SLED Opportunity · NEW YORK · NEW YORK

    Main Street Sidewalk Gap Project PIN 5764-76

    Issued by Williamsville, Village of
    stateRFPnew yorkSol. 2131408
    Closed
    STATUS
    Closed
    due Mar 6, 2026
    PUBLISHED
    Feb 5, 2026
    Posting date
    JURISDICTION
    new york
    state
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    The Village of Williamsville seeks bids for the Main Street Sidewalk Gap Project involving sidewalk and crosswalk construction, traffic safety installations, and related work. Bids due March 6, 2026. Compliance with NYSDOT standards and federal requirements is mandatory.

    Opportunity details

    Solicitation No.
    2131408
    Type / RFx
    RFP
    Level
    state
    Published Date
    February 5, 2026
    Due Date
    March 6, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    new york
    Agency
    Williamsville, Village of

    Description

    Notice is hereby given that the Village of Williamsville will accept sealed bids for: Main Street Sidewalk Gap Project PIN 5764.76 The Owner is the Village of Williamsville, and the work sites are in the Village of Williamsville. The project work sites are on the following local streets: Oakgrove Drive; Columbia Drive/Brookside Drive/Monroe Drive; Stanton Street; Hillside Drive; Belmont Place; Glen Avenue; and Mill Street. The work includes providing all labor, materials, machinery, tools, equipment and other means of construction necessary and incidental to the completion of the work shown on the plans and described in these specifications including, but not necessarily limited to the following: the construction of new sidewalks; new raised and at-grade crosswalks; the installation of rectangular rapid flashing beacons (RRFBs); curb; curb ramps; signs and pavement markings; minor utility adjustments; related surface restoration, and maintenance and protection of traffic. This is a Federal Aid Project and NYSDOT Standard Specifications, officially finalized and adopted on January 1, 2026 as posted on the New York State Department of Transportation’s website must be followed by the successful bidder. The DBE goal for this project is 0%. The EEO Employment goals for this project are: 7.7% Minority Employment Goal 6.9% Women Employment Goal The use of the NYSDOT approved civil rights reporting software, Equitable Business Opportunities (EBO), is required. Access authorization to EBO can be found at https://ebo.dot.ny.gov/. No residential or geographical restrictions will be in effect for this project. Applicable Federal requirements take precedence over State and local requirements unless state and local requirements are deemed to be more stringent. Bid/Contract Documents, including Invitation to Bidders, Instructions to Bidders, Wage Rates, Bid Documents, Agreement, Special Notes, Specifications, Contract Drawings, and any Addenda, may be examined, at no expense, at the office of: Village of Williamsville between the hours of 8 AM and 4 PM (local time) Monday through Friday. Contract Documents can also be viewed at www.avalonplanroom.com in the Public Projects section. Bid/Contract Documents may be ordered at www.avalonplanroom.com in the Public Projects section or obtained in person at 40 La Riviere Dr, Buffalo, NY 14202 (716 995-7777) between the hours of 8 AM and 6 PM (local time). Monday through Friday upon the non-refundable payment of $58.00. Payments must be by credit card or company check made payable to Avalon Document Services. No questions or inquiries regarding this bid will be accepted within three (3) business days prior to the bid opening. Prospective Bidders that obtain Contract Documents from a source other than the issuing office must notify the issuing office to be placed on the official Plan Holder List to receive Addenda and any other bid correspondence. Bids received from entities other than those on the official Plan Holders List will not be accepted. Addenda will be emailed from the Avalon Plan Room to prospective Bidders listed on the official Plan Holders List. An emailed response from the Bidder to the Addendum sent by the Avalon Plan Room will act as proof that the Bidder received the Addendum. In addition to an emailed response, Bidders must acknowledge receipt of all Addenda by signing and dating each one and securely stapling in place each Addendum within the front or back cover of the Proposal book. Failure of any Bidder to receive any such Addendum or interpretation shall not relieve such Bidder from any obligation under this Bid submittal. All Addenda so issued shall become part of the Contract Documents. Questions regarding the Contract Documents should be directed to Phillip Galbo, P.E. Watts Architects & Engineers either through email at pgalbo@watts-ae.com or by telephone at 716-206-5121. Bidders shall promptly notify Phillip Galbo of any errors, omissions, conflicts or ambiguity within the Contract Documents within 3 business days prior to the bid opening. All bids must include the completed Bid Form, Non-Collusive Bidding and Disbarment Certifications, Lobbying Certifications, Summary of DBE Commitments and Bid Requirement Form (AAP 4LL), as well as the Bidder’s List (CONR 80LL) with information about all quotes received from Subcontractors prior to letting. Alternate bidding will be used. This is a unit price bid as described in the Specifications. No bidder may withdraw his/her bid within forty-five (45) calendar days after the actual date of the opening thereof. Each bid must be accompanied by security in an amount not less than five percent (5%) of the amount of the bid in the form and subject to the conditions provided in the Instructions to Bidders. Bids to be considered must be received in a sealed envelope at the Williamsville Village Hall, 5565 Main Street, Williamsville NY by 11 AM, local time, on March 6, 2026, at which time they will be publicly opened and read aloud in the Village Court Room. Bids received after the above noted time will not be accepted. All sealed envelopes should be clearly labeled Main Street Sidewalk Gap Project, PIN 5764.76. For bids to be considered, the Bidder must be registered with the NYS Department of Labor (DOL) prior to submitting a bid. Bids from unregistered Contractors shall be declared non-responsive. The Bidder to whom the Contract is awarded will be required to furnish Performance and Payment Bonds guaranteeing performance of work and prompt payment from an acceptable Surety Company for an amount not less than 100% of the accepted bid. The successful Bidder and all subcontractors must have an approved CCA-2 on file with NYSDOT prior to being awarded a contract. If the successful Bidder does not currently have a CCA-2 on file with NYSDOT, the Bidder may find the CCA-2 forms and instruction for completion online at https://www.osc.state.ny.us/statevendors/ vendrep/vendor-responsibility-forms?redirect=legacy#Construction. The successful Bidder will be required to comply with all provisions of the Federal Government Equal Employment Opportunity clauses issued by the Secretary of Labor on May 2,1968 and published in the Federal Register (41 CFR Part 60-1, 33 F.2 7804). Successful bidders will be required to pay prevailing wage rates on this contract. The Village of Williamsville reserves the right to consider the bids for forty-five (45) days after receipt before awarding any Contract, and to waive any minor informalities in, and to reject, any and all bids. All bids are subject to final review and approval by the Board of Trustees before any award of contract may be made. Receipt of bids by the Village of Williamsville shall not be construed as authority to bind the Village of Williamsville. The work will be substantially completed 120 calendar days from Notice to Proceed and completed and ready for final payment by October 31, 2026. The New York State Department of Transportation, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C 2000d to 2000d-4 and Title 49 Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation and Title 23 Code of Federal Regulations, Part 200, Title VI Program and Related Statutes, as amended, issued pursuant to such Act, hereby notifies all who respond to the related solicitation, request for proposal or invitation to bid that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, disability/handicap and income status in consideration for an award. Owner’s Contact: Ben Vilonen, RLA, General Crew Chief Village of Williamsille DPW 716-632-4120 bvilonen@village.williamsville.ny.us Engineer’s Contact: Phillip M. Galbo, P.E., Consulting Engineer DPW Watts Architects & Engineers 95 Perry Street, Suite 300 716-206-5121 pgalbo@watts-ae.com Business enterprises awarded an identical or substantially similar procurement contract within the past five years: None Minority / Women Business Enterprise contracting goals (MWBE) Total MWBE Goals: 6.90% Disadvantaged Business Enterprise contracting goals (DBE) DBE Goal: 0.00%

    Key dates

    1. February 5, 2026Published
    2. March 6, 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.