New York State Contract Reporter

Bid Due: 5/30/2024