Similar Projects
Raquette River Brewing Manufacturing Expansion
Addition, Demolition, Infrastructure
Conception
$570,000 CJ est. value
Tupper Lake, NY 12986

Akwesasne Boys and Girls Club / Akwesasne
New Construction, Infrastructure - 15,000 SF
Conception
$5,000,000 CJ est. value
Bombay, NY 13655

RT 30 / Deer River Flow and Dugway Brook
Infrastructure
Design
$2,850,000 CJ est. value
Malone, NY 12953

Saranac Lake Central School District (CSD) Reconstruction and Alterations - General Construction
Demolition, New Construction, Infrastructure, Renovation - 121,498 SF
Bidding
$60,000 CJ est. value
Saranac Lake, NY 12983

Regional Drainage and Culvert Cleaning (Statewide)
Term Contract, Infrastructure
Post-Bid

RFQ Design - Public Safety Building
New Construction, Infrastructure
Post-Bid
$250,000 CJ est. value
Saranac Lake, NY 12983

Culvert Replacements, U.S, Highway 11, Towns of Moira & Bangor
Infrastructure
Results
$3,960,026 CJ est. value
Moira, NY 12957

Culvert Replacements, U.S, Highway 11, Towns of Moira & Bangor
Infrastructure
Results
$3,960,026 CJ est. value
Moira, NY 12957

Agri-Mark - Salt Hallway, Site Drainage and Load Out Bay Improvements
Infrastructure
Construction
$600,000 CJ est. value
Chateaugay, NY 12920

Transfer Station Upgrades
New Construction, Infrastructure
Construction
$1,346,000 CJ est. value
Fort Covington, NY 12937

Saranac Lofts Apartment
New Construction, Infrastructure
Pending Verification
$26,404,000 CJ est. value
Saranac Lake, NY 12983

O'Reilly Auto Parts (MNE) / Malone
New Construction, Infrastructure
Conception
$400,000 CJ est. value
Malone, NY 12953

SRMHS Parking Lot Reconstruction
Infrastructure
Post-Bid
$300,000 CJ est. value
Bombay, NY 13655

Generations Park Amphitheater
New Construction, Infrastructure
Results
$2,125,000 CJ est. value
Akwesasne, NY 13655

Entry Signs Project
Infrastructure
Post-Bid
$70,000 CJ est. value
Saranac Lake, NY 12983

Last Updated 04/12/2023 12:37 PM
Project Title

Replacement of CR 23 Culvert Over Tributary to Little Trout River

Physical Address View project details and contacts
City, State (County) Burke, NY 12917   (Franklin County)
Category(s) Heavy and Highway
Sub-Category(s) Shoreline/Erosion/Drainage, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value $2,000,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

Replacement of County Route 23 Culvert over Tributary to Little Trout River The Owner is the County of Franklin and the work site is located in the Town of Burke, Franklin County New York. The project is located 0.3 miles east of the intersection of County Route 23 and Vincent Road. The projects limits extend approximately from 85 ft. west to 100 ft. east of the culvert. 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: Removal of the existing structure and replacement with a precast concrete box culvert, and reconstruction of approximately 200 ft. of approach roadway to tie into the adjacent roadway. This is a State Funded Project and NYSDOT Standard Specifications, officially finalized and adopted on January 1, 2023 as posted on the New York State Department of Transportation's website and must be followed by the successful Bidder. There is no DBE goal for this project. The MBE and WBE goals for this project are 9% and 13%. The SDVOB goal for this project is 6%. The EEO Employment goals for this project are: 2.5% Minority Employment Goal 6.9% Women Employment Goal 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 are available at no expense by providing a valid email address to jfelber@bartonandloguidice.com. Download instructions will be provided upon notification.+ 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 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 Barton & Loguidice, D.P.C. to Bidders listed on the official Plan Holders List. An emailed response from the Bidder, to the Addendum sent by Barton & Loguidice, D.P.C. 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 on page 00370-1 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 003 and 004. 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. 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 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 of Franklin 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 or to accept the one that, in its judgement, will be for the best interest of the County. All bids are subject to final review and approval by the Franklin County Board before any award of contract may be made. Receipt of bids by the County of Franklin shall not be construed as authority to bind the Municipality. The work will be substantially completed 16 calendar weeks from Notice to Proceed and completed and ready for final payment by 12/1/2023. 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.

Details

Division 31 - Earthwork, Erosion and Sedimentation Controls.
Division 33 - Utilities, Storm Drainage Utilities, Ponds and Reservoirs.
Division 35 - Waterway and Marine Construction, Shoreline Protection, Waterway Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents