Similar Projects
118 Maverick Street Residential
New Construction, Infrastructure
Design
$20,000,000 CJ est. value
Rockland, ME 04841

West Rockport Fire Station Rebuild - Town of Rockport
New Construction, Infrastructure - 5,000 SF
Design
$2,000,000 CJ est. value
Rockport, ME 04856

Pavement Milling, Hot Mix Asphalt Overlay with Drainage and Safety Improvements - Rockland, Region 2
Infrastructure
Bidding
$3,000,000 CJ est. value
Rockland, ME 04841

Exterior ADA Improvements for the Thomaston Grammar School and Oceanside Middle School
Infrastructure
Bidding
$1,233,000 CJ est. value
Thomaston, ME 04861

Town Paving Services
Infrastructure
Post-Bid
$180,000 CJ est. value
Hope, ME 04847

St. George CTE Building
New Construction, Infrastructure
Post-Bid
$2,961,000 CJ est. value
Saint George, ME 04860

Statewide Geotechnical Drilling
Infrastructure
Results

Cove Road and Washington Street Pump Station Upgrades
Renovation
Results
$1,165,000 est. value
Camden, ME 04843

Steel-pro Expansion
Addition, Demolition, Infrastructure - 1,600 SF
Pending Verification
$400,000 CJ est. value
Rockland, ME 04841

Lowe Hardware Building
New Construction, Infrastructure - 22,852 SF
Pending Verification
$10,000,000 CJ est. value
Rockland, ME 04841

Habitat for Humanity Talbot Avenue Residential
New Construction, Infrastructure
Design
$7,000,000 CJ est. value
Rockland, ME 04841

St. George CTE Building - Site Work Package
Infrastructure
Post-Bid
$851,320 CJ est. value
Saint George, ME 04859

Bridge Substructure Rehabilitation - Warren and Thomaston - Region 2
Infrastructure
Results
$570,018 CJ est. value
Warren, ME 04864

Lowe Manufacturing Building
New Construction, Infrastructure - 22,900 SF
Pending Verification
$11,000,000 CJ est. value
Rockland, ME 04841

2022 Pier Improvement Project at 10 Cold Storage Road
Infrastructure
Post-Bid
$700,000 CJ est. value
Saint George, ME 04860

Last Updated 02/15/2023 10:40 AM
Project Title

Thayer Pump Station Wet Well Rehabilitation

Physical Address View project details and contacts
City, State (County) North Haven, ME 04853   (Knox County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Lift and Pump Stations, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected April 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $1,300,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

As of 2/15/2023 All bids are rejected. Will rebid at a later date. Under this project includes, but is not limited to, all labor, materials, equipment, and incidentals for the rehabilitation of the Thayer municipal sewer collection system pump station concrete flat top, including general conditions and mobilization, demolition, earthwork (if necessary), backfill and compaction (if necessary); loam and seed; precast concrete; access hatch; painting; and all incidentals as required for a completely rehabilitated pump station structure. The project must be substantially completed within 60 consecutive calendar days and completed within 90 calendar days after the Notice to Proceed. 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. The successful bidder will be required to submit Performance and Payment Bonds, each equal to 100% of the Contractors 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, workers compensation, public liability and property damage, and all risk builders risk) as is customary and appropriate. Bidders on this work will be required to comply with the Presidents Executive Order No. 11246 and amendments or supplements to that Order. All Bidders must submit a signed statement with their bid as to whether they have previously performed work subject to the Presidents Executive Order No. 11246, or any preceding similar Executive Order. 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 Supplementary Conditions. 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 requirements of this program may result in finding that the Bidder is nonresponsive and therefore not entitled to award of this contract. This contract is expected to be funded in whole or in part by the State of Maine Department of Environmental Protection (DEP) Clean Water State Revolving Loan Fund (CWSRF) program. Neither the State of Maine nor any of its departments, agencies, or employees is or will be a party to this contract. The word agency in the contract documents refers to the DEP and all other involved funding agencies. 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. In order to be considered as a responsive bidder, each general contractor must be on the Engineers bidding register by purchasing at least one set of bidding documents directly from the Engineers 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 will be required to provide both a Performance and a Payment Bond, each representing 100% of the contract value, at the time of contract execution. 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 E 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-E. 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. The goals for this project are a minimum of 0.64% certified Minority Business Enterprise (MBE) and a minimum of 1.64% certified Women's Business Enterprise (WBE) participation.

Details

Division 03 - Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties, Signage, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Extinguishers, Storage Specialties.
Division 11 - Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 26 - Electrical.
Division 27 - Communications, Data Communications, Voice Communications, Audio-Video Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork.
Division 32 - Exterior Improvements, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Water Utility Distribution Equipment, Water Utility Pumping Stations, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains.
Division 40 - Process Integration, Water Process Piping.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents