NOTICE TO BIDDERS



SECTION 00020

INVITATION TO BID

TOWN OF BARNSTABLE, MASSACHUSETTS

General Contractor sealed bids for Contract No. 16-00-10-005 (DEP Contract 5 of DWSRF 3222), will be received at the office of the Department of Public Works, 230 South Street, 4th Floor, Hyannis, MA, until 2:00 p.m., on Tuesday December 15, 2009 and at that time and place will be publicly opened and read aloud in the Basement Conference Room.

Bids shall be submitted in a sealed envelope bearing the words “Town of Barnstable - Hyannis Water System – SECURITY AND FIRE ALARM SYSTEM”. To receive consideration, bids shall be submitted no later than the above date and time scheduled for the opening.

The work consists of:

1. The work to be performed under this contract includes, but is not limited to the (1) furnishing and installing an access control and intrusion detection system for thirteen water system buildings, (2) furnishing and installing video cameras at select water system buildings, and (3) furnishing and installing smoke and/or heat detectors and related alarming in water system buildings that do not currently have fire alarm systems. Work shall be performed in accordance with the plans and specifications heretofore. All work shall be complete and invoices submitted for final payment within 180 Calendar Days from the Notice to Proceed.

The Contract Documents may be examined at the following locations: Town of Barnstable Department of Public Works 230 South Street 4th Floor Hyannis, MA 02601 between the hours of 8:30 AM and 4:00 PM.

Copies of the plans and specifications may be obtained from the Town of Barnstable, Department of Public Works (DPW), School Administration Building, 230 South Street, 4th Floor, Hyannis, MA 02601 by contacting: denise.geoffrion@town.barnstable.ma.us, by telephone at 508-862-4090, or by fax at 508-862-4711 starting November 19, 2009.

A non-mandatory pre-bid conference shall be held at the office of the Water Supply Division on 47 Old Yarmouth Road, Hyannis, MA on Wednesday December 2, 2009 at 2:00 PM.

Contract Documents are available without deposit at the DPW. If mailing of documents is requested, there will be a $20 nonrefundable fee (Payable to the Town of Barnstable, Massachusetts) per set and must be received in advance to cover handling and postage fees.

Each bid proposal must be accompanied by a Bid Bond payable to the Town of Barnstable, MA in the amount of 5% of the Total Bid Price, the bid bond forms included in the Bid Proposal Division of the documents being utilized for this purpose.

If, upon acceptance of his bid, a Bidder fails to enter into a Contract with the Town of Barnstable, MA, the bid security shall be forfeited to and become the property of the Town.

No bidder may withdraw his bid within forty-five (45) days after the date of the bid opening. The successful bidder must furnish a 100% Performance and Payment Bond with a surety company satisfactory to the Town of Barnstable, MA and conforming to the prerequisite requirements of Article 5 of the General Conditions.

The Town of Barnstable, MA reserves the right to waive any

informalities or to reject any or all bids.

Bidders are hereby informed that the predominant amount of work included with this project is in the category of Electrical work. Therefore, there shall be no filed sub-bid for this project and all Bidders are required to be certified by the Division of Capital Asset Management (DCAM) for Electrical work. Bidders shall also be certified by DCAM for the category of work Alarm Systems.

Each bid must be accompanied by a copy of the current Certificate of Eligibility issued by the Deputy Commissioner of the Massachusetts Division of Capital Asset Management (DCAM) showing that the bidder has the classification and capacity rating to perform the work required (Alarm Systems and Electrical). Each bid must also be accompanied by an update statement in the form prescribed by the DCAM Deputy Commissioner.

Bidders are required to certify, under penalty of perjury, that bids have been prepared without collusion with other bidders, subcontractors, suppliers, etc. This certification is included with the Bid Proposal which each Bidder must sign in the space provided.

Minority Business Enterprise (MBE) and Women’s Business Enterprise (WBE) policies of the MassDEP SRF Program are applicable to the total dollars paid to the construction contractor. The “Fair Share” construction goal for this project is a minimum of 5.3 percent MBE participation and 4.4 percent WBE participation by state-certified MBEs and WBEs. As part of the Bid Proposal, the Bidder shall submit completed MBE/WBE forms (EEO-DEP-190 & EEO-DEP-191) and Vendor Information Forms (VIF) with the bid. The Bidder shall also submit a copy of the current SOMWBA letter of MBE or WBE Certification for each subcontractor. Failure to comply with the requirements of this paragraph may be deemed to render a proposal non-responsive. No waiver of any provision of this section will be granted unless approved by the Department of Environmental Protection.

The Letters of Intent shall include, among other things, the contract items the M/WBE is proposing to perform and the prices that the M/WBE proposed to charge for the work. Original signed copies of the letters will be required prior to the signing of a contract.

Full compliance with federal, state, municipal wage laws is required of all work done for the Town of Barnstable. Minimum Wage Rates as determined by the Commissioner of Department of Labor and Industries under the provision of the Massachusetts General Laws, Chapter 149, Sections 26 to 27D, as amended, apply to this project. In addition, the Federal Davis Bacon Act applies to this project. This act stipulates that employees shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. 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. Where differences exist between the State and Federal minimum wage rates, the higher of the two rates shall be paid. The Contract work Hours Act of 1962 regarding overtime compensation applies to this project. US Department of Labor – Decision WLSA-1 regarding wage determination and use of apprentices is also applicable to this project.

All Bidders shall be required to provide Certification of Occupational Safety and Health Administration (OSHA) Training in accordance with Massachusetts General Law 30: Section 39S, as amended by Chapter 306 of the Acts of 2004, effective July 1, 2006.

The bidding and award of the Contract shall be in full compliance with Sections 44A to 44J inclusive of Chapter 149 of the General Laws of the Commonwealth of Massachusetts as last revised.

The project is to be funded in part by the Massachusetts Water Pollution Abatement Trust (the “Trust”).

This award is subject to all applicable provisions of implementing guidance for the ARRA issued by the Office of Management and Budget, including the Initial Implementing Guidance for ARRA (M-09- 10) issued on February 18, 2009 and available on , and any subsequent guidance documents issued.

The 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 vehicles/equipment used at the job site.

Bidders are not to include in their Bid Proposal sales and compensating use taxes on materials and supplies purchased for this project. All materials used are tax exempt.

Each General Bid shall be submitted in accordance with the Instructions to Bidders.

A weekly certified payroll submittal shall be required of the successful bidder in accordance with MGL C149, S27B. No payments will be made by the Town until all payroll information necessary for the Town to determine compliance with prevailing wage laws and Affirmative Action/Equal Opportunity requirements for the time period of the payment request have been submitted.

Complete instructions for submitting bids can be found in the Instructions to Bidders, Section 00100.

END OF DOCUMENT 00020

-----------------------

iv NOTICE TO BIDDERS (continued)

5025632.3

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

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

Google Online Preview   Download