INVITATION TO BID
BID NO. (2026-06) PIN 7754.25 – REPLACEMENT OF COUNTY ROUTE 22 OVER SAWYER CREEK (BIN 3340950) AND PIN 7754.26 – REPLACEMENT OF COUNTY ROUTE 34 (WEST POTSDAM ROAD) OVER TROUT BROOK (BIN 3341630)
The Owner is St. Lawrence County and the work sites are located in the Towns of Fowler and Potsdam, St. Lawrence County, New York. The projects limits for the Replacement of CR 22 over Sawyer Creek extend 700’ west of the bridge to 200 feet east of the crossing. The project limits for the Replacement of CR 34 over Trout Brook extend from 150 feet west of the bridge to 175 feet east of the crossing.
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:
Replacement of CR 22 over Sawyer Creek includes the removal and replacement of the bridge on a similar vertical and horizontal roadway alignment. The existing bridge will be removed in its entirety and replaced with a 72’-6” long multiple steel girder superstructure with a composite concrete deck. The new superstructure will be supported on semi-integral abutments bearing on bedrock. The bridge and approach roadway will consist of 10’-0” travel lanes and 4’-0” shoulders. Approximately 400 feet of approach roadway reconstruction will be required to tie the new bridge into the adjacent roadway sections. 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.
Replacement of CR 34 over Trout Brook includes the removal and replacement of the bridge on a similar vertical and horizontal roadway alignment. The existing bridge will be removed in its entirety and replaced with a 60’-0” long multiple steel girder superstructure with a composite concrete deck. The new superstructure will be supported on integral abutments on drilled micropiles to bedrock. The bridge and approach roadway will consist of 10’-0” travel lanes and 4’-0” shoulders. Approximately 150 feet of approach roadway reconstruction will be required to tie the new bridge into the adjacent roadway sections. 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 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%.
There are no M/WBE or SDVOB 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-rightsrepository/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 NY 13088 or at St. Lawerence 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 shall be obtained from the St. Lawerence County Purchasing Office, 48 Court Street, Canton, New York 13617. The Purchasing Office may be contacted through email at [email protected] 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 Holder’s 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 [email protected] within 7 days of bid opening.
All bids must include the materials in Division 00 03 and 00 04 which include but are not limited to Non-Collusion Forms, Lobbying Activities Form, DBE Participation Package and Bidder’s List (CONR 80LL). 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 March 17, 2026 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 (2026-06) PIN 7754.25 – Replacement of County Route 22 over Sawyer Creek (BIN 3340950) and PIN 7754.26 – Replacement of County Route 34 (West Potsdam Road) over Trout Brook (BIN 3341630)
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 instructions for completion online at:
For-Profit Construction Questionnaire (CCA-2) | Office of the New York State Comptroller
Bids will not be accepted from Bidder’s determined to be a “Non-Responsible Entity” by the New York State Office of General Services in accordance with General Municipal Law 5A-103- b. This Project is a “Covered Project” under New York State Labor Law 220-I, and each Bidder must hold a valid Certificate of Registration from the New York State Department of Labor (NYSDOL) to submit a Bid. Each Bidder must submit a copy of their NYSDOL Certificate of Registration with their Bid at the time the Bid is made. Bidders will need to ensure that each Subcontractor working under them hold valid NYSDOL Certificate of Registration before commencing any work on a covered project.
St. Lawrence 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 the County shall not be construed as authority to bind the Municipality.
The work will be substantially completed by October 15, 2027.
Purchasing Contact – Any and all questions shall be emailed to [email protected]
Stephanie Kerr
Principal Fiscal Officer
48 Court Street
Canton, New York 13617
(315) 379-2207
[email protected]
Engineer's Contact
Bryan Tremblay, P.E.
Vice President
443 Electronics Parkway
Liverpool, NY 13088
315-457-5200
[email protected]