SECTION 1
LEGAL NOTICE
Bids for Department of Public Works Project HW-2101 will be received on Wednesday, February 11, 2026 at the Division of Purchasing of Broome County, 2nd Floor, Edwin L. Crawford County Office Building, 60 Hawley Street, Binghamton, New York, 13902-1766, telephone (607) 778-2188, up to and including 2:00 P.M., Wednesday, February 11, 2026. Bids will be publicly opened and read at 2:30 P.M., Wednesday, February 11, 2026, in the Conference Room, on the Fourth Floor of the Edwin L. Crawford County Office Building in the Government Plaza, for the following:
COLESVILLE ROAD
INTERSECTION SAFETY IMPROVEMENT PROJECT
TOWN OF COLESVILLE
COUNTY OF BROOME, STATE OF NEW YORK
BROOME COUNTY DPW PROJECT NO: HW-2101
NYSDOT PIN 9755.03
RFB 2026-002
Deposit Required: Each Proposal must be made upon the forms provided by the County and shall be accompanied by a deposit of five percent (5%) of the amount of the bid. Said Deposit shall be made payable to the Broome County Director of OMB, shall be considered a guarantee that the bidder will enter into the Contract with the County if it is awarded to him/her.
Minimum Wage Rates shall be as determined by the New York State Department of Labor and/or the US Department of Labor.
This is a Federal Aid Project that is funded, wholly or in part, by the Federal Highway Administration. This proposal is submitted in accordance with the NYSDOT Standard Specifications officially finalized and adopted on January 1, 2026, as posted on the NYSDOT website with current additions and modifications, and the State Highway Law. Use of NYSDOT Equitable Business Opportunity (EBO) software is required. The time for performance of contract is 30 working days from the date that on-site construction begins. Bids cannot be withdrawn within 45 days of project letting. Bidders to promptly notify contacts in this notice of any errors, omissions, conflicts or ambiguity among contract documents. The successful bidder and all subcontractors must be registered with the NYS Department of Labor and have an approved New York State Uniform Contracting Questionnaire (CCA-2) on file with NYSDOT prior to being awarded a contract. There are no residential or geographical restrictions or warranties associated with this project. Applicable Federal requirements take precedence over State and local requirements unless state and local requirements are deemed to be more stringent.
The State/Federal Disadvantaged Business Enterprise Utilization Goal is 0.0%. There are no M/WBE or SDVOB goals. The goal for Minority Participation is 1.1% and the Women Participation goal is 6.9%.
The County of Broome officially distributes bidding documents through the Empire State Purchasing Group by logging on to: www.bidnetdirect.com/new-york/broome-county. Copies from any other source are not considered official copies. Only those vendors who obtain bidding documents from the Regional Bid Notification System are guaranteed to receive addendum information, if such information is issued. If you have obtained this document from a source other than the Empire State Purchasing Group, it is recommended that you obtain an official copy.
No hard copies of the plans, specifications or addenda will be provided. The Empire State Purchasing Group lists bids from over 190 municipal entities in New York State, and vendors / contractors can register for a free “search only” service, or for a matching service for a small annual fee. PLEASE NOTE THAT IT IS THE BIDDER’S RESPONSIBILITY TO OBTAIN ALL BID DOCUMENTS (INCLUDING ADDENDA) FROM THE EMPIRE STATE PURCHASING GROUP by logging on to: www.bidnetdirect.com/new-york/broome-county.
Attention of bidders is called to the "Information for Bidders" in the Proposal, Specifications and Contract Agreements. ONE (1) ORIGINAL, ONE (1) DUPLICATE COPY and ONE (1) ELECTRONIC COPY on USB of the bid must be submitted in a sealed envelope with the words “Broome County Department of Purchasing”, the Project Title and DPW Project Number, and the Contractor’s name and address plainly printed on the outside. The bid number should be placed on the upper left corner of the envelope. Each bid must be in a separate envelope.
Each Proposal must be accompanied by a Deposit of Cash, Certified Check or Bid Bond, payable to Broome County Director of OMB, in the amount specified by this advertisement. The retention and disposal of such Cash, Certified Check or Bid Bond, by the County, shall conform to Article 5A, Section 105 of the General Municipal Law, as amended.
The successful Contractor will be required to execute the Contract and comply, in all respects, with Article 5A, Section 105 of the General Municipal Law, as amended.
BID PROPOSAL, PROPOSAL FORM WITH BID AND SIGNATURE, BID TABULATION SHEETS, BID BOND, OFFERER’S AFFIRMATION OF UNDERSTANDING, OFFERER DISCLOSURE OF PRIOR NON-RESPONSIBILITY DETERMINATION, LOBBYING ACTIVITIES ON FEDERAL AID CONTRACTS, NON-COLLUSIVE BIDDING CERTIFICATIONS, CONTRACTOR'S QUALIFICATION STATEMENT, CONTRACTOR / SUBCONTRACTOR QUESTIONNAIRE, CONTRACTOR’S ELECTION LAW STATEMENT, CONTRACTOR’S GIFTS LAW STATEMENT, IRANIAN ENERGY DIVESTMENT CERTIFICATION, CONTRACTOR STORMWATER CERTIFICATION STATEMENT, IRS W-9 FORM, AND BIDDERS CHECKLIST MUST BE SUBMITTED WITH EACH SIGNED PROPOSAL.
The Broome County Board of Acquisition and Contracts (BAC) reserves the right to reject any and all Bids offered.
PRE-BID MEETING: A pre-bid meeting will not be held.
Direct all technical questions to:
McFarland-Johnson, Inc.
Scott P. Faulkner, P.E.
(607) 723-9421
sfaulkner@mjinc.com
Direct all administrative questions to:
Broome County DPW, Engineering Division
Chenoa Hailey
(607) 778- 2470
Chenoa.hailey@broomecountyny.gov
Broome County Board of Acquisition and Contract Darren McCabe, Chairperson
DATED: December 11, 2025
1/14,1/18/2026