PIN 775377, Noble Street over West Creek

Agency: The New York State Contract Reporter
State: New York
Level of Government: State & Local
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD15621456584936669
Posted Date: Mar 8, 2024
Due Date: Mar 29, 2024
Source: Members Only
Issue Date: 03/08/2024 Contract Number: D040965
PIN 775377, Noble Street over West Creek
Description:

Title: Replacement of Noble Street (BIN 3371810) over West Creek

Agency: Transportation, NYS Dept. of Planning & Program management

Contract Number: PIN 7753.77; D040965

Contract Term: Contract Completion Date: 9/30/2025

Date of Issue: 3/6/2024

Due Date/Time: 3/29/2024 2:00 PM

County(ies): Jefferson

Location: Village of Evans Mills, Jefferson County

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

Opportunity Type: General

Description: NOTICE TO BIDDERS (ADVERTISEMENT)

OWNER: Jefferson County (Sponsor)

Separate sealed BIDS for the construction of:

PROJECT: Replacement of Noble Street

(BIN 3371810) over West Creek, PIN 7753.77

Will be received by the:

Jefferson County Purchasing Department

195 Arsenal Street

Watertown, New York 13601

Until: 2 :00 PM ( Prevailing Time) March 29, 2024 , and then at said office publicly opened and read aloud.

Bids received after the above noted time will not be accepted. All sealed envelopes should be clearly labeled “BID: BridgeNY Project, Replacement of Noble Street (BIN 3371810) over West Creek, PIN 7753.77”.

The work site is located in the Village of Evans Mills. The project limits extend from approximately 280 feet southeast of the existing culvert along Noble Street to approximately 350 feet northwest of the existing culvert along Factory Street, including work along Willow Street from the intersection with Noble/Factory Street to approximately 150 feet southwest of the intersection with Noble/Factory 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 the specifications including, but not necessarily limited to the following: complete removal of the existing culvert superstructure and substructures and replacement with new single span, precast concrete 3-sided frame units, construction of strip footings founded on piles, re-alignment of Noble/Factory/Willow Street within the project limits, re-alignment of the intersection of Noble/Factory/Willow Street, installation of new sanitary pump station, relocation of sanitary, water, and drainage systems, installation of SPDES stormwater treatment swale, installation of sidewalks and curbing within project limits, and reconstruction of roadway approaches as required to accommodate bridge replacement efforts.

BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID Schedule by examination of the site and a review of the drawings and specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done.

This is a Federal Aid Project and NYSDOT Standard Specifications, officially finalized and adopted on January 1, 2024 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 Equitable Business Opportunities (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.

The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained (such as phone conversations, etc.) from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve the CONTRACTOR from fulfilling any of the conditions of the contract.

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:

Jefferson County Purchasing Department

195 Arsenal Street

Watertown, New York 13601

(315) 785-3077

or

Stantec Consulting Services Inc.

61 Commercial Street Suite 100

Rochester, New York 14614

(585) 413-5261

An electronic copy of the CONTRACT DOCUMENTS/DRAWINGS can be made available to the CONTRACTOR upon request from the Consultant, Stantec Consulting Services Inc., through Stantec’s Project Manager Tom.butler@stantec.com , or by calling (585) 413-5261.

BIDDERS shall be advised this project is a public works project subject to New York State conditions of employment and minimum wage rates in accordance with current labor laws.

No questions or inquiries regarding this bid will be accepted within three (3) business days prior to the bid opening.

Contractors that obtain Contract Documents from a source other than the issuing office must notify the Consultant in order to be placed on the official Plan Holder 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 the Consultant to Bidders listed on the official Plan Holders List. An emailed response from the Bidder to the Addendum sent by the Consultant 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 Addendum and the Acknowledgement of Receipt of Addenda on page 92 of the Proposal. Failure of any Bidder to receive any such Addendum or interpretation shall not relive 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 James Lawrence, Jr., Jefferson County or Thomas R. Butler, Stantec Consulting Services Inc. either through email at: jlawrence@co.jefferson.ny.us , tom.butler@stantec.com or by telephone at (315) 786-3600, (585) 413-5261. Bidders shall promptly notify James/Thomas of any errors, omissions, conflicts, or ambiguity within the Contract Documents within seven (7) calendar days of bid opening.

All bids must include the completed Bid Form, Non-Collusive Bidding and Disbarment Certifications, and Lobbying Certifications. This is a unit price bid as described in the Instructions to 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 Instructions to Bidders.

We strongly encourage all vendors to submit bids as soon as possible. Bidders will be fully responsible for the delivery of their bids in a timely matter. Reliance upon the US Postal Service or other carriers is at the bidder's risk. Late bids will not be considered.

The Sponsor reserves the right to accept or reject any and all BIDS.

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 Repository (ny.gov) .

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.

Jefferson 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 the Jefferson County Board of Directors before any award of contract may be made. Receipt of bids by Jefferson County shall not be construed as authority to bind Jefferson County.

Construction work shall not begin prior to May 1, 2024 and shall be substantially completed and ready for final payment by September 30, 2025. A mandatory winter shutdown will be required between November 1, 2024 and April 30, 2025. Phase I work zone traffic control as indicated in the Contract Plans shall remain in place throughout the winter shutdown period. Work outside of these dates shall not be performed without written approval from Jefferson County.

The Sponsor and 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 a written Department solicitation, request for proposal or invitation for 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.

Contact Information:

Owners Contact:

James L. Lawrence, Jr.

Superintendent of Highways

Jefferson County Highway Department

21897 County Road 190

Watertown, NY 13601

United States

Ph: 315-786-3600

jlawrence@co.jefferson.ny.us

Engineers contact:

Thomas R. Butler

Project Manager

Stantec Consulting Services Inc.

61 Commercial Street, Suite 100

Rochester, NY 14614-1009 United States

Ph: 585-413-5261

Fax: 585-272-1814

Tom.butler@stantec.com

Submit to contact:

Jefferson County Highway Department

Michael Bagley

Purchasing Director

195 Arsenal Street

Watertown, NY 13601

United States

Ph: 315-785-3077

Fax: 315-785-7591

amccracken@co.jefferson.ny.us

Due Date: 03/29/2024 2:00 PM

Contract Term: Per Contract Proposal

Location: Noble Street over West Creek, Village of Evans Mills, Jefferson County

Ad Type: General

Technical contact: Stantec
Transportation Infrastructure

Tom Butler
Project Manager
61 Commercial Street, Suite 100
Rochester, NY 14614-1009
United States
Ph: 585-413-5261
Fax: 585-272-1814
Tom.butler@stantec.com
Primary Contact: Transportation, NYS Dept. of
Jefferson County Highway Department

James Lawrence, Jr.
Highway Superintendent
21897 County Route 190
Watertown, NY 13601
United States
Ph: 315-786-3600
Fax:
jlawrence@co.jefferson.ny.us
Secondary contact: Transportation, NYS Dept. of
Jefferson County Highway Department

Michael Bagley
Purchasing Director
195 Arsenal Street
Watertown, NY 13601
United States
Ph: 315-785-3077
Fax: 315-785-7591
amccracken@co.jefferson.ny.us

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >