HYANNIS WATER SYSTEM - Barnstable



HYANNIS WATER SYSTEM

WATER SUPPLY DIVISION

TOWN OF BARNSTABLE, MASSACHUSETTS

CONTRACT NO. 16-000-10-002

MAHER WATER TREATMENT PLANT IMPROVEMENTS

SRF PROJECT NO. 3222

ADVERTISEMENT TO BID

Sealed bids will be received at the office of the Department of Public Works, Hyannis, MA, the Awarding Authority, (hereinafter referred to as "Owner") under the provisions of Chapter 149, Sections 44A to 44J inclusive of the Massachusetts General Laws, for the Maher Water Treatment Plant Improvements (Contract No. 16-000-10-002) as follows:

Sealed Bids for the GENERAL CONTRACT will be received at the office of the Department of Public Works, Hyannis, MA 02601, until 2:00 P.M. THURSDAY, DECEMBER 3, 2009 (Local Time). Bids will be publicly opened and read at the Department of Public Works, School Administration Building, 230 South Street, Hyannis, MA 02601, in the Basement Conference Room.

The last day for questions to be answered regarding the Drawings and Specifications will be Monday, November 23, 2009.

The work generally consists of re-coating the interior surfaces of a potable water concrete clear well along with miscellaneous work.

This project is to be funded in part by the Massachusetts Water Pollution Abatement Trust (the “TRUST”) and the American Recover and Reinvestment Act of 2009 (ARRA).

The successful Bidder must furnish a 100 percent Performance Bond and a 100 percent Labor and Materials Payment with a surety company which is acceptable to Owner.

The Bidding Documents, including Drawings and Specifications may be obtained from the Town of Barnstable, Department of Public Works, School Administration Building, 230 South Street, 4th Floor, Hyannis, MA 02601 without deposit by contacting: Denise Geoffrion at 508-862-4090, fax at 508-862-4711 or by e-mail denise.geoffrion@town.barnstable.ma.us.

The Bidding Documents, including Drawings and Specifications, may be examined at the office of the Engineer, Haley and Ward, Inc., 25 Fox Road, Waltham, Massachusetts 02451, (781) 890-3980, during normal business hours, generally 8:00 A.M. to 4:00 P.M. Monday through Friday.

All requests for mailing of Bidding Documents must be accompanied by a separate, nonrefundable mailing fee in the amount of Twenty Dollars ($20.00) in cash or a separate check made payable to the Town of Barnstable, Department of Public Works, School Administration Building, 230 South Street, 4th Floor, Hyannis, MA 02601.

Bids for this Contract are subject to the provisions of Massachusetts General Laws (MGL) Chapter 149, Section 44A-44J.

Complete instructions for filing Bids are included in the Instructions to Bidders. Every Bid shall be submitted in full accordance with those Instructions to Bidders. Bids shall be valid only when accompanied by all of the following: (1) a fully completed and properly executed "Bid Form for General Bid", in the case of a Bid for the General Contract, (2) Bid security in the amount of 5% of the amount bid, in a form as described in the Instructions to Bidders and made payable to the "Town of Hyannis”; (3) a copy of a "Certificate of Eligibility" issued by the Deputy Commissioner of the Commonwealth of Massachusetts Division of Capital Asset Management and Maintenance (DCAM) showing that the Bidder has the classification and capacity rating to perform the work required; and (4) an update statement in such form as the Deputy Commissioner of DCAM shall prescribe.

The DCAM classification required for this project is "Painting".

No Bidder may withdraw his Bid for a period of thirty (30) days (Saturdays, Sundays and legal holidays excluded) after the actual date of the opening of the General Bids. Every Bid shall be submitted on the Bid Form furnished with the Bidding Documents and shall be sealed in an envelope which is clearly marked in the lower left hand corner "BID FOR MAHER WATER TREAMENT PLANT IMPROVEMENTS".

Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) policies of the C Commonwealth of Massachusetts and the Town of Barnstable are applicable to the total dollars paid to the construction contract. The “Fair Share” construction goal for this project is a minimum of five point three zero (5.30) percent MBE participation and four point four zero (4.40) percent WBE participation by state-certified MBEs and WBEs. The bidder shall submit completed MBE/WBE forms (EEO-DEP-190 and EEO-DEP-191) and Vendor Information Forms (VIF) with the bid. Failure to comply with the requirements of this paragraph may be deemed to render a proposal non-responsible. No waiver of any provision of this section will be granted unless approved by the Department of Environmental Protection.

Wage rates paid under this Contract are subject to minimum wage rates as determined by the Commonwealth of Department of Workforce Development under the provision of the Massachusetts General Laws, Chapter 149, Sections 26 to 27D, as amended, and federal wage rate under the Davis-Bacon Wage Law. It is the responsibility of the contractor, before bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed work under this Contract.

Owner reserves the right to reject any and all bids if deemed to be in their best interest to do so.

This project requires compliance with the Massachusetts Diesel Retrofit Program (MDRP) by use of after engine emission controls that are EPA certified, or their equivalent, on all of the off-road (non-registered) diesel vehicle/equipment used at the job site.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download