SLED Opportunity · NEW YORK · COUNTY OF WAYNE, NY

    Building Abatement and Demolition of 165 Water Street, Lyons, New York

    Issued by County of Wayne, NY
    countyRFPCounty of Wayne, NYSol. 240202
    Closed
    STATUS
    Closed
    due Apr 9, 2026
    PUBLISHED
    Feb 27, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    562910
    AI-classified industry

    AI Summary

    County of Wayne, NY seeks sealed physical bids for building abatement and demolition at 165 Water Street, Lyons, NY. Project includes hazardous material removal and demolition of two structures. Bids due April 9, 2026, 2:00 PM local time.

    Opportunity details

    Solicitation No.
    240202
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    February 27, 2026
    Due Date
    April 9, 2026
    NAICS Code
    562910AI guide
    Agency
    County of Wayne, NY

    Description

    The County of Wayne, NY is soliciting sealed responses for Building Abatement and Demolition of 165 Water Street, Lyons, New York. Such sealed bids must be clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, on or before 2:00 PM, prevailing time on Thursday, April 9th, 2026, at which time said bids, will be publicly opened and read. Late responses will not be accepted. Physical Bids ONLY - Electronic bids will be deemed non-responsive

    This abatement and demolition project will consist of the removal and disposal of building materials containing asbestos, lead-based paint, and PCB containing paints, followed by demolition of the two existing structures located at 165 Water Street in the Town of Lyons, New York. Unpainted materials and materials free of asbestos, lead-based paint, and exhibiting a concentration of total PCBs ≤ 1.0 ppm, will be crushed and staged in approximate 200 cubic yard piles for confirmatory sampling. Upon review of sample data, materials will first be used to backfill the former building footprints.  Excess material will be staged on top of the former building footprints for later re-use by the  County as structural fill under parking lots and driveways on-site.

    Project Details

    • Reference ID: 014-26
    • Department: Buildings, Grounds and Parks
    • Department Head: Scott Kolczynski (Deputy Superintendent of Public Works)

    Important Dates

    • Questions Due: 2026-03-13T08:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-06T15:00:00.000Z — 165 Water Street, Lyons NY 14489

    Addenda

    • Addendum #1 (released 2026-03-12T20:13:57.212Z) —

      Addendum 1

    Evaluation Criteria

    • Communication

      The individual listed below is responsible for the conduct of this procurement.  All questions, inquiries, concerns, or clarifications regarding this solicitation must be submitted electronically (via email or to the opengov Platform) to this individual or their designee.  Offerors shall not contact or communicate with any other County employees.  Unauthorized contact about this RFP with any other County employees may result in immediate disqualification. The County will not be responsible for any oral representations or instructions. All contact with any county official must take place during normal work hours, at the county office, or at a site related to the service being proposed.

      Contact Name:Chris O'Connor
      TitlePurchasing Agent
      Address:16 William Street, Lyons NY 14489
      Phone #:(315) 946-7674
      Email:cjoconnor@waynecountyny.gov

      Pursuant to State Finance Law §139-j and §139-k, this solicitation includes and imposes certain restrictions on communications between the County and an Offeror during the procurement process. An Offeror is restricted from contacting other than designated staff from the earliest notice of intent to solicit offers through final award and approval of the Procurement Contract by the County Executive ("Restricted Period") unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law §139-j(3)(a). 

      Offerors responding to this RFP must familiarize themselves with these State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the Proposal Form. 

    • Insurance Requirements Construction, Maintenance, Environmental Contractors

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      9. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
      10. Contractors’ Pollution Liability (if applicable)
        1. All contractors, including prime & subcontractors performing any work that could create a pollution condition, poor air quality, hazardous materials exposure, lead, mold, pesticides, tank removal/installation, etc.,
        2. Type of Policy: The Policy shall be written on a per-project basis, and shall be maintained for no less than three (3) years after final completion
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      11. Environmental Contractors Liability (if applicable)
        1. Is required if work includes asbestos, lead abatement, mold remediation &/or hazardous materials.  All contractors, including prime & subcontractors, handling environmental exposures are required to provide this coverage
        2. Type of Policy: With coverage for the services rendered for the Municipality, including, but not limited to, removal, replacement, enclosure, encapsulation, and/or disposal of hazardous materials, along with any related pollution events, including coverage for third-party liability claims for bodily injury, property damage, and clean-up costs.  $1,000,000 per occurrence/ $1,000,000 general aggregate, including products and completed operations.   If a retroactive date is used, it must predate the inception of the contract and shall be maintained for no less than three (3) years after final completion
        3. If the contractor is using motor vehicles to be used for transporting hazardous materials, the Contractor shall provide pollution liability broadened coverage (ISO endorsement CA 9948 or equivalent) as well as proof of MCS 90.
        4. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        5. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        6. Waiver of Subrogation: Required
        7. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      12. Owners’ Contractor Protective (if applicable)
        1. Wayne County as the Named Insured
      13. Installation Floater (if applicable)
        1. Type of Policy: Limits shall be equal to the full value of the material &/or equipment being installed, with coverage to be provided on a direct risk of loss basis, special form, including equipment breakdown. Deductible shall not exceed $1,000. Coverage shall include property in transit and property stored on & off premises.
        2. Additional Insured Status: Wayne County shall be additionally insured as Loss Payee, as their interest may appear
        3. Subcontractors are required to carry an Installation Floater & provide course of construction coverage for property of the insured and property of others that is being installed or awaiting installation.  
      14. Railroad Protective Liability (if applicable)
        1. Required if any construction or demolition operations are being performed on or within 50 feet of any railroad property, railroad bridge, trestle, track, roadbed, tunnel, underpass, or crossing.
        2. Wayne County as the Named Insured 

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 Per Project
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles $1,000,000
      Excess/Umbrella Liability 
      Each Occurrence/ Aggregate$1,000,000 / $1,000,000
      Contractors' Pollution Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Environmental Contractors Liability (if applicable)
      Each Occurrence/ Aggregate$2,000,000 / $2,000,000
      Owners Contractors Protective Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Installation Floater (if applicable)
      Not Applicable
      Railroad Protective Liability (if applicable)
      Each Occurrence/ AggregateNot Applicable
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Contractors Pollution Liability
    • Advertisement

      NOTICE IS HEREBY GIVEN that the County of Wayne will receive sealed bids for Building Abatement and Demolition located at 165 Water Street, Lyons, NY 14489.

       

      Such sealed bids must be clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, on or before 2:00 PM, prevailing time on Thursday, April 9th, 2026, at which time said bids, will be publicly opened and read.

      There will be a “Bidders Tour” of the facility to answer any questions Bidders may have. “Bidders Tour” will be on Friday, March 6th, 2026 @ 10:00 AM. Bidders shall meet at the front parking area of 165 Water Street, Lyons, New York 14489.

      ALL PRE-BID REQUEST FOR INFORMATION must be received no later than 4:00 PM on Friday, March 13th, 2026.

      Documents: Electronic Procurement and Contracting Documents: may be obtained by contacting Wayne County Purchasing Agent:

      • Christopher O’Connor NIGP-CPP, CPPB
        Wayne County Purchasing Agent
        16 William Street 
        Lyons, NY 14489
        Purchasing@waynecountyny.gov
        (315) 946-7674

      Or Via the  County’s eProcurement Portal: https://procurement.opengov.com/portal/co-wayne-ny-us 

       

      NOTICE: The County of Wayne shall not be held responsible for the completeness or accuracy of any bid documents received by a vendor that were not directly issued to that vendor by Wayne County.


      Any vendor submitting a bid based on incomplete or inaccurate information resulting from documentation received from any third party, shall not have cause for relief from award or completion of a contract in accordance with the official documents on file with Wayne County.


      It is HIGHLY suggested that all vendors interested in participating in this bid, contact Wayne County directly at the ABOVE address or telephone number to assure they have received the most accurate and up to date material concerning this contract.
      The County does not offer or supply anyone the list of people who have obtained a copy of these bid specifications or cost estimates for the project prior to the opening of the bid.


      NO EXCEPTIONS ARE MADE TO THIS POLICY.

      *The County reserves the right to reject any or all bids.

    • Evaluation Summary

      Proposals will be evaluated based upon their overall value to the County, which includes both cost and technical factors (as outlined in the section).

    • Summary

      The County of Wayne, NY is soliciting sealed responses for Building Abatement and Demolition of 165 Water Street, Lyons, New York. Such sealed bids must be clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, on or before 2:00 PM, prevailing time on Thursday, April 9th, 2026, at which time said bids, will be publicly opened and read. Late responses will not be accepted. Physical Bids ONLY - Electronic bids will be deemed non-responsive

      This abatement and demolition project will consist of the removal and disposal of building materials containing asbestos, lead-based paint, and PCB containing paints, followed by demolition of the two existing structures located at 165 Water Street in the Town of Lyons, New York. Unpainted materials and materials free of asbestos, lead-based paint, and exhibiting a concentration of total PCBs ≤ 1.0 ppm, will be crushed and staged in approximate 200 cubic yard piles for confirmatory sampling. Upon review of sample data, materials will first be used to backfill the former building footprints.  Excess material will be staged on top of the former building footprints for later re-use by the  County as structural fill under parking lots and driveways on-site.

    • Definitions
      1. A “Bid” as a complete and properly signed proposal to sell and deliver to the County the services as described in the specifications, submitted in accordance with the Instruction to Bidders.
      2.  A “Bidder”, “Offeror”, or “Contractor/Vendor” is a person or entity who submits a bid.
      3. “Contract Documents” shall consist of Notice to Bidders, Instruction to Bidders, Scope of Work and Specifications, Wayne County Bid Proposal, Non-Collusion Bidding Certification, Certification regarding Debarment/Suspension/responsibility, Certification of Compliance with the Iran Divestment Act, Certificate Regarding Lobbying, and any documents regarding Insurance as outlined in the Insurance section.
    • Date and Time Requirement

      All proposal packages MUST be received on or before the date and time indicated in the Procurement Schedule. Late submittals will not be accepted or considered and will be returned to the Offeror unopened. It is the responsibility of the offeror to ascertain any additional security requirements with respect to packaging and delivery to the County. Offerors should be mindful of any potential delays due to weather, connectivity issues, or other delays, whether foreseeable or unforeseeable. Failure to submit a response before the Proposal Due Date will result in the disqualification of the Proposal

    • Electronic Submission

      The County of Wayne, NY is accepting electronic submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.

    • Extension of Use

      The County reserves the right to allow all municipal and not-for-profit organizations authorized under the General Municipal Laws of the State of New York (“GML”), to purchase any goods and/or services awarded as a result of this bid in accordance with the latest amendments to GML Sections 100 through 104. However, it is understood that the extension of such contracts is at the discretion of the vendor, and the vendor is only bound to any contract between the County and the vendor. 

    • Physical/ Hardcopy Submission

      Sealed bids will be received by the Clerk of the Board of Supervisors at 26 Church Street, Lyons, New York 14489 until the date and time listed in the advertisement, and at that time all bids will be publicly opened and read aloud.  Any bid received after the specified time will be returned to the Bidder unopened. 
      Bidders shall indicate on the outside of their sealed bid the following information:

      • Building Abatement and Demolition of 165 Water Street, Lyons, New York
      • Solicitation #014-26
      • 2:00 pm Thursday, April 9, 2026
      • Offerors/Proposers Name

      Hardcopy responses must be accompanied by an electronic copy on a USB stick included in the response envelope

    • Procurement Schedule

      The Owner will make every effort to adhere to the schedule below.  However, the Owner reserves the right, at its sole discretion, to adjust the Schedule of Events as it deems necessary.

      NOActivityTimeDate
      1Solicitation Issued Friday, February 27, 2026
      2Pre-Proposal Meeting & Site Visit (if required)10:00 amFriday, March 6, 2026
      3Deadline for Questions4:00 amFriday, March 13, 2026
      4Deadline for Proposal Submission (Proposal Due Date)2:00 pmThursday, April 9, 2026
      5Anticipated Award Date X

      Right to withdraw proposals expires on the date and time for the deadline for proposal submission listed above

    • Bidder's Representations

      By making a Bid, the Bidder represents and warrants to the County that:

      1. The Bidder is able to enter into an Agreement to perform the services listed; 
      2. The Bidder has carefully examined the Contract Documents; 
      3. The Bidder fully understands the intent and purpose of the Contract Documents; and 
      4. The bid is based upon the terms and conditions set forth in the Contract Documents without exception.  
    • Insurance Requirements: Professional Services/ Consultants or Contractors other than Construction

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Professional Liability Insurance 
        1. Use of ACORD form: An ACORD form is strongly preferred for proof of Professional Liability Insurance. Alternative forms may be accepted, in the discretion of the County Attorney’s Office, so long as such certificates are executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. Type of policy: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement, or the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”). If written on a “claims-made” basis, the retroactive date must predate the inception of the contract or agreement
        3. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      9. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      10. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 Per Project
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles $1,000,000
      Excess/Umbrella Liability 
      Each Occurrence/ AggregateTBD
      Professional Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Cyber Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Cyber Liability
    • Project Summary

      This abatement and demolition project will consist of the removal and disposal of building materials containing asbestos, lead-based paint, and PCB containing paints, followed by demolition of the two existing structures located at 165 Water Street in the Town of Lyons, New York. Unpainted materials and materials free of asbestos, lead-based paint, and exhibiting a concentration of total PCBs ≤ 1.0 ppm, will be crushed and staged in approximate 200 cubic yard piles for confirmatory sampling. Upon review of sample data, materials will first be used to backfill the former building footprints.  Excess material will be staged on top of the former building footprints for later re-use by the County as structural fill under parking lots and driveways on-site.

    • Timeline
      Release Project Date:February 27, 2026
      Pre-Bid Meeting (Mandatory):March 6, 2026, 10:00am

      165 Water Street, Lyons NY 14489

      Question Submission Deadline:March 13, 2026, 4:00am
      Response Submission Deadline:April 9, 2026, 2:00pm
    • Criteria and Weights

      Proposals that are found to be responsive will be evaluated and assessed in accordance with the criteria in the Evaluation Phases section below.

    • General Format

      All material submitted SHALL become part of the proposal and may be incorporated in a subsequent contract between the County and the selected Offeror. All responses/submittals to this RFP SHALL be made in accordance with the format outline below. Failure to submit in the requested format or failure to submit all the required forms may cause a proposal to be deemed non-responsive. The format for the proposal includes the following:

      • Shall be written in the English Language
      • Submitted on standard 8 ½” x 11” paper size using the format that is specified and required in this RFP and each Submittal form
      • Use Arial or Calibri font, and must have a minimum font size of 10 
    • Proposal Requirements

      It is NOT required to include a copy of the entire RFP in your proposal, only the information required below. Proposals must include:

      1. Completed and signed Proposal Forms 
      2. Background and Experience: Provide a brief history of your business and experience with similar projects. Identify proposed project staffing and include copies of resumes/CVs for all personnel as well as any applicable certifications, licenses, etc. Include specific information on the staff’s experience with the requested service. Describe successful outcomes
      3. Technical Proposal Narrative:  Describe how the Consultant will perform the required work described in the Project Details / Scope of Work section of this RFP:
        1. Provide a statement describing the scope of work as you understand it, and how you propose the work will be done. Describe the approach, means, methods, and procedures to be used to gather the data, analyze findings, and develop recommendations as requested. 
        2. Provide a detailed breakdown and description of the specific steps, services, and products that will be provided.  Describe how the final product will be structured and presented upon completion. Include any computer/software compatibility information, if applicable.
        3. Include a sample final report, tables, schedules, charts, spreadsheets, and other forms you intend to use to perform the work under this RFP. 
        4. Provide a detailed timeline indicating tasks required and the start and completion dates for each. It is expected that the work will commence as soon as possible after the contract is finalized.
        5. Provide any other related and recommended products or services not specified in the RFP which may be considered essential or beneficial by the Consultant. These services should be priced separately from the lump sum estimate for the Services described in the Project Details / Scope of Work section of this RFP, 
      4. References:  Scoring for this  RFP  will include an experience component.  To maximize scoring opportunities,  Offerors should provide names and contact information for up to three  (3) other public entities wherein similar projects have been completed; references for New York government entities are preferable, but not required.
      5. Cost Proposal/ Pricing:  
      6. Non-Collusion Certification 
      7. Certification Regarding Debarment, Suspension, and Responsibility 
      8. Certification of Compliance with the Iran Divestment Act 
      9. Certification Regarding Lobbying
      10. Insurance Documentation: The proposal shall contain the required insurance documentation as documented in the Insurance Section or a letter of intent to acquire and provide necessary coverage if awarded a contract. Certificates of insurance evidencing compliance with the Vendor’s/Consultant’s compliance with the insurance requirements of this RFP must be provided prior to execution of the contract by the County. Failure to submit insurance documents may result in the disqualification of the Vendor/Consultant as non-responsive
    • Scope of Work or Project Details

      Please see the Attachments section for specifications and attachments.

    • Calculations

      The Purchasing Department will prepare a spreadsheet to input and analyze all Offeror information and evaluation scores. The following approach will be used to calculate an Offeror’s score for cost:

      (Lowest Cost / Cost of Proposal being evaluated) *(Weight Point Possible)

      The lowest cost will receive maximum points for that category, and subsequent proposals will receive a proportionate amount using the above formula. For example, if the Offeror provides a cost of $5, and the lowest cost was $3, and the maximum points were “30”, the Offeror would receive: ($3)/ ($5) *(30) = 18 points

    • Questions, Inquiries, Clarifications, Request for Information

      Offerors are expected to promptly review this solicitation, including all of the submittals, exhibits, appendix, and addendum.  If there are any discrepancies, inconsistencies, or omissions, the Offeror shall immediately notify the Purchasing Department.  If the Offeror has questions or requires clarification of the scope of work, the intent, or any aspect of this solicitation, they shall immediately notify the Purchasing Department.  All questions, inquiries, and clarifications must be submitted to the Purchasing Department by the due date identified in the Procurement Schedule.  

    • Insurance Requirements: Lease or Use of Facilities or Grounds/ Purchase or Lease of Merchandise/ Equipment/Maintenance or Repair of Equipment/ Janitorial Services

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Professional Liability Insurance 
        1. Use of ACORD form: An ACORD form is strongly preferred for proof of Professional Liability Insurance. Alternative forms may be accepted, in the discretion of the County Attorney’s Office, so long as such certificates are executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. Type of policy: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement, or the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”). If written on a “claims-made” basis, the retroactive date must predate the inception of the contract or agreement
        3. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      9. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      10. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 (Per Project for MRO)
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles $1,000,000
      Excess/Umbrella Liability 
      Each Occurrence/ AggregateTBD
      Professional Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Cyber Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Cyber Liability
    • Interpretation or Correction of Contract Documents

      No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents or any part thereof. Any request for such an interpretation shall be made in writing and submitted to the Purchasing Department at least four (4) days prior to the date set for the receipt of Bids.  Any interpretation made to a Bidder will be in the form of a written Addendum, and when issued, will be on file at the Clerk of the Board of Supervisors.  In addition, all Addenda will be sent to each person recorded as having received a copy of the Bid Documents, but it shall be the Bidder's responsibility to inquire prior to submitting a Bid as to the Addenda issued.  All such Addenda shall become part of the Contract Documents, and each Bidder shall be bound by such Addenda, whether or not received by the Bidder.

    • Project Contact

      Scott Kolczynski

      Deputy Superintendent of Public Works

      7227 Route 31

      Lyons, NY 14489

      Email: skolczynski@waynecountyny.gov

      Phone: (315) 946-5830

    • Site Description

      The project property consists of one (1) tax parcel, 165 Water Street (tax parcel ID: 70111-12-880658) owned by Wayne County in the Town of Lyons, Wayne County, New York. Figure 1 depicts the location of the project parcel and Figure 2 presents the Site layout.

      The Site consists of 0.76± acres (Parcel No. 70111-12-880658) and is developed with two (2) commercial buildings: a southern building and a northern building. The southern building has an area of 22,500± square feet (sq. ft.)  and the northern building has an area of 6,000± sq. ft. The two (2) buildings are connected by a second-story wooden bridge. Associated parking is located on the east and west sides of the Subject Property. A concrete pad separates the northern and southern buildings. The southern warehouse building is three (3) stories and contains a basement, while the northern building is two (2) stories and constructed slab on grade. The entrance to the northern building gains access to the top floor, with the second floor located below at ground level. The first floor is open with bathrooms and has access to a loft space and the roof. The ground level contains office spaces and a furnace room. Access to the southern building is available across a wooden bridge connecting the structures. The interior of the larger southern building includes two (2) stories and a basement level, a freight elevator with access to each floor, roof access, and wood and concrete pillars throughout the floors. The parcel is currently unoccupied.  Available building construction drawings are included in Appendix A.

      Historically, from the 1800s through at least 1917, the Erie Canal was located overlapping the Site to the south. The Site was developed as early as 1911 and consisted of a single dwelling, northern adjacent to the Erie Canal, which has since been demolished. According to Wayne County Property information, the current subject buildings were built in 1940. The buildings were originally associated with an adjacent apple cider and brandy facility and used as a bottling store and warehouse. The cider mill closed in 1968. The Subject Property was listed in the 1982 to 1992 street directory as “Hammet J L Co” and in the 1995 street directory as “Bargin Stop.” The County took ownership of the Subject Property in 2003 and subsequently used it for storage and office space. 

      The east adjacent Property operated as a cider and vinegar mill between the mid-1800s and 1968. The facility included a generator room, repair shop, and numerous large (28,000-gallon to 61,000-gallon) vinegar tanks. A 1976 fire destroyed the facility, and the parcel has been vacant since that time. No known prior environmental investigations have been conducted on this Property.
       
      Petroleum Bulk Storage (PBS) permit no. 8-060763 is listed for the Site. The listing indicates that one (1) 6,000-gallon fuel oil underground storage tank (UST) was installed in 1955 and reportedly was removed and closed in 1999. The listing indicates that the tank was steel/carbon/iron with no internal protection or secondary containment. Bulk petroleum storage tanks were not regulated by the NYSDEC until 1983. Prior to that time, many tanks lacked leak detection or secondary containment to reduce the potential of spills to the environment. 

      Montrose performed a Phase II Environmental Site Assessment (ESA) for the Site in June 2025. The report is presented in Appendix B. A total of six (6) exterior soil borings (SB-01 through SB-06) and four (4) monitoring wells were installed.  The soil investigation revealed anthropogenic fill consisting of ash cinders, brick, plaster, masonry grout, glass, porcelain, and ceramic fragments. One elevated photoionization detector reading of 7.8 parts per million (ppm) with a chlorinated odor was detected in SB-04 between 2-4 feet below ground surface (bgs). No additional visual/olfactory indications of impacts were observed in the soil. Groundwater was encountered at depths between 12-23 feet below ground surface (bgs). 
      Laboratory analysis of samples collected as part of the Phase II ESA indicated the following:

      • Polycyclic aromatic hydrocarbons (PAHs) above NYSDEC Part 375 Unrestricted Use (UU), Part 375 Protection of Groundwater (POGW), and/or Commissioner Policy (CP)-51 in one location (165WS-SB-05). Benzo(a)pyrene was also identified above NYSDEC Part 375 Commercial Use (CU) in this location. 
      • Lead and nickel were detected in excess of CU standards in sample 165WS-SB-03 (3.5-4 feet bgs) and its associated field duplicate (FD-01). As nickel is readily abundant in the earth’s surface, the nickel exceedance is assumed to be characteristic of ambient background levels rather than past Site use. 
      • No volatile organic compounds (VOCs) exceeded NYSDEC Technical and Operation Guidance Series 1.1.1 (TOGS) in the groundwater samples collected.
      • SVOCs were detected in groundwater above TOGS guidance standards in two locations, including phenol in sample 165WS-SB-02 and associated field duplicate (FD-01), and PAHs, including benzo(a)pyrene in sample 165WS-SB-01. 

      It was recommended that a Soil and Groundwater Management Plan (SGMP) should be prepared prior to future ground intrusive work to protect Site workers, public users of the park, and adjacent properties. The SGMP should be written to comply with 6 NYCRR Part 360 requirements and ensure proper handling and disposal of potentially impacted fill/soil and groundwater. No additional soil or groundwater investigation was recommended. Future design for the park should account for protecting the public from potential residual impacts. A SGMP has been developed for the Site and is included in Appendix C.

    • Procurement Contact

      Chris O'Connor

      Purchasing Agent

      16 William Street

      Lyons, NY 14489

      Email: cjoconnor@waynecountyny.gov

      Phone: (315) 946-7674

    • Sales Tax Exemption

      The County is exempt from payment of sales and compensating use taxes under the Tax Law of the State of New York.  Bidders shall not include sales or use taxes in their Bid price.

    • Responsiveness

      To be considered responsive, at a minimum, Offerors must complete and submit all of the required information (requested in this RFP and the Proposal Forms) on time and submit as specified in this RFP.

    • Insurance Requirements: Transportation Services

      Required Insurance: The prime contractor and all subcontractors shall purchase and maintain the following types and limits of insurance, unless stated otherwise.  The limits outlined below are the minimum limits required for this contract and in no way limits the liability of the contractor.

      1. Contractor must provide new ACORD certificates when any policy listed on the form expires.
      2. If Contractor maintains broader coverage and/or higher limits than the minimums shown below, the County requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the County.
      3. The Contractor’s insurance policies must be from an A.M. Best rated “Secure” or better insurer, authorized to conduct business in New York State. A New York State admitted insurer is preferred. The decision to accept specific insurers lies exclusively with the County.
      4. The County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstance.
      5. Commercial General Liability Insurance
        1. Use of ACORD Form: Proof of Commercial General Liability Insurance must be provided on a New York-approved ACORD form. ACORD Insurance Certificates must be executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. The ACORD form must contain (i) the name of the agent producing the form; (ii) a policy number; (iii) policy effective date and expiration date; and (iv) the name of the Contractor, which must match the Contractor name on the Agreement.
        3. Type of policy: Commercial General Liability Insurance shall be written on an occurrence coverage form. The General aggregate shall apply on a per-project basis. Insurance shall include coverage for bodily injury and property damage liability.
        4.  Additional Insured Status: Wayne County must be named as an “Additional Insured.” Additional insured status must include products and completed operations. The Contractor agrees to indemnify the County for any applicable deductibles and self-insured retentions. To the fullest extent permitted by law, contractor agrees to defend, indemnify and hold harmless The County, it’s officers, directors, agents and employees from and against any and all claims, suits, liens, judgments, damages, losses and expenses including reasonable legal fees and costs arising in whole or in part and in any manner for acts, omissions, breach or default of Subcontractor, in connection with performance of any work by Contractor, it’s officers, directors, agents, employees and subcontractors.
        5. “Certificate Holder”: shall be “County of Wayne, 26 Church Street, Lyons, NY 14489.”
        6. Description of Operations”: must describe the specific services provided by the contractor (e.g., roofing, carpentry, plumbing, remediation, asbestos abatement, auditing, information technology consulting, etc.) that are covered by the liability policies.
        7. Non-renewal, Change, or Cancellation: Contractor shall provide written notice of any non-renewal, change, or cancellation of the policies required herein to the County of Wayne and the County Department requesting this Certificate at least thirty (30) days prior to such non-renewal, change, or cancellation. Such written notice may be provided through the County’s electronic contract system.
        8. Waiver of Subrogation: Contractor hereby grants to the County a waiver of any right to subrogation which any insurer of said Contractor may acquire against the County by virtue of the payment of any loss under such insurance. Waiver of subrogation must be indicated on the ACORD form. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County has received a waiver of subrogation endorsement from the insurer and regardless of whether waiver of subrogation is indicated on the ACORD form.
        9. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      6.  Automobile Liability Insurance
        1. For all construction contracts, contracts requiring reimbursement of the Contractor’s mileage, or any other contract requiring use of a vehicle other than for transportation of the contractor from home/main office to the work site or from the work site to home/main office, the ACORD form must include proof of Auto Liability Coverage as set forth below.
        2. Shall be written on an occurrence basis
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
        5. Waiver of Subrogation: Required
        6. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
      7. Professional Liability Insurance 
        1. Use of ACORD form: An ACORD form is strongly preferred for proof of Professional Liability Insurance. Alternative forms may be accepted, in the discretion of the County Attorney’s Office, so long as such certificates are executed by an insurance company and/or agency or broker licensed by the Insurance Department of the State of New York.
        2. Type of policy: Professional liability coverage shall be maintained for not less than three (3) years following expiration or termination of the Agreement, or the Contractor shall provide an equivalent extended reporting endorsement (commonly known as a “tail policy”). If written on a “claims-made” basis, the retroactive date must predate the inception of the contract or agreement
        3. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      8. Umbrella/Excess Insurance
        1. All contractors shall purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described above.  The coverage afforded must be at least as broad as that of each and every one of the underlying policies.
        2. Type of policy: Umbrella/Excess insurance shall be on a follow-form basis or provide broader coverage over the General Liability and Auto Liability coverages. Must extend over Contractors’ Pollution Liability and or Environmental Contractors Liability policies if applicable
        3. Additional Insured Status: Wayne County shall be named as “Additional Insured.”
        4. Waiver of subrogation: Required
        5. Primary / Non-contributory Coverage: Contractor’s coverage shall be primary and non-contributory coverage for the County, its Board, employees, and volunteers
        6. Non-renewal, Change, or Cancellation: Requirements shall be the same as Commercial General Liability Coverage noted above
      9. Workers’ Compensation Insurance
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Workers’ Compensation insurance OR proof of exemption from providing Workers’ Compensation insurance, in compliance with NY Workers’ Compensation Law §57.
        2. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
          1. be legally exempt from obtaining workers’ compensation insurance coverage; or
          2. obtain such coverage from insurance carriers; or
          3. be a Board-approved self-insured employer; or
          4. participate in an authorized group self-insurance plan.
        3. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Workers’ Compensation coverage.
          1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp.
          2. Form C-105.2, Certificate of Workers’ Compensation Insurance: Form C- 105.2 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent. Please note that the State Insurance Fund provides its own version of this form, the U-26.3.
          3. Form SI-12, Certificate of Workers’ Compensation Self-Insurance: Board-approved self-insured employers must obtain this form from the Board’s Self-Insurance Office by emailing selfinsurance@wcb.ny.gov.
          4. GSI-105.2, Certificate of Participation in Worker’s Compensation Group Self-Insurance: The contractor must obtain this form from the contractor’s Group Self-Insurance Administrator.
          5. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.
        4. Waiver of Subrogation: Required under the Worker’s Compensation Coverage
      10. Disability Benefits Coverage
        1. New York State law mandates that municipal entities require their contractors or permit applicants to provide proof of Disability Benefits Coverage OR proof of exemption from providing Disability Benefits Coverage, in compliance with NY Workers’ Compensation Law §220 (8).
          1. To comply with coverage provisions of the Workers’ Compensation Law, contractors must:
            1. be legally exempt from obtaining Disability Benefits Coverage; or
            2. obtain such coverage from insurance carriers; or
            3. be a Board-approved self-insured employer for disability benefits.
          2. FORMS - Contractors or entities must provide one of the following NY State-approved forms to the County. NOTE - ACORD forms cannot be accepted as proof of Disability Benefits Coverage.
            1. Form CE-200, Certificate of Attestation of Exemption from NYS Workers’ Compensation and/or Disability Benefits Coverage: Form CE-200 can be completed electronically on the NY Workers’ Compensation Board’s website, https://www.wcb.ny.gov/content/ebiz/wc_db_exemptions/requestExemptionOverview.jsp
            2. DB-120.1, Certificate of Disability Benefits Insurance: Form DB-120.1 must be obtained from the contractor’s insurance carrier or the carrier’s licensed agent.
            3. DB-155, Certificate of Disability Benefits Self-Insurance: Self-insured employers must contact the NY Office of Self-Insurance at selfinsurance@wcb.ny.gov to obtain Form DB-155.
            4. NYS Agencies Acceptable Proof: Letter from the NYS Department of Civil Service indicating the applicant is a New York State government agency covered for workers’ compensation under Section 88-c of the Workers’ Compensation Law and exempt from NYS disability benefits.

      Required Minimum Limits:

      Insurance TypeCoverage Amount
      Commercial General Liability 
      Each Occurrence$1,000,000
      Fire Damage/ Damage to Rented Premises$100,000
      General Aggregate$2,000,000 
      Products & Completed Operations Aggregate$2,000,000
      Personal & Advertising Injury $1,000,000
      Medical Expense$5,000
      Auto Liability 
      Combined Single Limit including Coverage for Owned, Hired, Borrowed, and Non-Owned Vehicles 

      $5,000,000

      If transporting children, sexual abuse & molestation coverage shall be affirmatively included.

      Excess/Umbrella Liability 
      Each Occurrence/ AggregateTBD
      Professional Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Cyber Liability (if applicable)
      Each Occurrence/ AggregateTBD
      Additional Insured on a Primary & Non-Contributory Basis with a Waiver of Subrogation and 30 Days’ Notice of Cancellation or Non-Renewal
      Include onGeneral Liability, Auto, & Excess/Umbrella
      Cyber Liability
    • Addenda

      The County may issue addenda to make changes to the RFP, changes to the scope, respond to any questions, or provide clarification to the information stated within the RFP.  All written/published addenda shall become part of this RFP and must be included by the Offeror in its proposal.  All other communications are unofficial and non-binding.  

    • Proposal Form Templates

      The offeror must ensure that their response meets all form and content requirements detailed within this RFP. This RFP contains Proposal Forms, which shall be incorporated into the offeror's proposal. Offerors shall NOT re-create these Proposal Forms, create their own Proposal Forms, or edit the format structure of the Forms (page sizing, font type, font size, page margins, etc.) An electronic copy of each Form will be provided along with this RFP. The Offeror must download, complete, and submit each proposal formally in their Proposal Package. Any proposal that does not adhere to these requirements may be deemed nonresponsive and rejected. Additional copies of Submittal Forms may be used and submitted.

    • Notice to Contractors (Physical or Electronic Responses)

      Notice is hereby given that the County of Wayne is conducting a  Request for Bids for Building Abatement and Demolition of 165 Water Street, Lyons, New York


      Sealed responses may be submitted physically or by mail in a sealed envelope clearly identified and filed with the Clerk of the Wayne County Board of Supervisors, 26 Church Street, Lyons, New York 14489, OR may be submitted electronically using the County eProcurement Portal: https://procurement.opengov.com/portal/co-wayne-ny-us on or before 2:00 pm prevailing time on Thursday, April 9, 2026


      An electronic copy of proposal forms, specifications, and plans can be obtained from the County’s eProcurement Portal: https://procurement.opengov.com/portal/co-wayne-ny-us or by requesting them directly from the Purchasing Department Office located at 16 William Street, Lyons, NY by email request to purchasing@co.wayne.ny.us (Telephone: 315-946-7675) 

       

      The County of Wayne (hereinafter “County”) shall not be held responsible for the completeness or accuracy of any proposal documents received by a contractor that was not directly issued to that contractor by the Purchasing Department. Any contractor submitting a proposal based on incomplete or inaccurate information resulting from documentation received from any third party shall not have cause for relief from award or completion of a contract in accordance with the official documents on file with the Clerk of the Board of Supervisors.

      It is HIGHLY suggested that all contractors interested in participating in this proposal contact the Purchasing Department directly at the above address or telephone number to ensure they have received the most accurate and up-to-date material concerning this contract.

      The County does not offer or supply anyone the list of people who have obtained a copy of these proposal specifications or cost estimates for the project prior to the opening of the proposals.

      NO EXCEPTIONS ARE MADE TO THIS POLICY.

      **the County Reserves the right to reject any or all responses**

    • Preparation and Execution of Bids; Non-Collusion Bidding Certification

      Bids must be submitted on the Bid Form included in the Contract Documents and prepared in the following manner:

      1. Bidder assumes all costs of preparation of the proposal and any presentations necessary to the proposal process. The County is not liable for any costs incurred in the preparation of this proposal and in any other subsequent proposals or presentations.
      2. All blank spaces on the Bid Form shall be filled in legibly, in ink or typewritten.  If both words and figures are requested, the written words shall be binding on the Bidder.  In the event of an error in the total of the Bid, the Bid shall be the total of all items in written words.
      3. Erasures and alterations must be initialed by the signer of the Bid.
      4. The Bidder shall not make any changes in the wording of the Bid Form or make any stipulations or qualify the Bid in any manner.
      5. The Bidder shall note the receipt of Addenda in the spaces provided on the bid Form by entering the number and the date of each Addendum.  If no Addenda have been received, insert the word “NONE”.  Failure to acknowledge Addenda shall be sufficient cause for rejection of the Bid.
      6. The Bid must be signed by the person legally authorized to bind the Bidder to a contract.  The name of the person signing the Bid must be typed or printed below the signature.
      7. The Non-Collusion Bidding Certification required by Section 103-d of the General Municipal Law must be submitted with each Bid.
      8. The Proof of Insurance, consisting of an insurance certificate or letter of intent showing insurability in accordance with the requirements indicated in the Standard Insurance Provisions, must be submitted with each Bid.
      9. An executed Debarment Certification must be submitted with each Bid.
      10. An executed Certification Regarding Lobbying must be submitted with each Bid. 
      11. An executed Certification of Compliance with the Iran Divestment Act must be submitted with each Bid. 
    • General Terms

      The following terms and conditions apply to this RFP 

      Preparation Cost

      All proposal responses and supporting documentation submitted to the County by the Offeror will become the property of the County.  The County will not reimburse the Offeror for any costs associated with the preparation of the response to this RFP.

      Public Disclosure Requirements

      All documents submitted in response to the RFP will become a matter of public record and shall be thereupon considered public records within the state of New York law, for inspection subsequent to the award process. The County will not be responsible for any proprietary information that finds its way to the general public.

      Pursuant to New York’s Freedom of Information Law (“FOIL”) (Public Officers Law, Article 6, Sections 84-90), all government records are presumptively open for public inspection unless specifically exempted from disclosure under FOIL.  Offerors who have a good faith belief that information contained in their Proposal is exempt from disclosure under FOIL must, at the time of their submission, request the exemption in writing, setting forth the basis for the claimed exemption.  In addition, the Offeror must mark each page of its submission claimed to be exempt from  disclosure  under  FOIL  with  the  following  legend:  “THE  OFFEROR  BELIEVES  THAT  THIS  INFORMATION  IS PROTECTED FROM DISCLOSURE UNDER THE NEW YORK STATE FREEDOM OF INFORMATION LAW.”  Neither the Offeror’s classification of materials as exempt under FOIL, nor the County’s acceptance of the Offeror’s Proposal with the claimed exemption(s), should be considered a final determination as to whether the designated materials are exempt from disclosure under FOIL. Any and all determinations as to the propriety of claimed exemptions will be made by the County and/or a court of law in accordance with applicable law.

      Errors and Omissions

      The County will not be liable for any errors or omissions in the Offeror’s proposal.

      Rejection of Proposals

      The County expressly reserves the right to reject any or all Proposals.  The County may cancel this RFP at any time.  The County is not responsible for any costs incurred by Offerors in the preparation and presentation of Proposals submitted in response to this RFP.

      Validity of Proposal

      Proposals submitted in response to this RFP shall be valid for a period of 120 days after the "Proposal Due Date."

      Negotiation

      The Owner expressly reserves the right to negotiate with any, all, or none of the Offerors, waive informalities, minor irregularities, and discrepancies, and award a Contract without interviews, discussions, or negotiations.

      Execution of Contract

      The Bidder, whose proposal has been accepted, shall have a legally authorized representative execute the contract and submit it to the County within ten (10) calendar days of the date of Notice of Award.

      Cancellation Clause

      The County reserves the right to cancel the contract at any time during the contract term by written ten (10) days’ notice mailed to the address of the vendor.

      Contractual Considerations

      The selected Contractor must agree to conditions incorporated into the standard contract used by Wayne County, subject to approval of the County Attorney. The selected Contractor will enter into a contract with the County for the performance of the work specified in the RFP. All work obviously necessary for the completion of the contract shall be included in the Contractor's proposal. The Agreement will be governed by the Laws of New York State. The Contractor shall comply with all applicable laws, including those regarding labor, discrimination, and equal employment opportunity. The preparation and submittal of proposals shall be the sole expense of the Contractor. The County is a political subdivision of New York State and, as such, is tax-exempt

      Term

      The contract period will be NO VALUE or a date mutually agreed upon by both parties. The final Contract for this project will involve, at a minimum, the terms and conditions set forth in this RFP (including the General Conditions) and may include those reflected in the specific proposal submitted. The content shall be the exclusive source of the proposer's rights and remedies, and shall supersede any and all prior writings, negotiations, or agreements of any

       

    • Evaluation Committee

      An Evaluation Committee will be used to evaluate proposals of all responsive Proposals and participate in the Interview process (if required).  The Evaluation Committee is expected to contain approximately 3-5 individuals who may or may not have technical expertise with this particular type of project or service.  Therefore, it is important that the Offerors prepare and submit non-technical documents (to the maximum extent possible).

      The Evaluation Committee will be asked to independently review and score the Submittals/Interviews comparatively to one another based on a 0 to 10 scale. The scale is based on the following criteria:  

      Points AwardedQualityCriteria
      10ExceptionalExceptional; far exceeds expectations
      8Very GoodExceeds expectations
      6AcceptableMeets expectations and all minimum requirements
      4Below RequirementsDoes not meet expectations or minimum requirements
      2Well Below RequirementsFails to meet minimum requirements; proposes a solution that is not acceptable
      0UnacceptableProposed solution deemed unacceptable in every aspect

      The score as a percentage will then be multiplied by the weight of the category

      The Purchasing Department will verify each Evaluation Committee member's score and average the scores to obtain the final average score for each offeror.

    • Evaluation Process

      The following procedures will be followed to evaluate Proposals:

      1. The Purchasing Department will review all proposals for compliance with mandatory requirements as stipulated within the RFP. Proposals deemed non-responsive will be eliminated from further consideration.  The Purchasing Department may contact Offerors for clarification of the responses.

      2. The Purchasing Department will provide Proposals to the Evaluation Committee, 

      3. The Evaluation Committee members will independently evaluate and score the documents and submit their scores back to the Purchasing Department.  

      4. The Purchasing Department will input, calculate, and prioritize the data and evaluator scores. 

      5. The Purchasing Department may identify and invite the Offerors to participate in an Interview Process. 

    • Modification or Withdrawal of Bids

      A Bid may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time before the scheduled time for opening of Bids.

      A Bid may not be modified, withdrawn, or canceled for a period of forty-five (45) days after the date of the Bid opening; thereafter, a Bidder may withdraw his Bid only by a written notice of withdrawal submitted in advance of the bid award.

    • Interviews

      The County may conduct interviews with the Key Personnel/Teams from each of the selected Offerors. Should interviews be conducted, the same criteria will be used to select the finalist. Once the interviews and/or on-site presentations have been conducted and references checked, the Evaluation Committee will meet and decide on the finalist. In the event an on-site presentation is conducted, the Offeror(s) will be notified and scheduled to present to the selection committee.

      Interviewees may be asked questions regarding their experience, knowledge, and understanding of the scope of work, obstacles and challenges, strategies, and their plan/approach. The County may request additional information before interviews.  

    • Bidder's Qualifications
      1. The County may make such investigations as deemed necessary to determine the responsibility of any Bidder to perform the work, and any Bidder shall furnish to the County the information, samples, and data required by the County.  The County reserves the right to reject any Bid if the evidence submitted by or the investigation of any such Bidder fails to satisfy the County that any such Bidder is responsible, or qualified to carry out the obligations of the Contractor to complete the work as contemplated therein.
      2. The following shall be considered the minimum requirements to qualify for Bidding:
        1. Be an established business, registered to do business in the State of New York 
        2. Maintain in direct employment experienced and trained personnel.
      3. Maintain and be familiar with the requirements of all applicable codes and regulating bodies.
      4. Must submit Certificates of Insurance and copies of endorsement forms, meeting requirements of the County of Wayne’s minimum insurance standards, a copy of which is included in the Bidding Documents
    • Consideration of Bids; Acceptance of Bid
      1. Award of the bid/Contract may be awarded to the Bidder submitting the lowest responsible Bid that meets the requirements of the Specifications, or on the basis of Best Value, please see "Method of Award"
      2. The County shall have the right to reject any and all Bids; to reject a Bid not accompanied by the required Bid security (If applicable) or by other data required by the Contract Documents; to reject a bid which is in any way incomplete or irregular; and to waive any informality in a Bid.
      3. The County shall have the right to award any combination of Bid and Alternative to determine the total bid amount
      4. The County shall award the bid to one bidder for the total amount indicated on the bid form.
      5. Bid prices shall remain firm for a period of 45 days after the bid opening date.    
      6. The acceptance of a Bid by resolution of the Board of Supervisors shall bind the successful Bidder to comply with the terms and conditions of the Contract Documents.
      7. Non-Collusion Bidding Affidavit must be complete, signed, and submitted with the Bid.
      8. The selected Contractor must agree to conditions incorporated into the standard contract used by Wayne County, subject to approval of the County Attorney.
      9. The selected Contractor will enter into a contract with the County for performance of the work specified in the BID.  
      10. All work obviously necessary for the completion of the contract shall be included in the Contractor’s Bid.
      11. The Agreement will be governed by the laws of New York State.  The Contractor shall comply with all applicable laws, including those regarding labor, discrimination, and equal employment opportunity.
    • Award Procedure

      The successful Offeror will be notified, in writing, when a recommendation for award has been completed, and of the award date of the contract.  No payment can be made for action taken or work started prior to the execution of the contract. This selection is subject to the approval of the Wayne County Board of Supervisors.

      The selected Offeror will enter into a contract with the County for the performance of the work specified in the RFP and must agree to conditions incorporated into the standard contract used by Wayne County, subject to the approval of the County Attorney

    • Method of Award: Lowest Responsible Bidder

      Except where the County exercises the right to reject any or all Proposals, the County will award the bi to the lowest responsive and responsible Bidder meeting all specifications of the bid, provided further that such Bidder complies with all requirements of the Advertisement and these Instructions to Bidders, after investigations are made to determine the Bidder's responsibility and capability.  Official Notice of Award will be provided to the successful Bidder upon approval by resolution by the Wayne County Board of Supervisors.

      The County guarantees no minimum or maximum purchases or contracts as a result of the award of this bid. Additionally, the County reserves the right to purchase any goods or services included as a part of this bid through any means legally available to it at any time.

    • Method of Award: Best Value

      Except where the County exercises the right to reject any or all Proposals, the County will award the bid to the Offeror meeting all specifications of the bid that provides the best value to the county, Award(s) may be made to the highest scoring offeror(s) resulting from the evaluation procedures described here in, provided further that such Bidder complies with all requirements of the Advertisement and these Instructions to Bidders, after investigations are made to determine the Offeror's responsibility and capability.  Official Notice of Award will be provided to the successful Offeror upon approval by resolution by the Wayne County Board of Supervisors.

      The County guarantees no minimum or maximum purchases or contracts as a result of the award of this bid. Additionally, the County reserves the right to purchase any goods or services included as a part of this bid through any means legally available to it at any time.

    • Guarantee

      The vendor guarantees that all work will be conducted in accordance with the Bid Specifications and that all goods, materials, equipment, and services supplied to the County meet or exceed the Bid Specifications. Should the goods, materials, equipment, and or services be found not to meet the Bid Specifications, the vendor must remove and/or, at the County’s sole discretion, replace all faulty goods, materials, and/or equipment within a time frame dictated by the County at no cost to the County.

    • Backorders/Order Status

      The vendor agrees to provide the using department and/or Purchasing with a monthly open order report. Any order more than ten (10) days old must include an explanation of the delay as well as an estimated arrival date.

    • Substitute or "Or Equal" Items

      A Contract, if awarded, may be based on materials and equipment as described in the Bid Specifications, and “or equal” items submitted by the bidder and accepted by the County.

      The bidder may offer “or equal” items that meet the same performance and reliability standards as specified herein.  If the bidder offers an “or equal” item, the bidder must include with the bid package documentation establishing equality of construction, operation, and utility.  Said “or equal” items must be accepted or rejected based upon the County’s evaluation of the submitted documentation.  All costs associated with the review of any “or equal” items before the recommendation of award must be at the bidder's expense.    

      If a submitted “or equal” item is rejected, the bidders must be afforded an opportunity to meet with the County to offer additional qualifying opinions and information prior to the County rejecting the bid. However, if the County determines that the materials or equipment do not meet the minimum acceptable specification, the vendor will not have the opportunity to offer the County other alternatives or to offer the original equipment specified by the County. Additionally, the bidder must not have the opportunity to submit any alternative materials or equipment after the bids have been opened or awarded.  Neither the County nor its representatives must make any determinations as to the equality of materials or equipment before the opening of bids.  

      The decision to accept or reject an “or equal” item rests solely with the County.  If a substitute “or equal” item is not accepted by the County, the bid will be deemed non-responsive, and the County must reject this bid.  The next lowest responsive bid must then be reviewed for recommendation of award.

    • Samples

      The County may require samples of materials from the Offorer(s).  Samples shall be submitted free of charge upon request and be identified with the Offeor's name and address.  If, in the judgment of the County, the sample (s) is (are) not in accordance with the specifications, the County reserves the right to reject the bid or cancel the contract.

    • Deliveries

      All deliveries shall be made FOB Destination (ordering department, agency receiving room, or project site), Freight Prepaid. unless otherwise requested within the solicitation, within the time frame specified by the ordering agency.  All delivered items shall be packed in suitable containers standard to the trade and in full conformance with all existing health and sanitation regulation governing such deliveries.  An itemized delivery ticket shall be presented to the ordering department or agency with each delivery.

    • Execution of Contract

      The Bidder, whose proposal has been accepted, shall have a legally authorized representative execute the contract and submit it to the County within ten (10) calendar days of the date of Notice of Award.

      Failure or refusal of the Bidder, whose bid is accepted, to execute the Contract as hereinbefore provided or to submit satisfactory bonds and insurances shall constitute a breach by such Bidder of the Agreement created by the acceptance of the bid and, in such event, the County, at its option, may determine that such Bidder has abandoned the contract.  Thereupon, such Bidder's bid and the acceptance thereof shall be null and void, and the County shall be entitled to take action for damages.  Such damages shall include the amount of the total contract finally accepted in excess of that of the originally successful Bidder, losses arising from delays in the County's construction program, and all other items of cost to the County resulting from such breach.  In the recovery of the damages specified above, the County may proceed against the sum represented by the bid guaranty and take such other action as the County may deem best in the public interest.

    • Term of Contract

      Any contract resulting from the award of this bid shall be for a term of  TBD. The County will notify the Bidder in writing within sixty (60) days of the expiration of the initial agreement or any extension thereof of its intent to renew the agreement.  The Bidder must notify the County within ten (10) days of said notice of its consent to extend the agreement under the same terms and conditions as stated herein

    • Cancellation Clause

      The County reserves the right to cancel the contract at any time during the contract term by written ten (10) days’ notice mailed to the address of the vendor.

    • Communications

      The individual listed as the procurement contact is responsible for the conduct of this procurement.  All questions, inquiries, concerns, or clarifications regarding this solicitation must be submitted electronically (via email or submitted on the County’s eProcurement Portal) to this individual or their designee.  Offerors shall not contact or communicate with any other County employees.  Unauthorized contact about this RFB with any other County employees may result in immediate disqualification. The County will not be responsible for any oral representations or instructions. All contact with any county official must take place during normal work hours, at the county office, or at a site related to the service being proposed.

      Contact Name:Chris O'Connor
      TitlePurchasing Agent
      Address:16 William Street, Lyons NY 14489
      Phone #:(315) 946-7674
      Email:cjoconnor@waynecountyny.gov

      Pursuant to State Finance Law §139-j and §139-k, this solicitation includes and imposes certain restrictions on communications between the County and an Offeror during the procurement process. An Offeror is restricted from contacting other than designated staff from the earliest notice of intent to solicit offers through final award and approval of the Procurement Contract by the County Executive ("Restricted Period") unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law §139-j(3)(a). 

      Offerors responding to this solicitation must familiarize themselves with these State Finance Law requirements and will be expected to affirm that they understand and agree to comply on the Proposal Form.

    • Procurement Schedule

      The Owner will make every effort to adhere to the schedule below.  However, the Owner reserves the right, at its sole discretion, to adjust the Schedule of Events as it deems necessary.

      NOActivityTimeDate
      1Solicitation Issued Friday, February 27, 2026
      2Pre-Proposal Meeting & Site Visit (if required)10:00 amFriday, March 6, 2026
      3Deadline for Questions4:00 amFriday, March 13, 2026
      4Deadline for Proposal Submission (Proposal Due Date)2:00 pmThursday, April 9, 2026
      5Anticipated Award Date X

      Right to withdraw proposals expires on the date and time for the deadline for proposal submission listed above

    • Bid Bond

      Each bid must be accompanied by a bid bond, duly executed by the bidder as principal and having a surety thereon a surety approved by the owner, in the amount of five percent (5%) of the bid.

      Such bid bonds will be returned to all except the three lowest responsible bidders within ten (10) days after the opening of bids, and the remaining bid bonds will be returned promptly after the owner and the accepted bidder have executed the contract or if no award has been made within ninety (90) days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as they have not been notified of the acceptance of their bid.

      The bid bond of the successful bidder will be retained until the payment and performance bonds required hereinafter and necessary contracts have been executed and approved, after which the bid bond will be returned  

    • Performance / Labor and Materials Payment Bonds

      The successful Bidder will be required to furnish, at Bidder's own cost, the following Surety Bonds issued by a surety company acceptable to the Owner and authorized to do business in the State of New York as a surety: 

      •    Performance Bond - In an amount not less than One Hundred Percent (100%) of the Contract Sum. 
      •    Labor and Materials Payment Bond - In an amount not less than One Hundred Percent (100%) of the Contract Sum.

      The premiums for the required bonds shall be paid by the Bidder. The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney.

      The Performance Bond and the Labor and Materials Payment Bond shall remain in effect for a period not less than one (1) year after the date of Final Payment.

    Submission Requirements

    • Acknowledgement (required)

      I acknowledge that the submission method for this solicitation is Physical Delivery Only.

    • Anticipated Award Date (required)

      Please enter an anticipated award date (board meeting date) Enter as Thursday January 31, 2026 

    • Solicitation Method
    • Solicitation Type (required)
    • Award Method (required)

      Is cost the only factor for the award? Select Yes for a Bid (Commodities, Goods, Non-Professional Services, Construction Work), No for an RFP, Request for Competitive Offer

    • Bid Bond? (required)

      Is a Bid Bond required?

    • Performance, Labor and Material Payment Bonds? (required)

      are surety bonds required 

    • Commodities/ Goods / Product / Services (required)

      Are you requesting a 

    • Samples Required? (required)
    • Other Solicitation Questions
    • Response Submission Method (required)

      Bids involving Article 8 Prevailing Wages should select Physical Response Only

    • How do you want to collect pricing? (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Piggybackable (required)

      Do you want the results to be able to be used by other municipal entities? 

    • Is it a one time purchase or is it for contract over a certain amount of time (required)
    • Contract Term? (required)

      Please select a contract term

    • Is this subject to Prevailing Wages? (required)

      Public Works projects require Prevailing Wages to be paid for Article 8 (Construction Trades) and Article 9 (Building Services)

    • PRC Number (required)

      What is the PRC Number for the Project

      A PRC number can be obtained from the New York State Department of Labor and must be provided to contractors on a project

    • Insurance Requirements
    • Insurance (required)

      What is the the category for insurance requirements 

    • Excess/Umbrella Coverage Required (required)

      Choose the amount of Excess/Umbrella Coverage required 

    • Professional Liability (Errors & Omissions) (required)

      Is Professional Liability Coverage Required?

      If the contractor &/or subcontractor will provide or furnish professional services under this contract, through a delegation of professional design services or otherwise, then the Contractor & subcontractor shall be responsible for purchasing and maintaining applicable professional liability insurance

    • Cyber Liability (required)

      Is Cyber Liability Coverage required?

      It is required when any business has access to county systems, where there is a potential to access or handle county-protected data (PII, financial info, etc.)

    • Excess/Umbrella Coverage (required)

      Choose the amount of Excess/Umbrella Coverage required 

    • Contractors' Pollution Liability (required)

      Is Contractors' Pollution Liability required?

      All contractors, including prime & subcontractors performing any work that could create a pollution condition, poor air quality, hazardous materials exposure, lead, mold, pesticides, tank removal/installation, etc., are required to provide Contractors Pollution Liability coverage. 

    • Environmental Contractors Liability (required)

      Is Environmental Contractors Liability coverage required?

      Environmental Contractors Liability is required if work includes asbestos, lead abatement, mold remediation &/or hazardous materials.  All contractors, including prime & subcontractors, handling environmental exposures are required to provide this coverage. 

    • Owner and Contractors Protective (OCP) Liability (required)

      Is OCP coverage required?

      Include upon recommendation of the County Insurance Provider

    • Installation Floater (required)

      Is an Installation Floater required?

      Include upon recommendation of the County Insurance Provider

    • Railroad Protective Liability (required)

      Is Railroad Protective Liability coverage required?

      Required if any construction or demolition operations are being performed on or within 50 feet of any railroad property, railroad bridge, trestle, track, roadbed, tunnel, underpass, or crossing.

    Questions & Answers

    Q (Pre - Bid): We just received the documents today from the Construction Exchange of WNY. Will there be another pre-bid we can attend? Or are we able to bid without attending the pre-bid that was today?

    A: No, there will not be another pre-bid meeting. No, you will not be allowed to bid as attendance at the meeting was mandatory and a condition for submitting a bid.


    Q (Loose Lead/PCB Paint Chips):

    A: If the entire building is demolished and disposed of non-haz pcb waste, is there a need to remove the loose lead/pcb paint chips? Yes, the scope to collect and remove the loose lead/pcb paint chips would still be required as set forth in the Contract Documents. Bid Item 1.3 remains unchanged


    Key dates

    1. February 27, 2026Published
    2. April 9, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.