SUNY Delhi Data Infrastructure Upgrade Campus Wide
Status
Bidding Closed
Bid Date | 10/25/23 2:00pm |
Company & Contacts
Location
Delhi, New York
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 (admin@rotoliteelliott.com) a copy of your Bid Check.
The State University Construction Fund will receive sealed Proposals for Project No. 251035-00 Titled Data Infrastructure
Upgrade – Campus – Wide at SUNY Delhi until 2:00 p.m. Local Time on October 25, 2023 at the Fund’s Office at H. Carl
McCall SUNY Building, 353 Broadway, Albany NY 12246, where such proposals will be publicly opened and read aloud.
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 by the Fund 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 the building. 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. 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. Bidders may at any earlier
time send an email to modifymybid@suny.edu alerting the Fund of your intent to modify.
All work will be completed within 542 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 3% 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 September 26, 2023 at 10:00am with all contractors assembled
at Wall Services Building. For additional information, see Section 00 25 13 PreBid Meetings. There is no free parking on
campus for those attending the walk through. Violators may be ticketed and towed.
Bidding and Contract Documents may be examined free of charge at:
Consultant’s Office Pathfinder Engineers and Architects
100 Corporate Parkway, Suite 116
Amherst, NY 14226
Phone: (716)249-0099
Contact: Corey Wilson, PE
Campus at which the work is to be performed: State University of New York at Delhi
Delhi, NY 13753
Phone: (607)746-4012
Contact: Morgan McKee
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
Assoc Bldg Contractors of the Triple Cities 15 Belden St., Binghamton, NY 13903 www.bxstier.com
Construc Contractors Assn of the Hudson Valley Inc. 330 Meadow Ave, Newburgh, NY 12550 www.ccahv.com
Construction Industry Employers Assn 2660 Williams St., Cheektowoga, NY 14227 www.conesbuff.com
Eastern Contractors Assoc 6 Airline Drive, Albany, NY 12205 www.ecainc.com
Northern NY Bldrs. Exchange 22074 Fabco Rd., Watertown, NY 13601 info@nnybe.com
Southern Tier Bldgs. Associate Inc. 65 East Main St., Falconer, NY 14733 www.bxstier.com
Syracuse Builders Exchange 6563 Ridings Road, Syracuse, NY 13206 www.syrabex.com
Plans will be available on September 15, 2023 from Rotolite-Elliott Corporation Plan Room (the Printer) in either electronic
or paper format. Bidders will be able to access the project online at the Printer’s web site:
https://www.recplanroom.com/
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, payable to Rotolite-Elliott if paying by check otherwise the documents can be paid for by Credit Card interested firms may request and receive a printed copy of the complete set. An electronic download or
copy on CD will not be provided.
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 Schedule A of Attachment A of the Construction
Agreement. All insurance must be provided by companies approved by the Fund and be either licensed (admitted) by the
New York State Department of Financial Services (NYS DFS) to issue insurance in the State of New York or authorized by NYS
DFS and have an A.M. Best Company rating of “A-” Class “VII” or better. 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 https://sucf.suny.edu/sites/default/files/docs/BidandPostBidChecklist.pdf and download the “Bid and Post Bid
Checklist” that gives bidders a one page summary of how to be prepared when 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, Jeremy Clausi, or Heather
Loukmas.
SUCF.OpportunityAdmin@suny.edu for MWBE SDVOB issues only to contact the following person:
Scott Clay.
SUCF.Insurance@suny.edu for insurance issues only.
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, sevendays
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.