Notice is hereby given that the Oneida County Purchasing Department will accept sealed bids for: REPLACEMENT OF OLD POLAND ROAD BRIDGE (BIN 2205960) OVER CINCINNATI CREEK PIN 2754.67; LD040485 BID REFERENCE NO. 2396
The project is being administered by Oneida County on behalf of the Owner (Town of Trenton) and the work site is located in the Town of Trenton. The projects limits extend along Old Poland Road from Vanderkemp Avenue to the Town of Trenton Municipal Center. The work includes providing all labor, materials, machinery, tools, equipment and other means of construction necessary and incidental to the completion of the work shown on the plans and described in these specifications including, but not necessarily limited to the following: removal of existing 100 ft. single span steel through girder bridge, installation of 100 ft. single span prestressed adjacent box beams on integral abutments, replacement of existing water line and drainage utilities, placement of heavy stone fill, sidewalks, guiderail, signs, and approach paving. The proposed work will be performed while traffic is maintained via an offsite detour. This is a Federal Aid Project and NYSDOT Standard Specifications, officially finalized and adopted on January 1, 2026 as posted on the New York State Department of Transportation's website must be followed by the successful bidder. The DBE goal for this project is: 0% There are no M/WBE goals for this project. The EEO Employment goals for this project are:2.1% Minority Employment Goal 6.9% Women Employment Goal The use of the NYSDOT approved civil rights reporting software, Equitable Business Opportunities (EBO), is required. Access authorization to EBO can be found at https://ebo.dot.ny.gov/. Oneida County, in order to promote its established Affirmative Action Plan, invites sealed bids from minority groups. This Affirmative Action Policy regarding sealed bids and contracts applies to all persons without regard to race, color, national origin, age, sex, or handicap. No residential or geographical restrictions will be in effect for this project. Applicable Federal requirements take precedence over State and local requirements unless state and local requirements are deemed to be more stringent.
Contract Documents, including Invitation to Bidders, Instructions to Bidders, Wage Rates, Bid Documents, Agreement, Special Notes, Specifications, Contract Drawings, and any Addenda, may be examined, at no expense, between the hours of 8:30 am and 4:00 pm Monday through Friday, at the offices of: Oneida County Purchasing Department, 800 Park Avenue, Utica, NY 13501 Mohawk Valley Builders Exchange, 728 Court Street, Utica, NY 13502 Dodge Reports, 231 Salina Meadows, Suite 130, Syracuse, NY 13212 Syracuse Builders Exchange, 6563 Ridings Road, Syracuse, NY 13206 C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, NY 13212
Oneida County Department of Public Works, 5999 Judd Road, Oriskany, New York 13424 Specifications and plans must be obtained from Oneida County Purchasing Department, 800 Park Avenue, Utica, New York 13501. A deposit of One Hundred Dollars ($100.00) will be required for each set. If plans and specifications are delivered via mail, then a deposit of One Hundred Dollars ($100.00) plus shipping and handling fees will be required for each set. Cash deposits will not be accepted. Also required is Federal ID Number or Social Security Number at time of purchase. All deposit checks are to be made payable to the COUNTY OF ONEIDA. A refund will be made, in the amount of One Hundred Dollars ($100.00), to Bidder(s) or Fifty Dollars ($50.00) to non-Bidders, for the return of all the sets in good condition within thirty (30) days of award or rejection of Bids. Bids must be submitted upon the proposal form(s) furnished in the Proposal Booklet and must not be detached from the book. A deposit in the amount of 5% of the base bid will be required and is subject to the conditions provided in the Instructions to Bidders. This deposit shall consist of a bid bond or certified check payable to the COUNTY OF ONEIDA. Failure to submit a bid bond or certified check with bid will result in automatic disqualification of bid. Failure to submit a bid upon the proposal form(s) furnished by the Oneida County Purchasing Department or submittal of form(s) detached from the Proposal Booklet will result in automatic disqualification of bid. No questions or inquiries regarding this bid will be accepted within five (5) business days prior to the bid opening. Contractors that obtain Contract Documents from a source other than the issuing office must notify the issuing office in order to be placed on the official Plan Holder List, to receive Addenda and any other Bid correspondence. Bids received from Contractors other than those on the official Plan Holders List will not be accepted. The Owner reserves the right to revise or amend the contract bidding documents prior to the date set for opening bids. Such revisions and amendments, if any, will be issued by addenda from Oneida County Purchasing Department. Bidders must acknowledge receipt of all Addenda by listing and dating each Addendum on page 8 of the Proposal Book. Failure of any Bidder to receive any such Addendum or interpretation shall not relive such Bidder from any obligation under this Bid submittal. All Addenda so issued shall become part of the Contract Documents. Questions regarding the Contract Documents should be directed to James Craig, P.E., C&S Engineers, Inc. either through email at: jcraig@cscos.com or by telephone at (315) 703-4379. Bidders shall promptly notify James Craig, P.E. of any errors, omissions, conflicts or ambiguity within the Contract Documents within 5 days of bid opening. All bids must include the completed Bid Form, Non-Collusive Bidding and Disbarment Certifications, and Lobbying Certifications. This is a unit price bid as described in the Instructions to Bidders. No bidder may withdraw his/her bid within forty-five (45) calendar days after the actual date of the opening thereof. Bids to be considered must be received in a sealed envelope at Oneida County Purchasing Department 6th Floor, 800 Park Avenue, Utica New York 13501 by 10:30 AM, local time, on APRIL 29, 2026 at which time they will be publicly opened and read. Bids received after the above noted time will not be accepted. All sealed envelopes should be clearly labeled "BID REFERENCE NO. 2396: REPLACEMENT OF OLD POLAND ROAD BRIDGE OVER CINCINNATI CREEK, BIN 2205960; PIN 2754.67, LD040485" along with the bidder's name and address.
For Bids to be considered, the Bidder must be registered with the NYS Department of Labor (DOL) prior to submitting a bid. Bids from unregistered Contractors shall be declared non-responsive. The Bidder to whom the Contract is awarded will be required to furnish Performance and Payment Bonds guaranteeing performance of work and prompt payment from an acceptable Surety Company for an amount not less than 100% of the accepted bid. The successful Bidder and all subcontractors must have an approved CCA-2 on file with NYSDOT prior to being awarded a contract. If the successful Bidder does not currently have a CCA-2 on file with NYSDOT, the Bidder may find the CCA-2 forms and instruction for completion online at https://www.osc.state.ny.us/state-vendors/vendrep/vendor-responsibilityforms?redirect=legacy#Construction. The successful Bidder will be required to comply with all provisions of the Federal Government Equal Employment Opportunity clauses issued by the Secretary of Labor on May 2,1968 and published in the Federal Register (41 CFR Part 60-1, 33 F.2 7804). Successful bidders will be required to pay prevailing wage rates on this contract. Oneida County reserves the right to consider the bids for forty-five (45) days after receipt before awarding any Contract, and to waive any minor informalities in, and to reject, any and all bids. All bids are subject to final review and approval by Oneida County before any award of contract may be made. Receipt of bids by Oneida County shall not be construed as authority to bind Oneida County. The work will be substantially completed within 180 calendar days from the Notice to Proceed or December 31, 2026, whichever comes first. Substantial completion shall mean the project is opened to traffic. Any punch list work shall be completed and final quantities shall be ready for final payment by May 28, 2027. The New York State Department of Transportation, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C 2000d to 2000d-4 and Title 49 Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation and Title 23 Code of Federal Regulations, Part 200, Title VI Program and Related Statutes, as amended, issued pursuant to such Act, hereby notifies all who respond to the related solicitation, request for proposal or invitation to bid that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, disability/handicap and income status in consideration for an award.
Owner's Contact Engineer's Contact Jeffrey Dora James Craig, P.E. Assistant Engineer Project Manager Oneida County Dept. of Public Works C&S Engineers, Inc.
5999 Judd Road 499 Col. Eileen Collins Boulevard Oriskany, New York 13424 Syracuse, New York 13212 (315) 793-6269 (315) 455-2000 ext. 4379, April 7, 2026 *END OF ADVERTISEMENT*
April 7 2026
LNYS0492481