Bid Ref #2384
ADVERTISEMENT INVITATION TO BID Sealed Proposals, subject to the conditions contained herein will be received by Oneida County Department of Aviation, at the Griffiss International Airport Terminal Building, 660 Hangar Road, Suite 223, Rome, NY 13441 until April 7, 2026 at 1:30 pm then publicly opened and read aloud for furnishing all labor and materials and performing all work for:BID REF NO. 2384
TRIANGLE AREA CIVIL SITE DEVELOPMENT PUMP STATION PROJECT GRIFFISS INTERNATIONAL AIRPORT ONEIDA COUNTY, ROME, NEW YORK CONTRACT GC-01: GENERAL CONSTRUCTION CONTRACT MC-01: MECHANICAL CONTRACT EC-01: ELECTRICAL CONTRACT PC-01:PLUMBING This project generally includes the construction of a new wastewater pump station designed to serve the new Triangle site development. This pump station will feed a force main already installed along perimeter road to transport wastewater from the triangle site to the Rome Wastewater Treatment plant. This includes the pump station building, subgrade wet and dry well structure, wastewater pumping system and controls, and all electrical, mechanical, and plumbing systems associated with regular pump station operation. A new driveway and utilities connecting the pump station to the mains along perimeter road, as well as a renovation of the parking lot adjacent to the baseball fields are included. The project consists of (4) prime contracts, General, Electrical, MECH/HVAC and Plumb. Electronic PDF copies of the Contract Documents may be obtained at no expense from C&S Engineers, on behalf of the purchasing department, starting on March 10, 2026, at 9:00am. To initiate the process, please contact Rita Fendick at rfendick@cscos.com , 315-703-4127 where your organizations name, contacts name, address, telephone number, and email address will be recorded on the plan holders list. Once the required information is recorded, the contact will receive an email with the attached documents or a download link dependent upon file size. The Bidder will be responsible for any and all printing and shipping costs of plans and specifications, and selection of a printing company, as deemed necessary in order to prepare their Bid. If your bid documents request is not fulfilled within 24 hours, alternatively contact mrolfe@cscos.com, Phone: (315)-455-2000. Bids must be submitted upon the proposal form(s) furnished, and the entire proposal booklet must be submitted in order. A deposit in the amount of 5% of the bid will be required. 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) in the proposal book furnished by the Oneida County will result in automatic disqualification of bid. Performance and Material & Labor payment bonds will be required for an amount not less than 100% of bid price. Packages containing bids must be sealed marked and addressed to the Director of Purchasing, Griffiss International Airport, 660 Hangar Road, Suite 223, Rome, NY 13441. Also mark on the envelope or package the Bid Reference Number and project title. Any inquires regarding the Contract Documents must be directed in writing to Matt Rolfe of C&S Engineers, Inc., 499 Col. Eileen Collins Blvd., Syracuse, NY 13212, Phone: (315)-455-2000, Email: dmrolfe@cscos.com. A pre-bid conference has been scheduled in order to review the specific requirements of this contract. All prospective bidders are encouraged to attend. The pre-bid conference is scheduled for March 17, 2026 at 9:00 am at the Oneida County Department of Aviation, Griffiss International Airport, 660 Hangar Road, Suite 223 (second floor), Rome, NY 13441. The Owner reserves the right to revise or amend the Contract Documents prior to the date set for opening bids. Such revisions and amendments, if any, will be announced by addenda to this advertisement. The owner also reserves the right to reject all bids received. The County of Oneida, 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, creed, national origin, age, sex or handicap. This contract is subject to compliance with Article 8 of the New York State Labor Law regarding prevailing rate of wages. Date: March 10, 2026 Alfred A. Barbato, Director of Purchasing
March 10 2026
LNYS0473334