BRACY COVE PUMP STATION REPLACEMENT
TOWN OF MOUNT DESERT, MAINE
1. RECEIPT OF BIDS
The Town of Mount Desert, Maine will receive sealed bids at the Mount Desert Municipal Building, 21 Sea Street, Northeast Harbor, Maine 04662 until Friday, October 21, 2016 at 1:00 P.M. at which time the bids will be publicly opened and read aloud.
2. PROJECT
Work under this project includes, but is not limited to, replacement of the existing Bracy Cove pump station with a new wet well mounted pump station at a new location, removal of the old pump station, and all associated work including erosion control, demolition, site clearing, excavation, sheeting, ledge removal, earthwork, trees and shrubs, water line repair, pavement, sewer and drain lines, underdrain, concrete wet well, manholes, lawns and grasses, concrete, metals, damp proofing, insulation, access hatches, painting, electrical, mechanical, telemetry and incidentals as needed for a complete project. Contract shall also include the installation of an Owner prepurchased wet well mounted pump station and an Owner prepurchased electrical power generator.
The project must be substantially completed within 150 consecutive calendar days and complete within 180 calendar days after the execution of Notice to Proceed. Project must be finally completed no later than May 19, 2017. Final completion must include resolution of all punch list items.
3. PLANS AND SPECIFICATIONS
Plans and Specifications are on file and may be examined at the following locations:
Olver Associates Inc. Mount Desert Municipal Building
290 Main Street 21 Sea Street
P.O. Box 679 Northeast Harbor, Maine 04662
Winterport, Maine 04496
Associated Contractors of Maine Construction Summary of Maine
188 Whitten Road 734 Chestnut Street
Augusta, Maine 04330 Manchester, New Hampshire 03104
Copies may be obtained at Olver Associates Inc., Environmental Engineers, 290 Main Street, P.O. Box 679, Winterport, Maine 04496 upon receipt of $200.00 for each set, non-refundable, plus $30.00 fee if mailing is required. Only registered plan holders who have purchased at least one set of plans directly from the engineering firm may submit a bid on the project.
4. PRE-BID CONFERENCE
A pre-bid conference shall be held Friday, October 7, 2016 at 11:00 A.M. at the Mount Desert Municipal Building, 21 Sea Street, Northeast Harbor, Maine 04662.
5. BID BOND
A certified check or bank draft payable to the Owner or a satisfactory Bid Bond executed by the Bidder and Surety Company in an amount equal to five percent (5%) of the Bid shall be submitted with each bid. No bid may be withdrawn for at least 90 days after receipt of bids unless released by Owner.
6. PERFORMANCE AND PAYMENT BONDS AND INSURANCES
The successful bidder will be required to submit Performance and Payment Bonds, each equal to 100% of the Contractor's bid price, as specified by the General Conditions. The successful Bidder will be required to submit proof of liability insurance as specified by the General Conditions, the Supplemental General Conditions, and such construction insurance (e.g., fire extended coverage, worker's compensation, public liability and property damage, and "all risk" builders risk) as is customary and appropriate.
7. DISADVANTAGED BUSINESS ENTERPRISES REQUIREMENTS
The Contractor must comply with the Disadvantaged Business Enterprises (DBE) SRF special requirements contained in the CWSRF Supplementary Conditions. Failure of the successful Bidder to complete the pre-award requirements of this program may result in finding that the Bidder is non-responsive and therefore not entitled to award of this contract.
8. FEDERAL REQUIREMENTS
The Contractor must comply with the Department of Labor Regulations relating to Copeland "Anti-Kickback Act (18 U.S.C. 874) as supplemented by 29 CFR part 3, Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by 29 CFR part 5, and Occupational Safety and Health Standards (OSHA) (29 CFR part 1910). The Contractor must comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Safe Drinking Water Act, Executive Order 11738, and the Environmental Protection Agency regulations (40 CFR Part 15). The Contractor must comply with all permits, restrictions and conditions, issued for the PROJECT by Federal Cross-cutting Authorities. The Contractor must comply with all Federal Requirements per the CWSRF Supplementary Conditions, including submittal of pre-award certification regarding lobbying.
9. DISCLAIMER
This contract is expected to be funded by a State Revolving Loan. Neither the State of Maine nor any of its departments, agencies, or employees is or will be a party to this Agreement. The word "AGENCY" in the standard general conditions and the Owner-Contractor agreement refers to the Maine Department of Environmental Protection.
10. DAVIS-BACON AND RELATED ACTS
The Contractor must comply with Davis-Bacon and Davis-Bacon Related Acts as stated in the Supplementary Conditions. All laborers and mechanics employed by the contractor and subcontractors on this project shall not be paid less than the prevailing wage rates contained in the wage determination published in the bidding documents. Any laborers and mechanics not listed in the wage determination shall be paid at least as much as the lowest wage rate for other similar trade classifications already contained in the wage determination published in the bidding documents.
11. AMERICAN IRON AND STEEL
The Contractor shall comply with the Use of American Iron and Steel in accordance with Public Law 113-76, Section 436. The law and its requirements and guidance, including certification forms, can be found in the SRF supplementary conditions. The Contractor Compliance Certification included in Attachment N must be completed and submitted with each payment indicating that all required materials have been purchased in compliance with Use of American Iron and Steel Law provisions or an applicable waiver has been obtained. All material submittals must include proof that product meets criteria. Use documentation such as is included in Attachment N.
12. AWARD OF CONTRACT
The Owner reserves the right to reject any or all bids, to accept any bid that it deems to be in its best interests, and to waive any irregularities in bidding.
↧