Quantcast
Channel: Bangor Daily News Classifieds: Legals
Viewing all articles
Browse latest Browse all 12306

INVITATION TO BID

$
0
0
INVITATION TO BID WASTEWATER TREATMENT PROCESS UPGRADE - PHASE 1 HARTLAND POLLUTION CONTROL FACILITY TOWN OF HARTLAND, MAINE 1. RECEIPT OF BIDS The Town of Hartland, Maine will receive sealed bids at the Hartland Town Office, 21 Elm Street, Hartland, Maine 04943 until Thursday, March 8, 2018, 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, the upgrade and modification of the Hartland Pollution Control Facility's aerated lagoons, final clarifiers, and aeration delivery system and Blower Building including all temporary pumping, transfer of mixed liquor between lagoons, removal of sludge to secure landfill for disposal, demolition of existing aeration and clarifier systems, reconstruction of existing and new lagoon berms, addition of lagoon underdrain, sand layer, and synthetic liner, expansion of Blower Building, replacement of aeration blowers, upgrade of clarifiers, and all demolition, earthwork, piping, concrete, masonry, metals, carpentry, doors, building modifications, insulation, electrical, HVAC, and incidentals, including all labor, equipment, and materials needed for a complete upgrade of the treatment plant's lagoons, final clarifiers, and aeration systems. Alternate Bid No. 1 includes an emergency electrical power generator, concrete pad, and associated exterior wiring / conduit for the Blower Building. (The Base Bid includes the generator transfer switch and associated interior wiring/ conduit). Alternate Bid No. 2 includes a credit, if any, to utilize chain link lagoon perimeter fencing instead of the pedestrian wire guardrail specified in the Base Bid. Alternate Bid No. 3 includes the replacement of the existing secondary clarifier fiberglass domes with new aluminum domes. The Base Bid includes removing, storing, repairing, and resetting the existing fiberglass domes. The project must be substantially completed within 240 consecutive calendar days and complete within 270 calendar days after the execution of Notice to Proceed. 3. PLANS AND SPECIFICATIONS Plans and Specifications are on file and may be examined at the following locations: Olver Associates Inc. Hartland Town Office 290 Main Street 21 Elm Street P.O. Box 679 P. O. Box 280 Winterport, Maine 04496 Hartland, Maine 04943 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 $250.00 for each set, non-refundable, plus $50.00 fee if mailing is required. 4. PRE-BID CONFERENCE A pre-bid conference shall be held Thursday, February 15, 2018 at 11:00 A.M. at Hartland Pollution Control Facility, 162 Pittsfield Avenue, Hartland, Maine 04943. 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. QUALIFICATIONS OF BIDDER In order to be considered as a responsive bidder, each general contractor must be on the Engineer's bidding register by purchasing at least one set of bidding documents directly from the Engineer's office. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. The successful bidder shall be required to provide both a Performance and a Payment Bond, each representing 100% of the contract value, at the time of contract execution. 7. NON DISCRIMINATION IN EMPLOYMENT AND LABOR STANDARDS Bidders on this work will be required to comply with the President's Executive Order No. 11246 and amendments or supplements to that Order. The requirements for bidders and contractors under this Order are explained in the Notice to Contractors. 8. FEDERAL REQUIREMENTS The Contractor must comply with all Safety and Health Regulations (CFR29 part 1926 and all subsequent amendments) as promulgated by the US Department of Labor on June 24, 1974, 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), and Executive Order 11738. 9. 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. 10. DAVIS-BACON AND RELATED ACTS The Contractor must comply with Davis-Bacon and Davis-Bacon Related Acts as stated in the CDBG/DECD and CWSRF 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. DISCLAIMER This project is expected to be funded in part by the USDA, DEP, and DECD/CDBG funds. Neither the State of Maine nor any of its departments, agencies or employees is or will be party to this contract. The word "Agency" in the Standard General Conditions and the Owner-Contractor agreement refers to Rural Development, Department of Environmental Protection, and the Maine Department of Economic and Community Development. 12. AMERICAN IRON AND STEEL The Contractor shall comply with the Use of American Iron and Steel Law 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 S 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 CWSRF-G. 13. 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. Christopher Littlefield Town Manager January 27, 2018 This project is funded in whole or in part by CDBG funds. An Equal Opportunity/Affirmative Action Employer.

Viewing all articles
Browse latest Browse all 12306

Trending Articles



<script src="https://jsc.adskeeper.com/r/s/rssing.com.1596347.js" async> </script>