Improve Accessibility Nevaldine North & South

SUNY Canton

Status

Bidding Closed

Prebid Date8/31/22 11:45am

Bid Date9/14/22 2:00pm

Company & Contacts

Pathfinders Engineers
Alex Strasenburgh  
5852089148

Location

Albany, NY

If requesting HARD COPIES please choose payment method DEPOSIT.

If you are DOWNLOADING files please select payment method CREDIT CARD.

To Expedite Shipments of Bid Deposit Jobs Please Fax (585-385-2190) or Email (selliott@rotoliteelliott.com) a copy of your Bid Check.

00 21 13 10 Notice to Bidders NB- 1 March 2022
STATE UNIVERSITY CONSTRUCTION FUND
NOTICE TO BIDDERS
The State University Construction Fund will receive sealed Proposals for Project No. 231044-00 Titled Improve Accessibility- Nevaldine North & South at State University of New York at Canton until 2:00 p.m. Local Time on Wednesday September 14, 2022 at the Fund’s Office at the H. Carl McCall SUNY Building, 353 Broadway, Albany, NY 12246, where such proposals will be publicly opened and read aloud in Room S201. Bidders are encouraged to view the live stream of the bid opening broadcast on the day of the bid by using the link posted on the Fund’s web page: https://sucf.suny.edu/ Bidders are encouraged to submit their bids early by delivery service and use the bid modification process permitted in part (7) of Section 3 of the Information for Bidders.
All proposals and/or proposal modifications must be received and stamped in no later than 2:00 p.m. on the bid opening date. The Proposal may be hand delivered to Room S204A or be mailed or sent by delivery service to the State University Construction Fund, H. Carl McCall SUNY Building, 353 Broadway, Albany, New York 12246. 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”. Proposals that are mailed to the Fund must be delivered by 1:00 p.m. on the day of the scheduled bid opening and mailed Proposals must be sent using a delivery method that provides tracking and locating the Proposal. The Fund assumes no responsibility for any Proposal that is not delivered to the aforesaid address by 1:00 p.m on the bid opening date. See Section 3 of the Information for Bidders for additional instructions regarding proposals, including modifications. Please be advised that all individuals who access the H. Carl McCall SUNY Building to submit bids or attend bid openings will be required to present picture identification to building security officials and obtain a visitor’s pass prior to entering the building. Bidder’s arriving prior to 12:30 PM on the bid opening date may be asked to wait outside. There is no parking available for bidders at the H. Carl McCall SUNY Building and violators may be towed.
To assure delivery of their bid prior to the aforesaid deadline for receipt of bids, bidders should allow sufficient time for individuals to find public parking for their vehicles, to find the Visitor Entrance to the building, to be processed through building’s health and security screening, to find the Fund’s office within the building, to properly complete and submit their proposal, and to allow for delays that are typical for congested urban areas and crowded public bid openings. Bidders should provide the names of individual(s) who will deliver their bid to the Consultant (see contact information below) at least 48 hours prior to the bid date. Due to space limitations, the Fund reserves the right to control physical access into Room S201 and direct the individuals to other spaces in the building where they can view the live stream broadcast of the bid opening on their personal electronic device.
To assure delivery of their bid modification, if any, prior to the aforesaid deadline for receipt of bids, bidders should allow sufficient time to account for internet connectivity problems, to correct email address errors, to be processed through spam filters and security software and to allow or delays that are typical for congested internet servers. You may at any time send an email to the email address in part (7) of Section 3 of the Information for Bidders alerting the Fund of your intent to modify.
All work will be completed within 282 calendar days from receipt of the Notice to Proceed.
The Fund’s project specific goals for this project are 5% MBE and 5% WBE and 5% SDV. See Sections 00 21 13 20 Information for Bidders, 00 21 13 30 MWBE Utilization Plan and Instructions and 00 21 13 30 SDVOB Form and Instructions for more information.
A pre bid conference and project walk through will be held on Wednesday August 31, 2022, at 11:45 AM with all contractors assembled at Halford Hall on the SUNY at Canton Campus. For additional information, see Section 15 of the Information for Bidders.
There is free parking on campus for those attending the walk through.
Bidding and Contract Documents may be examined free of charge at:
Consultant’s Office
Pathfinder Engineers & Architects 134 S. Fitzhugh, Rochester NY 14608
Alex Strasenburgh, PE (585) 698-2965
00 21 13 10 Notice to Bidders NB- 2 March 2022
Campus at which the work is to be performed
SUNY at Canton 34 Cornell Dr, Canton NY 13617
Michelle O’Brian (315) 386-7222
CMD (formerly Reed) (subscribers only): Visit www.cmdgroup.com.
Dodge Reports Visit www.dodgeprojects.construction.com
ConstructConnect Email: content@constructconnect.com
Construction Journals Visit www.constructionjournal.com
Builders Exchange 180 Linden Oaks, Suite 100, Rochester, NY 14625
Syracuse Builders Exchange 6563 Ridings Road, Syracuse, NY 13206
Minority Contractors Assoc of Central NY 2610 South Salina Street, Suite 7, Syracuse, NY 13205.
Email: stevencoker@rocketmail.com
Northern NY Builders Exchange
Mohawk Valley Bldrs Exchange 10 Main Street, Suite 202, Whitesboro NY 13492
Eastern Contractors Assoc 6 Airline Drive, Albany, NY 12205
Urban League of Rochester (Business Development Div) 265 N. Clinton Ave, Rochester NY 14605
NYS Assoc of Minority Contractors Brooklyn Navy Yard Bldg. 280, 4th Fl, Brooklyn NY 11205
Albany Ctr for Economic Success #101, 255 Orange Street, Albany, NY 12210
Success
Plans will be available on Thursday August 18, 2022 from
The Rotolite Elliott Corporation
1 Grove Street – Suite 123
Pittsford, NY 14534
Contact Name: Matt Elliott / Sheila Elliott
Phone Number: 585-385-1463
E-mail address or website address:
melliott@rotoliteelliott.com
selliott@rotoliteelliott.com
in either electronic or paper format. Bidders will be able to access the project online at the Printer’s web site:
www.recplanroom.com – From the Plan Room Website, navigate to “Public Jobs’ to search for the project.
Bidders who register as a planholder through the Printer may acquire the bidding and contract documents using the following options:
1. For a fee of ten dollars ($10), interested firms may request and receive an electronic download of the bidding and contract documents. At the bidder’s expense, purchase a printed copy or copies of the bid set.
2. For a fee of ten dollars ($10), interested firms may request and receive a CD with electronic copies of the bidding and contract documents. At the bidder’s expense, purchase a printed copy or copies of the bid set.
3. For a fee of $49, interested firms may request and receive a printed copy of the complete set. An electronic download or copy on CD will not be provided.
00 21 13 10 Notice to Bidders NB- 3 March 2022
The Fund waives fees and deposits for sets of the Contract Documents requested by NYS certified Minority- and Women-Owned Business Enterprise or Service-Disabled Veteran-Owned Business Enterprise. Payments of less than $50.00 are non-refundable. Deposits of $50.00 or more will be returned to all entities who have paid the aforesaid deposit for the entire set of Bidding and Contract Documents and who return such sets to the Consultant in good condition within forty-five (45) calendar days after the opening of bids, not exceeding five (5), so returned to the Consultant.
Bids must be submitted in duplicate in accordance with the instructions contained in the Information for Bidders. A Bid Security will be required for each bid in an amount not less than five (5) percent of the Total Bid. To provide for an efficient bid opening, do not include documents other than your Proposals and securities in your bid envelope. It is the policy of the State of New York and the Fund to encourage minority and women-owned business enterprise participation in this project by contractors, subcontractors and suppliers. All bidders are expected to cooperate in implementing this policy.
Please be advised that the Fund’s insurance requirements are contained in the bidding documents. Paragraph (1)a of Section 5.06 of Article V of the Agreement requires that all insurance must be provided by companies approved by the Fund, licensed to do business in the State of New York (“admitted” carriers), and rated at least “A-” by A.M. Best Company. Excess line insurers are not acceptable. See https://sucf.suny.edu/sites/default/files/docs/GuidanceToSubmitInsuranceCertificates.pdf All successful bidders will be required to furnish a Performance Bond and a Labor and Material Bond pursuant to State Finance Law for 100% of the amount of the Contract.
Please visit http://www.sucf.suny.edu/business/bidcal.cfm and download the “Bid and Post Bid Checklist” that gives bidders a one page summary of how to be prepared if bidding.
Please note that Sections 139-j and 139-k of the State Finance Law imposes certain restrictions on communications between the Fund and bidders during the procurement process. Pursuant to those sections of law, the Fund designates the following email addresses for persons to which communications concerning this procurement may be sent:
SUCF.ConstructionBids@suny.edu to contact one of the following people:
Robbilee Luedtke (518) 320-1837, Samantha Lord, Robert Kanarkiewicz, or Jeremy Clausi.
SUCF.OpportunityAdmin@suny.edu for MWBE SDVOB issues only to contact the following person:
Scott Clay.
SUCF.Insurance@suny.edu for insurance issues only to contact the following person: Jack Amodeo.
Contact with other than the above-designated Fund employees concerning this procurement may result in the rejection of your bid. To purchase plans or for technical inquiries specific to this project, please contact the Architect or Engineer of Record.
Notice on Vendor Responsibility Questionnaires (CCA-2): The CCA-2 has been updated by the Office of the State Comptroller and submission of the updated CCA-2 will be required for any bids received after 9/1/2022; however, the updated CCA-2 may be used prior to this date. It is recommended that bidders and nominated subcontractors review and re-certify their CCA-2 as soon as feasible. See Information for Bidders Section 8, Submission of Post Bid Information, for additional information.
INTEGRITY HOTLINE: As part of its Corporate Integrity Program, the Fund operates an Integrity Hotline 24-hours a day, seven-days a week. If you have knowledge of or suspect fraudulent, unethical, or other misconduct on a Fund project, please call the Hotline toll-free at 866-543-8107 or locally at 518-320-1525. All calls will be received and reviewed only by the Corporate Integrity Officer. Calls can be made anonymously or on a confidential basis. The identity of confidential callers will be fully protected. The Hotline is not equipped with Caller ID and no effort will be made to identify anonymous callers.
The Fund reserves the right to reject any or all bids.