BACK
Category(ies):

Construction Horizontal: Highways & Roadways; Maintenance, Repair & New Construction - Construction

 
Issue Date: 09/26/2023 Contract Number: D040752

PIN 775332, Lazy River Road over Grasse River


Description:

Notice is hereby given that St. Lawrence County Purchasing Office will accept sealed bids for:

(2023-36) Replacement of Lazy River Road Bridge over Grasse River

PIN 7753.32,  D040752

BIN 3341820

The Owner is St. Lawrence County and the work site is located in the Town of Russell, St Lawrence County New York. The projects limits extend from:  450 feet west of the bridge carrying Lazy River Road over the Grasse River to 400 feet east.

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 removal and replacement of the existing bridge carrying Lazy River Road over the Grasse River on a new horizontal and vertical roadway alignment.  The existing bridge will be removed in its entirety and replaced with a 170-foot long multiple steel girder superstructure with a composite concrete deck.  The superstructure will be supported on semi-integral abutments on driven steel H-piles to refusal.  The bridge and approach roadway will consist of 10’-0” travel lanes and 4’-0” shoulders.  Approximately 850 linear feet of approach highway reconstruction will be required to tie the new bridge into the adjacent roadway alignment.  New box beam guide railing will be installed on the bridge and onto the approaches.  Traffic will be maintained on an off-site detour during construction.

This is a Federal Aid Project and NYSDOT Standard Specifications, officially finalized and adopted on May 1, 2023 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 4%.

There are no M/WBE goals for this project.

The EEO Employment goals for this project are:      2.5% 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://www.dot.ny.gov/main/business-center/civil-rights2/civil-rights-repository/Tab/EBO_Login_Application.pdf

No residential or geographical restrictions will be in effect for this project. Applicable Federal requirements take precedence over State and local requirements unless State and local requirements are deemed to be more stringent.

Contract Documents, including Invitation to Bidders, Information For Bidders, Wage Rates, Bid Documents, Agreement, Special Notes, Specifications, Contract Drawings and any Addenda, may be examined, at no expense, at the office of: Barton & Loguidice, D.P.C., 443 Electronics Parkway, Liverpool New York 13088 or at St. Lawrence County Department of Highways, 44 Park Street, Canton, New York 13617 between the hours of 8:00 a.m. and 3:00 p.m. Monday through Friday.

Copies of the Contract Documents may be obtained from the St. Lawrence County Purchasing Office, 48 Court Street, Canton, New York 13617.  The Purchasing Office may be contacted through email at purchasing@stlawco.gov  or by phone (315) 379-2207.

No questions or inquiries regarding this Bid will be accepted within seven (7) business days prior to the Bid opening.

Contractors that obtain Contract Documents from a source other than the issuing office must notify the issuing office in order to be placed on the official Plan Holders List, to receive

Addenda and any other Bid correspondence. Bids received from Contractors other than those on the official Plan Holders List will not be accepted.

Addenda will be emailed from St. Lawrence County to Bidders listed on the official Plan Holders List. Bidders must acknowledge receipt of all Addenda by signing and dating each Addendum on page 00 03 70-1 of the Bid Form. 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 Bryan Tremblay, Barton & Loguidice, D.P.C. either through email at: btremblay@bartonandloguidice.com or by telephone at 315-457-5200. Bidders shall promptly notify Bryan Tremblay of any errors, omissions, conflicts or ambiguity within the Contract Documents within 7 days of Bid opening.

All bids must include the materials in Division 00 03 and 00 04.  This is a unit price bid as described in the Information For Bidders. 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 Information For Bidders. Bids to be considered must be received in a sealed envelope at St. Lawrence County Purchasing Office, 48 Court Street, Canton, New York 13617 by 3:00 PM, local time, on October 24, 2023 at which time they will be publicly opened and read aloud.  Bids received after the above noted time will not be accepted. All sealed envelopes should be clearly labeled (2023-26) PIN 7753.32 – Replacement of Lazy River Road Bridge over Grasse River (BIN 3341820).

The Bidder to whom the Contract is awarded will be required to furnish Performance, Payment and Guarantee Bonds 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:

For-Profit Construction Questionnaire (CCA-2) | Office of the New York State Comptroller

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 County reserves the right to consider the bids for forty-five (45) days after receipt before awarding any contract, and to waive any minor informalities in, and to reject, any and all bids. All bids are subject to final review and approval by St. Lawrence County before any award of contract may be made. Receipt of bids by St. Lawrence County shall not be construed as authority to bind the Municipality. 

All work items of the Contract shall be substantially completed within 30 calendar weeks following mobilization of the site, unless such a period is extended by the Owner as provided herein.  All work shall be substantially completed by December 31, 2024.

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.

Purchasing Contact – Any and all questions shall be emailed to Bids@stlawco.gov

Stephanie Kerr

Assistant Purchasing Agent

48 Court Street

Canton, NY 13617

(315) 379-2207

Skerr@stlawco.gov   

 

Engineer's Contact

Bryan M. Tremblay, P.E.

Senior Associate

443 Electronics Parkway

Liverpool, NY 13088

(315) 457-5200

btremblay@bartonandloguidice.com

 

Due Date: 10/24/2023 3:00 PM

Contract Term: Per Contract Proposal

Location: Lazy River Road over Grasse River, Town of Russell, St. Lawrence County

Ad Type: General


Technical contact:     Barton & Loguidice, D.P.C.


Bryan Tremblay
Project Engineer
290 Elwood Davis Road
Liverpool, NY 13088
United States
Ph: 315-457-5200
Fax:
btremblay@bartonandloguidice.com

Primary Contact:     Transportation, NYS Dept. of
Highway Department
St. Lawrence County
Donald Chambers
Highway Superintendent
44 Park Street
Canton, NY 13617
United States
Ph: 315-379-1542
Fax: 315-379-1061
dchambers@stlawco.org

Secondary contact:     Transportation, NYS Dept. of
St. Lawrence Co Purchasing Dept

Stephanie Kerr
Assistant Purchasing Agent
48 Court Street
Canton, NY 13617
United States
Ph: 315-379-2207
Fax:
SKerr@stlawco.org