Bid Ref #2394
ADVERTISEMENT – NOTICE TO BIDDERS Sealed Bids, subject to the conditions contained herein, will be received by the COUNTY OF ONEIDA (the County) in c/o ONEIDA COUNTY DEPARTMENT OF WATER QUALITY AND WATER POLLUTION CONTROL until 11:00 AM local time (Official Dymo Time Stamp) on April 9, 2026, and then publicly opened and read, for furnishing all labor and materials and performing all work for: WPCP UV DISINFECTION IMPROVEMENTS CONTRACT NO. C – 1.1A: GENERAL (ISSUED FOR RE-BID) BID REFERENCE NO. 2394 The Contract Documents may be viewed and ordered through the Avalon Plan Room, at: www.avalonplanroom.com in the "Public Bid" section. If you do not have internet access or have questions on ordering from the site, please contact Avalon Document Services at (315) 471-3333. A non-refundable payment of Forty-Five Dollars ($45.00) plus shipping payable to Avalon Document Services will be required to obtain a printed copy of the Proposal Booklet and an electronic version of the Proposal Booklet and Contract Documents (Project Manual, and Drawings) via USB thumb drive. Cash payments will not be accepted. By submission of the $45.00 (plus shipping) non-refundable payment, Bidder will be registered as an official plan holder. Only official plan holders are eligible to bid on the project. Subcontractors, suppliers, equipment vendors, etc. will also be required to submit the non-refundable payment to receive the electronic version of the Proposal Booklet and Contract Documents via USB thumb drive. If bidders wish to purchase printed copies of the Contract Documents (beyond the Proposal Booklet), they may be purchased by the bidders through Avalon. Only official plan holders will be allowed to obtain printed copies of the Contract Documents. Bidders acknowledge that they are responsible for review of all components of the Contract Documents, including all specification sections and drawings, regardless of how many drawings they print and in which format/size they are printed. Full-size drawings are on 22" x 34" paper. Bidders acknowledge they are responsible for properly scaling drawings if they are printed at any other size. Bids must be submitted upon the proposal form(s) furnished in the Proposal Booklet and must not be detached from the submitted booklet. A bid security in the amount of 5% of the total bid payable to "County of Oneida" will be required and is subject to the conditions provided in the Instructions to Bidders. Failure to submit a bid bond or certified check with bid will result in automatic disqualification of bid. Failure to submit a bid on the proposal form(s) furnished in the Proposal Booklet, or submittal of form(s) detached from the Proposal Booklet will result in automatic disqualification of bid. Packages containing bids must be sealed, marked, and delivered to the Oneida County Department of Water Quality and Water Pollution Control, 772 Sewage Plant Road, Utica, NY 13501. Also mark on the envelope the project name, package number, and the type of work or equipment for which the proposal is submitted. For the convenience of the potential Bidders and other interested parties, the Bidding Documents may be examined at the following locations: Avalon Plan Room at the following website: www.avalonplanroom.com Oneida County Purchasing Department at the following website: http://ocgov.net/ocpb or at their office located at 6th Floor, 800 Park Ave. Utica, NY Oneida County Water Pollution Control Plant, 772 Sewage Plant Road, Utica, NY If bidders wish to visit the site, they may contact Sara Buchta, sara.buchta@ghd.com to request a site visit. The successful bidder must furnish at the time of Contract Execution a Performance Bond for an amount not less than 100% of bid price and a Labor and Material Payment Bond in accordance with the Instructions to Bidders.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. Any inquiries regarding questions on contract documents must be submitted in writing per the "Bid Clarification Form" contained in the Contract Documents. The Owner also reserves the right to waive any irregularity and reject any or all bids received. This project will be financed by the New York State Environmental Facilities Corporation (NYSEFC) through the Clean Water State Revolving Fund program and as such, Bidders are subject to all conditions implemented by NYSEFC. In addition, the project is subject to a 20-percent goal for MBE/WBE project participation. The County of Oneida, to promote its established Affirmative Action Plan, invites sealed bids from NYS Certified MBE/WBE Contractors. This Affirmative Action Policy regarding sealed bids and contracts applies to all persons without regard to race, creed, age, color, national origin, gender, religion, sexual orientation, disability, marital status, military status, gender predisposition, carrier status, or political orientation or belief. This contract is subject to compliance with Article 8 of the New York State Labor Law regarding Prevailing Wage Rates and Federal Law regarding Davis Bacon Wage Rates. No Bidder may withdraw his Bid within forty-five (45) days after the date set for the opening thereof. March 26, 2026 Alfred Barbato Director of Purchasing
March 26 2026
LNYS0485330