updated 10 18/07 -...

179
Updated 10/18/07 STATE PROJECT

Upload: others

Post on 23-Oct-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

  • Updated 10/18/07

    STATE PROJECT

  • August 01, 2007 Supersedes July 6, 2005

    BIDDING INSTRUCTIONS

    FOR ALL PROJECTS: 1. Use pen and ink to complete all paper Bids. 2. As a minimum, the following must be received prior to the time of Bid opening:

    For a Paper Bid: a) a copy of the Notice to Contractors, b) the completed Acknowledgement of Bid Amendments form, c) the completed Schedule of Items, d) two copies of the completed and signed Contract Offer, Agreement & Award form, e) a Bid Guaranty, and f) any other certifications or Bid requirements listed in the Bid Documents as due by Bid opening.

    For an Electronic Bid:

    a) a completed Bid using Expedite® software and submitted via the Bid Express™ web-based service, b) a Bid Guaranty (as described below) or a faxed copy of a Bid Bond (with original to be delivered within 72 hours), and c) any other certifications or Bid requirements listed in the Bid Documents as due by Bid opening.

    3. Include prices for all required items in the Schedule of Items. (“Zero is not considered a Bid

    price.”) 4. Include a Bid Guaranty. Acceptable forms are:

    a. a properly completed and signed Bid Bond on the Department’s prescribed form (or on a form that does not contain any significant variations from the Department’s form as determined by the Department) for 5% of the Bid Amount or

    b. an Official Bank Check, Cashier’s Check, Certified Check, U.S. Postal Money

    Order or Negotiable Certificate of Deposit in the amount stated in the Notice to Contractors.

    5. If a paper Bid is to be sent, Federal Express overnight delivery is suggested as the package is

    delivered directly to the DOT Headquarters Building located at 16 Child Street in Augusta. Other means, such as U.S. Postal Service’s Express Mail has proven not to be reliable.

    IN ADDITION, FOR FEDERAL AID PROJECTS: 6. Complete the DBE Proposed Utilization form in the proper amounts, and deliver to the Civil

    Rights Office, or fax to (207)624-3431 by 4:30 PM on bid opening day. If you need further information regarding Bid preparation, call the DOT Contracts Section at (207)624-3410. For complete bidding requirements, refer to Section 102 of the Maine Department of Transportation, Standard Specifications, Revision of December 2002.

  • January 30, 2004 Supercedes February 11, 2003

    Page 1 of 1

    NOTICE The Maine Department of Transportation is attempting to improve the way Bid Amendments/Addendums are handled, and allow for an electronic downloading of bid packages from our website, while continuing to maintain a planholders list. Prospective bidders, subcontractors or suppliers who wish to download a copy of the bid package and receive a courtesy notification of project specific bid amendments, must provide an email address to Diane Barnes or Mike Babb at the MDOT Contracts mailbox at: [email protected]. Each bid package will require a separate request. Additionally, interested parties will be responsible for reviewing and retrieving the Bid Amendments from our web site, and acknowledging receipt and incorporating those Bid Amendments in their bids using the Acknowledgement of Bid Amendment Form. The downloading of bid packages from the MDOT website is not the same as providing an electronic bid to the Department. Electronic bids must be submitted via http://www.BIDX.com. For information on electronic bidding contact Larry Childs at [email protected].

  • NOTICE

    For security and other reasons, all Bid Packages which are mailed, shall be provided in double (one envelope inside the other) envelopes. The Inner Envelope shall have the following information provided on it: Bid Enclosed - Do Not Open PIN: Town: Date of Bid Opening:

    Name of Contractor with mailing address and telephone number:

    In Addition to the usual address information, the Outer Envelope should have written or typed on it: Double Envelope: Bid Enclosed PIN: Town: Date of Bid Opening: Name of Contractor:

    This should not be much of a change for those of you who use Federal Express or similar services.

    Hand-carried Bids may be in one envelope as before, and should be marked with the following infrormation: Bid Enclosed: Do Not Open PIN: Town: Name of Contractor:

    October 16, 2001

  • STATE OF MAINE DEPARTMENT OF TRANSPORTATION Bid Guaranty-Bid Bond Form

    KNOW ALL MEN BY THESE PRESENTS THAT , of the City/Town of and State of as Principal, and as Surety, a Corporation duly organized under the laws of the State of and having a usual place of Business in and hereby held and firmly bound unto the Treasurer of the State of Maine in the sum of ,for payment which Principal and Surety bind themselves, their heirs, executers, administrators, successors and assigns, jointly and severally. The condition of this obligation is that the Principal has submitted to the Maine Department of Transportation, hereafter Department, a certain bid, attached hereto and incorporated as a part herein, to enter into a written contract for the construction of and if the Department shall accept said bid and the Principal shall execute and deliver a contract in the form attached hereto (properly completed in accordance with said bid) and shall furnish bonds for this faithful performance of said contract, and for the payment of all persons performing labor or furnishing material in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid, then this obligation shall be null and void; otherwise it shall remain in full force, and effect. Signed and sealed this day of 20 WITNESS: PRINCIPAL: By By: By: WITNESS SURETY: By By: Name of Local Agency:

  • NOTICE

    Bidders: Please use the attached “Request for Information” form when faxing questions and comments concerning specific Contracts that have been Advertised for Bid. Include additional numbered pages as required. Questions are to be faxed to the number listed in the Notice to Contractors. This is the only allowable mechanism for answering Project specific questions. Maine DOT will not be bound to any answers to Project specific questions received during the Bidding phase through other processes.

  • State of Maine Department of Transportation

    REQUEST FOR INFORMATION Date _______________ Time __________ Information Requested: PIN: __________ Town(s): _________________________ ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Request by: _______________________________ Phone: (______)_____________________ Bid Date: _________________________________ Fax: (_____)________________________ Complete top portion of form and transmit to the number listed in the Notice to Contractors RFI No: ________ RFI received: __________________________________________ Response:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Response By:________________________________ Date: __________________

  • September 14, 2007

    Vendor Registration Prospective Bidders must register as a vendor with the Department of Administrative & Financial Services if the vendor is awarded a contract. Vendors will not be able to receive payment without first being registered. Vendors/Contractors will find information and register through the following link – http://www.maine.gov/purchases/vendorinfo/vss.htm .

  • 1

  • ARROWSIC-GEORGETOWN BH-1104(900)X

    August 3, 2004 Supercedes March 17, 2004

    Page 1 of 1

    SPECIAL PROVISION 102.7.3

    ACKNOWLEDGMENT OF BID AMENDMENTS

    With this form, the Bidder acknowledges its responsibility to check for all

    Amendments to the Bid Package. For each Project under Advertisement, Amendments are located at http://www.maine.gov/mdot/comprehensive-list-projects/project-information.php It is the responsibility of the Bidder to determine if there are Amendments to the Project, to download them, to incorporate them into their Bid Package, and to reference the Amendment number and the date on the form below. The Maine DOT will not post Bid Amendments any later than noon the day before Bid opening without individually notifying all the planholders.

    Amendment Number Date

    The Contractor, for itself, its successors and assigns, hereby acknowledges that it has received all of the above referenced Amendments to the Bid Package.

    CONTRACTOR ____ ________________ __ Date Signature of authorized representative _____________________________ (Name and Title Printed)

    2

  • MAINE DEPARTMENT OF TRANSPORTATION PAGE: 1 DATE: 080613 SCHEDULE OF ITEMS REVISED: CONTRACT ID: 011049.00 PROJECT(S): BH-1104(900)X CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- SECTION 0001 PROJECT ITEMS ------------------------------------------------------------------------------- |201.11 CLEARING | | | | | 0010| | 0.500| | | | | |AC | | | | ------------------------------------------------------------------------------- |202.19 REMOVING EXISTING | | | | | 0020|BRIDGE |LUMP |LUMP | | | | | | | | | ------------------------------------------------------------------------------- |202.20 REMOVING | | | | | 0030|BITUMINOUS CONCRETE | 1450.000| | | | |PAVEMENT |SY | | | | ------------------------------------------------------------------------------- |203.20 COMMON EXCAVATION | | | | | 0040| | 1915.000| | | | | |CY | | | | ------------------------------------------------------------------------------- |203.25 GRANULAR BORROW | | | | | 0050| | 800.000| | | | | |CY | | | | ------------------------------------------------------------------------------- |206.07 STRUCTURAL ROCK | | | | | 0060|EXCAVATION - DRAINAGE | 250.000| | | | |AND MINOR STRUCTURES |CY | | | | ------------------------------------------------------------------------------- |206.082 STRUCTURAL EARTH | | | | | 0070|EXCAVATION - MAJOR | 1500.000| | | | |STRUCTURES |CY | | | | ------------------------------------------------------------------------------- |206.092 STRUCTURAL ROCK | | | | | 0080|EXCAVATION - MAJOR | 200.000| | | | |STRUCTURES |CY | | | | ------------------------------------------------------------------------------- |206.10 STRUCTURAL EARTH | | | | | 0090|EXCAVATION - PIERS | 70.000| | | | | |CY | | | | ------------------------------------------------------------------------------- |206.11 STRUCTURAL ROCK | | | | | 0100|EXCAVATION - PIERS | 80.000| | | | | |CY | | | | -------------------------------------------------------------------------------

    3

  • MAINE DEPARTMENT OF TRANSPORTATION PAGE: 2 DATE: 080613 SCHEDULE OF ITEMS REVISED: CONTRACT ID: 011049.00 PROJECT(S): BH-1104(900)X CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |304.10 AGGREGATE SUBBASE | | | | | 0110|COURSE - GRAVEL | 2065.000| | | | | |CY | | | | ------------------------------------------------------------------------------- |403.209 HOT MIX ASPHALT | | | | | 0120|9.5 MM HMA (SIDEWALKS, | 12.000| | | | |DRIVES, INCIDENTALS) |T | | | | ------------------------------------------------------------------------------- |403.210 HOT MIX ASPHALT | | | | | 0130|9.5 MM HMA | 622.000| | | | | |T | | | | ------------------------------------------------------------------------------- |409.15 BITUMINOUS TACK | | | | | 0140|COAT - APPLIED | 115.000| | | | | |G | | | | ------------------------------------------------------------------------------- |502.21 STRUCTURAL | | | | | 0150|CONCRETE, ABUTMENTS AND | 625.000| | | | |RETAINING WALLS |CY | | | | ------------------------------------------------------------------------------- |502.23 STRUCTURAL | | | | | 0160|CONCRETE PIERS | 190.000| | | | | |CY | | | | ------------------------------------------------------------------------------- |502.24 STRUCTURAL | | | | | 0170|CONCRETE PIERS (PLACED | 275.000| | | | |UNDER WATER) |CY | | | | ------------------------------------------------------------------------------- |502.31 STRUCTURAL | | | | | 0180|CONCRETE APPROACH SLABS |LUMP |LUMP | | | | | | | | | ------------------------------------------------------------------------------- |502.41 STRUCTURAL | | | | | 0190|CONCRETE SUPERSTRUCTURE | 375.000| | | | |SLAB |CY | | | | ------------------------------------------------------------------------------- |502.49 STRUCTURAL | | | | | 0200|CONCRETE CURBS AND |LUMP |LUMP | | | |SIDEWALK | | | | | ------------------------------------------------------------------------------- |502.56 CONCRETE FILL | | | | | 0210| | 50.000| | | | | |CY | | | | -------------------------------------------------------------------------------

    4

  • MAINE DEPARTMENT OF TRANSPORTATION PAGE: 3 DATE: 080613 SCHEDULE OF ITEMS REVISED: CONTRACT ID: 011049.00 PROJECT(S): BH-1104(900)X CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |503.12 REINFORCING STEEL,| | | | | 0220|FABRICATED AND DELIVERED | 144500.000| | | | | |LB | | | | ------------------------------------------------------------------------------- |503.13 REINFORCING STEEL,| | | | | 0230|PLACING | 144500.000| | | | | |LB | | | | ------------------------------------------------------------------------------- |503.24 MMFX 2 REINF. | | | | | 0240|STEEL FAB & DELV. | 36000.000| | | | | |LB | | | | ------------------------------------------------------------------------------- |503.25 MMFX 2 | | | | | 0250|REINFORCING STEEL, | 36000.000| | | | |PLACING |LB | | | | ------------------------------------------------------------------------------- |504.702 STRUCTURAL STEEL | | | | | 0260|FABRICATED AND DELIVERED,|LUMP |LUMP | | | |WELDED | | | | | ------------------------------------------------------------------------------- |504.71 STRUCTURAL STEEL | | | | | 0270|ERECTION |LUMP |LUMP | | | | | | | | | ------------------------------------------------------------------------------- |505.08 SHEAR CONNECTORS | | | | | 0280| |LUMP |LUMP | | | | | | | | | ------------------------------------------------------------------------------- |506.9102 ZINC RICH | | | | | 0290|COATING SYSTEM (SHOP |LUMP |LUMP | | | |APPLIED) | | | | | ------------------------------------------------------------------------------- |507.0831 STEEL BRIDGE | | | | | 0300|RAILING, 4 BAR |LUMP |LUMP | | | | | | | | | ------------------------------------------------------------------------------- |508.14 HIGH PERFORMANCE | | | | | 0310|WATERPROOFING MEMBRANE |LUMP |LUMP | | | | | | | | | -------------------------------------------------------------------------------

    5

  • MAINE DEPARTMENT OF TRANSPORTATION PAGE: 4 DATE: 080613 SCHEDULE OF ITEMS REVISED: CONTRACT ID: 011049.00 PROJECT(S): BH-1104(900)X CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |510.10 SPECIAL | | | | | 0320|DETOUR 20’ ROADWAY WIDTH |LUMP |LUMP | | | |VEHICULAR & PEDESTRIAN | | | | | |TRAFFIC NOT SEPARATED | | | | | | | | | | | ------------------------------------------------------------------------------- |511.07 COFFERDAM: PIER | | | | | 0330| |LUMP |LUMP | | | | | | | | | ------------------------------------------------------------------------------- |512.081 FRENCH DRAINS | | | | | 0340| |LUMP |LUMP | | | | | | | | | ------------------------------------------------------------------------------- |514.06 CURING BOX FOR | | | | | 0350|CONCRETE CYLINDERS | 1.000| | | | | |EA | | | | ------------------------------------------------------------------------------- |515.20 PROTECTIVE | | | | | 0360|COATING FOR CONCRETE | 500.000| | | | |SURFACES |SY | | | | ------------------------------------------------------------------------------- |520.21 EXPANSION DEVICE | | | | | 0370|- GLAND SEAL | 4.000| | | | | |EA | | | | ------------------------------------------------------------------------------- |523.52 BEARING | | | | | 0380|INSTALLATION | 12.000| | | | | |EA | | | | ------------------------------------------------------------------------------- |523.5401 LAMINATED | | | | | 0390|ELASTOMERIC BEARINGS, | 4.000| | | | |FIXED |EA | | | | ------------------------------------------------------------------------------- |523.5402 LAMINATED | | | | | 0400|ELASTOMERIC BEARINGS, | 8.000| | | | |EXPANSION |EA | | | | ------------------------------------------------------------------------------- |526.30 TEMPORARY | | | | | 0410|CONCRETE BARRIER - TYPE | 400.000| | | | |1 |LF | | | | -------------------------------------------------------------------------------

    6

  • MAINE DEPARTMENT OF TRANSPORTATION PAGE: 5 DATE: 080613 SCHEDULE OF ITEMS REVISED: CONTRACT ID: 011049.00 PROJECT(S): BH-1104(900)X CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |526.34 PERMANENT | | | | | 0420|CONCRETE TRANSITION | 4.000| | | | |BARRIER |EA | | | | ------------------------------------------------------------------------------- |527.34 WORK ZONE CRASH | | | | | 0430|CUSHIONS | 6.000| | | | | |UN | | | | ------------------------------------------------------------------------------- |603.179 18 INCH CULVERT | | | | | 0440|PIPE OPTION III | 86.000| | | | | |LF | | | | ------------------------------------------------------------------------------- |606.1721 BRIDGE | | | | | 0450|TRANSITION - TYPE 1 | 4.000| | | | | |EA | | | | ------------------------------------------------------------------------------- |606.23 GUARDRAIL TYPE 3C | | | | | 0460|- SINGLE RAIL | 325.000| | | | | |LF | | | | ------------------------------------------------------------------------------- |606.231 GUARDRAIL TYPE | | | | | 0470|3C - 15 FOOT RADIUS AND | 25.000| | | | |LESS |LF | | | | ------------------------------------------------------------------------------- |606.232 GUARDRAIL TYPE | | | | | 0480|3C - OVER 15 FOOT RADIUS | 13.000| | | | | |LF | | | | ------------------------------------------------------------------------------- |606.265 TERMINAL END - | | | | | 0490|SINGLE RAIL - GALVANIZED | 2.000| | | | |STEEL |EA | | | | ------------------------------------------------------------------------------- |606.353 REFLECTORIZED | | | | | 0500|FLEXIBLE GUARDRAIL | 8.000| | | | |MARKER |EA | | | | ------------------------------------------------------------------------------- |606.79 GUARDRAIL 350 | | | | | 0510|FLARED TERMINAL | 2.000| | | | | |EA | | | | ------------------------------------------------------------------------------- |610.08 PLAIN RIPRAP | | | | | 0520| | 1000.000| | | | | |CY | | | | -------------------------------------------------------------------------------

    7

  • MAINE DEPARTMENT OF TRANSPORTATION PAGE: 6 DATE: 080613 SCHEDULE OF ITEMS REVISED: CONTRACT ID: 011049.00 PROJECT(S): BH-1104(900)X CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |610.18 STONE DITCH | | | | | 0530|PROTECTION | 60.000| | | | | |CY | | | | ------------------------------------------------------------------------------- |613.319 EROSION CONTROL | | | | | 0540|BLANKET | 130.000| | | | | |SY | | | | ------------------------------------------------------------------------------- |618.1411 SEEDING METHOD | | | | | 0550|NUMBER 3 - PLAN QUANTITY | 19.000| | | | | |UN | | | | ------------------------------------------------------------------------------- |619.1401 EROSION CONTROL | | | | | 0560|MIX | 230.000| | | | | |CY | | | | ------------------------------------------------------------------------------- |620.58 EROSION CONTROL | | | | | 0570|GEOTEXTILE | 1200.000| | | | | |SY | | | | ------------------------------------------------------------------------------- |621.02 EVERGREEN TREES | | | | | 0580|(2 FOOT - 3 FOOT) GROUP | 24.000| | | | |B |EA | | | | ------------------------------------------------------------------------------- |621.043 EVERGREEN TREES | | | | | 0590|(6 FOOT - 8 FOOT) GROUP | 6.000| | | | |A |EA | | | | ------------------------------------------------------------------------------- |621.045 EVERGREEN TREES | | | | | 0600|(6 FOOT - 8 FOOT) GROUP | 6.000| | | | |C |EA | | | | ------------------------------------------------------------------------------- |621.273 LARGE DECIDUOUS | | | | | 0610|TREE (2 INCH - 2.50 INCH | 6.000| | | | |CALIPER) GROUP A |EA | | | | ------------------------------------------------------------------------------- |621.546 DECIDUOUS SHRUBS | | | | | 0620|(2 FOOT - 3 FOOT) GROUP | 12.000| | | | |A |EA | | | | ------------------------------------------------------------------------------- |627.711 WHITE OR YELLOW | | | | | 0630|PAINTED PAVEMENT MARKING | 2850.000| | | | |LINE (PLAN QUANTITY) |LF | | | | -------------------------------------------------------------------------------

    8

  • MAINE DEPARTMENT OF TRANSPORTATION PAGE: 7 DATE: 080613 SCHEDULE OF ITEMS REVISED: CONTRACT ID: 011049.00 PROJECT(S): BH-1104(900)X CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |629.05 HAND LABOR, | | | | | 0640|STRAIGHT TIME | 10.000| | | | | |HR | | | | ------------------------------------------------------------------------------- |631.121 HEAVY DUTY ALL | | | | | 0650|PURPOSE EXCAVATOR | 10.000| | | | |(INCLUDING OPERATOR) |HR | | | | ------------------------------------------------------------------------------- |631.15 ROLLER, EARTH AND | | | | | 0660|BASE COURSE (INCLUDING | 10.000| | | | |OPERATOR ) |HR | | | | ------------------------------------------------------------------------------- |631.172 TRUCK - LARGE | | | | | 0670|(INCLUDING OPERATOR) | 10.000| | | | | |HR | | | | ------------------------------------------------------------------------------- |631.36 FOREPERSON | | | | | 0680| | 10.000| | | | | |HR | | | | ------------------------------------------------------------------------------- |637.071 DUST CONTROL | | | | | 0690| |LUMP |LUMP | | | | | | | | | ------------------------------------------------------------------------------- |639.18 FIELD OFFICE TYPE | | | | | 0700|A | 1.000| | | | | |EA | | | | ------------------------------------------------------------------------------- |652.38 FLAGGER | | | | | 0710| | 10.000| | | | | |HR | | | | ------------------------------------------------------------------------------- |652.39 WORK ZONE TRAFFIC | | | | | 0720|CONTROL |LUMP |LUMP | | | | | | | | | ------------------------------------------------------------------------------- |656.75 TEMPORARY SOIL | | | | | 0730|EROSION AND WATER |LUMP |LUMP | | | |POLLUTION CONTROL | | | | | ------------------------------------------------------------------------------- |659.10 MOBILIZATION | | | | | 0740| |LUMP |LUMP | | | | | | | | | -------------------------------------------------------------------------------

    9

  • MAINE DEPARTMENT OF TRANSPORTATION PAGE: 8 DATE: 080613 SCHEDULE OF ITEMS REVISED: CONTRACT ID: 011049.00 PROJECT(S): BH-1104(900)X CONTRACTOR :________________________________________________________________ ------------------------------------------------------------------------------- LINE| ITEM | APPROX. | UNIT PRICE | BID AMOUNT NO | DESCRIPTION | QUANTITY |----------------|-------------- | | AND UNITS | DOLLARS | CTS | DOLLARS |CTS ------------------------------------------------------------------------------- |660.21 ON-THE-JOB | | | | | 0750|TRAINING (BID) | 100.000| | | | | |HR | | | | ------------------------------------------------------------------------------- | | | | SECTION 0001 TOTAL | | ------------------------------------------------------------------------------- | | | | TOTAL BID | | -------------------------------------------------------------------------------

    10

  • CONTRACT AGREEMENT, OFFER & AWARD

    AGREEMENT made on the date last signed below, by and between the State of Maine, acting through and by its Department of Transportation (Department), an agency of state government with its principal administrative offices located at Child Street, Augusta, Maine, with a mailing address at 16 State House Station, Augusta, Maine 04333-0016, and ________________ ____________ a corporation or other legal entity organized under the laws of the State of _ _______, with its principal place of business located at ___ _____ ________________________________________________________________________ The Department and the Contractor, in consideration of the mutual promises set forth in this Agreement (the “Contract”), hereby agree as follows: A. The Work.

    The Contractor agrees to complete all Work as specified or indicated in the Contract including Extra Work in conformity with the Contract, PIN 011049.00, for the Back River Bridge Replacement in the town of Arrowsic and Georgetown, County of Sagadahoc, Maine. The Work includes construction, maintenance during construction, warranty as provided in the Contract, and other incidental work. The Contractor shall be responsible for furnishing all supervision, labor, equipment, tools supplies, permanent materials and temporary materials required to perform the Work including construction quality control including inspection, testing and documentation, all required documentation at the conclusion of the project, warranting its work and performing all other work indicated in the Contract. The Department shall have the right to alter the nature and extent of the Work as provided in the Contract; payment to be made as provided in the same.

    B. Time.

    The Contractor agrees to complete all Work, except warranty work, on or before May 28, 2010. Further, the Department may deduct from moneys otherwise due the Contractor, not as a penalty, but as Liquidated Damages in accordance with Sections 107.7 and 107.8 of the State of Maine Department of Transportation Standard Specifications, Revision of December 2002 and related Special Provisions.

    11

  • C. Price.

    The quantities given in the Schedule of Items of the Bid Package will be used as the basis for determining the original Contract amount and for determining the amounts of the required Performance Surety Bond and Payment Surety Bond, and that the amount of this offer is ______________________________________________ _ ___________________________________________________________________ $_ ________________________ Performance Bond and Payment Bond each being 100% of the amount of this Contract.

    D. Contract.

    This Contract, which may be amended, modified, or supplemented in writing only, consists of the Contract documents as defined in the Plans, Standard Specifications, Revision of December 2002, Standard Details Revision of December 2002 as updated through advertisement, Supplemental Specifications, Special Provisions, Contract Agreement; and Contract Bonds. It is agreed and understood that this Contract will be governed by the documents listed above.

    E. Certifications.

    By signing below, the Contractor hereby certifies that to the best of the Contractor’s knowledge and belief: 1. All of the statements, representations, covenants, and/or certifications required or

    set forth in the Bid and the Bid Documents, including those in the Federal Contract Provisions Supplement, and the Contract are still complete and accurate as of the date of this Agreement.

    2. The Contractor knows of no legal, contractual, or financial impediment to entering

    into this Contract. 3. The person signing below is legally authorized by the Contractor to sign this

    Contract on behalf of the Contractor and to legally bind the Contractor to the terms of the Contract.

    12

  • F. Offer.

    The undersigned, having carefully examined the site of work, the Plans, Standard Specifications Revision of December 2002, Standard Details Revision of December 2002 as updated through advertisement, Supplemental Specifications, Special Provisions, Contract Agreement; and Contract Bonds contained herein for construction of: PIN 011049.00 Back River Bridge Replacement, State of Maine, on which bids will be received until the time specified in the “Notice to Contractors” do(es) hereby bid and offer to enter into this contract to supply all the materials, tools, equipment and labor to construct the whole of the Work in strict accordance with the terms and conditions of this Contract at the unit prices in the attached “Schedule of Items”.

    The Offeror agrees to perform the work required at the price specified above and in accordance with the bids provided in the attached “Schedule of Items” in strict accordance with the terms of this solicitation, and to provide the appropriate insurance and bonds if this offer is accepted by the Government in writing.

    As Offeror also agrees:

    First: To do any extra work, not covered by the attached “Schedule of Items”, which may be ordered by the Resident, and to accept as full compensation the amount determined upon a “Force Account” basis as provided in the Standard Specifications, Revision of December 2002, and as addressed in the contract documents.

    Second: That the bid bond at 5% of the bid amount or the official bank check, cashier’s check, certificate of deposit or U. S. Postal Money Order in the amount given in the “Notice to Contractors”, payable to the Treasurer of the State of Maine and accompanying this bid, shall be forfeited, as liquidated damages, if in case this bid is accepted, and the undersigned shall fail to abide by the terms and conditions of the offer and fail to furnish satisfactory insurance and Contract bonds under the conditions stipulated in the Specifications within 15 days of notice of intent to award the contract.

    Third: To begin the Work as stated in Section 107.2 of the Standard Specifications Revision of December 2002 and complete the Work within the time limits given in the Special Provisions of this Contract.

    Fourth: The Contractor will be bound to the Disadvantaged Business Enterprise (DBE) Requirements contained in the attached Notice (Additional Instructions to Bidders) and submit a completed Contractor’s Disadvantaged Business Enterprise Utilization Plan by 4:30pm on the day of bid opening to the Contracts Engineer.

    Fifth: That this offer shall remain open for 30 calendar days after the date of opening of bids.

    13

  • Sixth: The Bidder hereby certifies, to the best of its knowledge and belief that: the Bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of competitive bidding in connection with its bid, and its subsequent contract with the Department.

    IN WITNESS WHEREOF, the Contractor, for itself, its successors and assigns, hereby execute two duplicate originals of this Agreement and thereby binds itself to all covenants, terms, and obligations contained in the Contract Documents. CONTRACTOR ____________________________ _______________________________________ Date (Signature of Legally Authorized Representative of the Contractor) ____________________________ _______________________________________ Witness (Name and Title Printed) G. Award.

    Your offer is hereby accepted. This award consummates the Contract, and the documents referenced herein.

    MAINE DEPARTMENT OF TRANSPORTATION ____ ________________ __ Date By: David A. Cole, Commissioner Witness

    14

  • CONTRACT AGREEMENT, OFFER & AWARD

    AGREEMENT made on the date last signed below, by and between the State of Maine, acting through and by its Department of Transportation (Department), an agency of state government with its principal administrative offices located at Child Street, Augusta, Maine, with a mailing address at 16 State House Station, Augusta, Maine 04333-0016, and ________________ ____________ a corporation or other legal entity organized under the laws of the State of _ _______, with its principal place of business located at ___ _____ ________________________________________________________________________ The Department and the Contractor, in consideration of the mutual promises set forth in this Agreement (the “Contract”), hereby agree as follows: A. The Work.

    The Contractor agrees to complete all Work as specified or indicated in the Contract including Extra Work in conformity with the Contract, PIN 011049.00, for the Back River Bridge Replacement in the town of Arrowsic and Georgetown, County of Sagadahoc, Maine. The Work includes construction, maintenance during construction, warranty as provided in the Contract, and other incidental work. The Contractor shall be responsible for furnishing all supervision, labor, equipment, tools supplies, permanent materials and temporary materials required to perform the Work including construction quality control including inspection, testing and documentation, all required documentation at the conclusion of the project, warranting its work and performing all other work indicated in the Contract. The Department shall have the right to alter the nature and extent of the Work as provided in the Contract; payment to be made as provided in the same.

    B. Time.

    The Contractor agrees to complete all Work, except warranty work, on or before May 28, 2010. Further, the Department may deduct from moneys otherwise due the Contractor, not as a penalty, but as Liquidated Damages in accordance with Sections 107.7 and 107.8 of the State of Maine Department of Transportation Standard Specifications, Revision of December 2002 and related Special Provisions.

    15

  • C. Price.

    The quantities given in the Schedule of Items of the Bid Package will be used as the basis for determining the original Contract amount and for determining the amounts of the required Performance Surety Bond and Payment Surety Bond, and that the amount of this offer is ______________________________________________ _ ___________________________________________________________________ $_ ________________________ Performance Bond and Payment Bond each being 100% of the amount of this Contract.

    D. Contract.

    This Contract, which may be amended, modified, or supplemented in writing only, consists of the Contract documents as defined in the Plans, Standard Specifications, Revision of December 2002, Standard Details Revision of December 2002 as updated through advertisement, Supplemental Specifications, Special Provisions, Contract Agreement; and Contract Bonds. It is agreed and understood that this Contract will be governed by the documents listed above.

    E. Certifications.

    By signing below, the Contractor hereby certifies that to the best of the Contractor’s knowledge and belief: 1. All of the statements, representations, covenants, and/or certifications required or

    set forth in the Bid and the Bid Documents, including those in the Federal Contract Provisions Supplement, and the Contract are still complete and accurate as of the date of this Agreement.

    2. The Contractor knows of no legal, contractual, or financial impediment to entering

    into this Contract. 3. The person signing below is legally authorized by the Contractor to sign this

    Contract on behalf of the Contractor and to legally bind the Contractor to the terms of the Contract.

    16

  • F. Offer.

    The undersigned, having carefully examined the site of work, the Plans, Standard Specifications Revision of December 2002, Standard Details Revision of December 2002 as updated through advertisement, Supplemental Specifications, Special Provisions, Contract Agreement; and Contract Bonds contained herein for construction of: PIN 011049.00 Back River Bridge Replacement, State of Maine, on which bids will be received until the time specified in the “Notice to Contractors” do(es) hereby bid and offer to enter into this contract to supply all the materials, tools, equipment and labor to construct the whole of the Work in strict accordance with the terms and conditions of this Contract at the unit prices in the attached “Schedule of Items”.

    The Offeror agrees to perform the work required at the price specified above and in accordance with the bids provided in the attached “Schedule of Items” in strict accordance with the terms of this solicitation, and to provide the appropriate insurance and bonds if this offer is accepted by the Government in writing.

    As Offeror also agrees:

    First: To do any extra work, not covered by the attached “Schedule of Items”, which may be ordered by the Resident, and to accept as full compensation the amount determined upon a “Force Account” basis as provided in the Standard Specifications, Revision of December 2002, and as addressed in the contract documents.

    Second: That the bid bond at 5% of the bid amount or the official bank check, cashier’s check, certificate of deposit or U. S. Postal Money Order in the amount given in the “Notice to Contractors”, payable to the Treasurer of the State of Maine and accompanying this bid, shall be forfeited, as liquidated damages, if in case this bid is accepted, and the undersigned shall fail to abide by the terms and conditions of the offer and fail to furnish satisfactory insurance and Contract bonds under the conditions stipulated in the Specifications within 15 days of notice of intent to award the contract.

    Third: To begin the Work as stated in Section 107.2 of the Standard Specifications Revision of December 2002 and complete the Work within the time limits given in the Special Provisions of this Contract.

    Fourth: The Contractor will be bound to the Disadvantaged Business Enterprise (DBE) Requirements contained in the attached Notice (Additional Instructions to Bidders) and submit a completed Contractor’s Disadvantaged Business Enterprise Utilization Plan by 4:30pm on the day of bid opening to the Contracts Engineer.

    Fifth: That this offer shall remain open for 30 calendar days after the date of opening of bids.

    17

  • Sixth: The Bidder hereby certifies, to the best of its knowledge and belief that: the Bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of competitive bidding in connection with its bid, and its subsequent contract with the Department.

    IN WITNESS WHEREOF, the Contractor, for itself, its successors and assigns, hereby execute two duplicate originals of this Agreement and thereby binds itself to all covenants, terms, and obligations contained in the Contract Documents. CONTRACTOR ____________________________ _______________________________________ Date (Signature of Legally Authorized Representative of the Contractor) ____________________________ _______________________________________ Witness (Name and Title Printed) G. Award.

    Your offer is hereby accepted. This award consummates the Contract, and the documents referenced herein.

    MAINE DEPARTMENT OF TRANSPORTATION ____ ________________ __ Date By: David A. Cole, Commissioner Witness

    18

  • CONTRACT AGREEMENT, OFFER & AWARD

    AGREEMENT made on the date last signed below, by and between the State of Maine, acting through and by its Department of Transportation (Department), an agency of state government with its principal administrative offices located at Child Street Augusta, Maine, with a mailing address at 16 State House Station, Augusta, Maine 04333-0016, and _________(Name of the firm bidding the job)__________________ a corporation or other legal entity organized under the laws of the State of Maine, with its principal place of business located at ___(address of the firm bidding the job) _____ ________________________________________________________________________ The Department and the Contractor, in consideration of the mutual promises set forth in this Agreement (the “Contract”), hereby agree as follows: A. The Work.

    The Contractor agrees to complete all Work as specified or indicated in the Contract including Extra Work in conformity with the Contract, PIN No.1224.00, for the Hot Mix Asphalt Overlay in the town/city of South Nowhere, County of Washington, Maine. The Work includes construction, maintenance during construction, warranty as provided in the Contract, and other incidental work. The Contractor shall be responsible for furnishing all supervision, labor, equipment, tools supplies, permanent materials and temporary materials required to perform the Work including construction quality control including inspection, testing and documentation, all required documentation at the conclusion of the project, warranting its work and performing all other work indicated in the Contract. The Department shall have the right to alter the nature and extent of the Work as provided in the Contract; payment to be made as provided in the same.

    B. Time.

    The Contractor agrees to complete all Work, except warranty work, on or before November 15, 2006. Further, the Department may deduct from moneys otherwise due the Contractor, not as a penalty, but as Liquidated Damages in accordance with Sections 107.7 and 107.8 of the State of Maine Department of Transportation Standard Specifications, Revision of December 2002 and related Special Provisions.

    19

  • C. Price.

    The quantities given in the Schedule of Items of the Bid Package will be used as the basis for determining the original Contract amount and for determining the amounts of the required Performance Surety Bond and Payment Surety Bond, and that the amount of this offer is ____(Place bid here in alphabetical form such as One Hundred and Two dollars and 10 cents) ________________________________ $_ (repeat bid here in numerical terms, such as $102.10)__________ Performance Bond and Payment Bond each being 100% of the amount of this Contract.

    D. Contract.

    This Contract, which may be amended, modified, or supplemented in writing only, consists of the Contract documents as defined in the Plans, Standard Specifications, Revision of December 2002, Standard Details Revision of December 2002, Supplemental Specifications, Special Provisions, Contract Agreement; and Contract Bonds. It is agreed and understood that this Contract will be governed by the documents listed above.

    E. Certifications.

    By signing below, the Contractor hereby certifies that to the best of the Contractor’s knowledge and belief: 1. All of the statements, representations, covenants, and/or certifications required or

    set forth in the Bid and the Bid Documents, including those in Appendix A to Division 100 of the Standard Specifications Revision of December 2002 (Federal Contract Provisions Supplement), and the Contract are still complete and accurate as of the date of this Agreement.

    2. The Contractor knows of no legal, contractual, or financial impediment to entering

    into this Contract. 3. The person signing below is legally authorized by the Contractor to sign this

    Contract on behalf of the Contractor and to legally bind the Contractor to the terms of the Contract.

    20

  • F. Offer.

    The undersigned, having carefully examined the site of work, the Plans, Standard Specifications, Revision of December 2002, Standard Details Revision of December 2002, Supplemental Specifications, Special Provisions, Contract Agreement; and Contract Bonds contained herein for construction of:

    ________PIN 1234.00 South Nowhere, Hot Mix Asphalt Overlay ,

    State of Maine, on which bids will be received until the time specified in the “Notice to Contractors” do(es) hereby bid and offer to enter into this contract to supply all the materials, tools, equipment and labor to construct the whole of the Work in strict accordance with the terms and conditions of this Contract at the unit prices in the attached “Schedule of Items”.

    The Offeror agrees to perform the work required at the price specified above and in accordance with the bids provided in the attached “Schedule of Items” in strict accordance with the terms of this solicitation, and to provide the appropriate insurance and bonds if this offer is accepted by the Government in writing.

    As Offeror also agrees:

    First: To do any extra work, not covered by the attached “Schedule of Items”, which may be ordered by the Resident, and to accept as full compensation the amount determined upon a “Force Account” basis as provided in the Standard Specifications, Revision of December 2002, and as addressed in the contract documents.

    Second: That the bid bond at 5% of the bid amount or the official bank check, cashier’s check, certificate of deposit or U. S. Postal Money Order in the amount given in the “Notice to Contractors”, payable to the Treasurer of the State of Maine and accompanying this bid, shall be forfeited, as liquidated damages, if in case this bid is accepted, and the undersigned shall fail to abide by the terms and conditions of the offer and fail to furnish satisfactory insurance and Contract bonds under the conditions stipulated in the Specifications within 15 days of notice of intent to award the contract.

    Third: To begin the Work as stated in Section 107.2 of the Standard Specifications Revision of 2002 and complete the Work within the time limits given in the Special Provisions of this Contract.

    Fourth: The Contractor will be bound to the Disadvantaged Business Enterprise (DBE) Requirements contained in the attached Notice (Additional Instructions to Bidders) and submit a completed Contractor’s Disadvantaged Business Enterprise Utilization Plan by 4:30pm on the day of bid opening to the Contracts Engineer.

    Fifth: That this offer shall remain open for 30 calendar days after the date of opening of bids.

    21

  • Sixth: The Bidder hereby certifies, to the best of its knowledge and belief that: the Bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of competitive bidding in connection with its bid, and its subsequent contract with the Department.

    IN WITNESS WHEREOF, the Contractor, for itself, its successors and assigns, hereby execute two duplicate originals of this Agreement and thereby binds itself to all covenants, terms, and obligations contained in the Contract Documents. CONTRACTOR ____________________________ ______________(Sign Here)_______________ Date (Signature of Legally Authorized Representative of the Contractor) ____(Witness Sign Here)__ __ __________(Print Name Here)____________ Witness (Name and Title Printed) G. Award.

    Your offer is hereby accepted. This award consummates the Contract, and the documents referenced herein.

    MAINE DEPARTMENT OF TRANSPORTATION ________________________________ __________________________________ Date By: David A. Cole, Commissioner ________________________________ (Witness)

    22

  • BOND # _____________________

    CONTRACT PERFORMANCE BOND (Surety Company Form)

    KNOW ALL MEN BY THESE PRESENTS: That ______________________________ ___________________ and the State of _________________________, as principal, and………………………………………............................................................................., a corporation duly organized under the laws of the State of ........................ and having a usual place of business ...................... .................................................................................., as Surety, are held and firmly bound unto the Treasurer of the State of Maine in the sum of ______________________________________ and 00/100 Dollars ($ ), to be paid said Treasurer of the State of Maine or his successors in office, for which payment well and truly to be made, Principal and Surety bind themselves, their heirs, executors and administrators, successors and assigns, jointly and severally by these presents.

    The condition of this obligation is such that if the Principal designated as Contractor in the Contract to construct Project Number ____________ in the Municipality of ______________________ promptly and faithfully performs the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.

    The Surety hereby waives notice of any alteration or extension of time made by the State of Maine.

    Signed and sealed this .................................. day of ............................................, 20….. .

    WITNESSES: SIGNATURES: CONTRACTOR: Signature.................................................... ..........................................…........................ Print Name Legibly ................................... Print Name Legibly ...……......................... SURETY: Signature ................................................... .....……........................................................ Print Name Legibly .................................. Print Name Legibly ..................................... SURETY ADDRESS: NAME OF LOCAL AGENCY: .................................................................. ADDRESS .................................................. .................................................................. ..……………............................................... .................................................................. .......…………….......................................... TELEPHONE........................................... .......……………..........................................

    vii

    23

  • BOND # _______________________

    CONTRACT PAYMENT BOND (Surety Company Form)

    KNOW ALL MEN BY THESE PRESENTS: That ______________________________ _______________________ and the State of ______________________, as principal, and....................................................................….................................................................. a corporation duly organized under the laws of the State of .......................... and having a usual place of business in .....................…………………………………………………., as Surety, are held and firmly bound unto the Treasurer of the State of Maine for the use and benefit of claimants as herein below defined, in the sum of __________________________________________ and 00/100 Dollars ($ ) for the payment whereof Principal and Surety bind themselves, their heirs, executors and administrators, successors and assigns, jointly and severally by these presents. The condition of this obligation is such that if the Principal designated as Contractor in the Contract to construct Project Number ____________ in the Municipality of _________________________ promptly satisfies all claims and demands incurred for all labor and material, used or required by him in connection with the work contemplated by said Contract, and fully reimburses the obligee for all outlay and expense which the obligee may incur in making good any default of said Principal, then this obligation shall be null and void; otherwise it shall remain in full force and effect.

    A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material or both, used or reasonably required for use in the performance of the contract. Signed and sealed this ............................. day of ...………......................................., 20 ... . WITNESS: SIGNATURES: CONTRACTOR: Signature……............................................ ......…............................................................. Print Name Legibly .........................…….. Print Name Legibly .….................................

    SURETY: Signature.................................................... ...…............................................................... Print Name Legibly .................................. Print Name Legibly .….................................. SURETY ADDRESS: NAME OF LOCAL AGENCY: ...…............................................................ ADDRESS …................................................ ................................................................... …………….................................................... TELEPHONE ........................................... ………………................................................

    viii

    24

  • Project No. BH-1104(900)X

    SPECIAL PROVISION 105 CONSTRUCTION AREA

    A Construction Area located in the Town of Arrowsic has been established by the Maine Department of Transportation (MDOT) in accordance with provisions of 29-A § 2382 Maine Revised Statutes Annotated (MRSA). (a) The section of highway under construction beginning at station 151+00 to station 160+50. (b) (Route 127) over Back River from station 151+00 to station 160+50 of the construction plus

    approaches. Per 29-A § 2382 (7) MRSA, the MDOT may “issue permits for stated periods of time for loads and equipment employed on public way construction projects, United States Government projects or construction of private ways, when within construction areas established by the Department of Transportation. The permit:

    A. Must be procured from the municipal officers for a construction area within that municipality; B. May require the contractor to be responsible for damage to ways used in the construction areas and may provide for:

    (1) Withholding by the agency contracting the work of final payment under contract; or (2) The furnishing of a bond by the contractor to guarantee suitable repair or payment of damages. The suitability of repairs or the amount of damage is to be determined by the Department of Transportation on state-maintained ways and bridges, otherwise by the municipal officers;

    C. May be granted by the Department of Transportation or by the state engineer in charge of the construction contract; and D. For construction areas, carries no fee and does not come within the scope of this section.”

    The Municipal Officers for the Town of Arrowsic agreed that an Overlimit Permit will be issued to the Contractor for the purpose of using loads and equipment on municipal ways in excess of the limits as specified in 29-A MRSA, on the municipal ways as described in the “Construction Area”. As noted above, a bond may be required by the municipality, the exact amount of said bond to be determined prior to use of any municipal way. The MDOT will assist in determining the bond amount if requested by the municipality. The maximum speed limits for trucks on any town way will be 25 mph (40 km per hour) unless a higher legal limit is specifically agreed upon in writing by the Municipal Officers concerned.

    25

  • Project No. BH-1104(900)X

    SPECIAL PROVISION 105 CONSTRUCTION AREA

    A Construction Area located in the Town of Georgetown has been established by the Maine Department of Transportation (MDOT) in accordance with provisions of 29-A § 2382 Maine Revised Statutes Annotated (MRSA). (a) The section of highway under construction beginning at station 151+00 to station 160+50. (b) (Route 127) over Back River from station 151+00 to station 160+50 of the construction plus

    approaches. Per 29-A § 2382 (7) MRSA, the MDOT may “issue permits for stated periods of time for loads and equipment employed on public way construction projects, United States Government projects or construction of private ways, when within construction areas established by the Department of Transportation. The permit:

    A. Must be procured from the municipal officers for a construction area within that municipality; B. May require the contractor to be responsible for damage to ways used in the construction areas and may provide for:

    (1) Withholding by the agency contracting the work of final payment under contract; or (2) The furnishing of a bond by the contractor to guarantee suitable repair or payment of damages. The suitability of repairs or the amount of damage is to be determined by the Department of Transportation on state-maintained ways and bridges, otherwise by the municipal officers;

    C. May be granted by the Department of Transportation or by the state engineer in charge of the construction contract; and D. For construction areas, carries no fee and does not come within the scope of this section.”

    The Municipal Officers for the Town of Georgetown agreed that an Overlimit Permit will be issued to the Contractor for the purpose of using loads and equipment on municipal ways in excess of the limits as specified in 29-A MRSA, on the municipal ways as described in the “Construction Area”. As noted above, a bond may be required by the municipality, the exact amount of said bond to be determined prior to use of any municipal way. The MDOT will assist in determining the bond amount if requested by the municipality. The maximum speed limits for trucks on any town way will be 25 mph (40 km per hour) unless a higher legal limit is specifically agreed upon in writing by the Municipal Officers concerned.

    26

  • 27

  • March 14, 2007 Supersedes March 3, 1966

    1 of 1

    Non-federal Projects Only

    NOTICE TO CONTRACTORS - PREFERRED EMPLOYEES

    Sec. 1303. Public Works; minimum wage In the employment of laborers in the construction of public works, including state highways, by the State or by persons contracting for the construction, preference must first be given to citizens of the State who are qualified to perform the work to which the employment relates and, if they can not be obtained in sufficient numbers, then to citizens of the United States. Every contract for public works construction must contain a provision for employing citizens of this State or the United States. The hourly wage and benefit rate paid to laborers employed in the construction of public works, including state highways, may not be less than the fair minimum rate as determined in accordance with section 1308. Any contractor who knowingly and willfully violates this section is subject to a fine of not less than $250 per employee violation. Each day that any contractor employs a laborer at less than the wage and benefit minimum stipulated in this section constitutes a separate violation of this section. [1997, c. 757, §1 (amd).]

    28

  • 29

  • April 29, 2004

    Page 1 of 1

    SPECIAL PROVISION

    SECTION 102.3 EXAMINATION OF DOCUMENTS, SITE AND OTHER INFORMATION

    (Geotechnical Information)

    Geotechnical Information pertaining to this project has been collected and assembled. Bidders and Contractors are obligated to examine and, if necessary, obtain geotechnical information. Geotechnical Information is available at the Maine Department of Transportation office on Child Street, Augusta, Maine. Geotechnical Information will be provided to interested parties who request this information. Requests for this information should be directed to the Project Manager as outlined in the “Notice to Contractors”.

    The Department shall not be responsible for Bidder’s and Contractor’s interpretations of, or estimates or conclusions drawn from, the Geotechnical Information. Data provided may not be representative of the subsurface conditions between the boring locations. This section does not diminish the duties imposed upon parties in Section 102 or in any other sections.

    30

  • Town: Arrowsic Project: BH-1104(900)X, 11049.00 Date: May 2, 2008

    SPECIAL PROVISIONS SECTION 104

    Utilities MEETINGA Preconstruction Utility Conference, as defined in Subsection 104.4.6 of the Standard Specifications is required. GENERAL INFORMATIONThese Special Provisions outline the arrangements made by the Department for utility and/or railroad work to be undertaken in conjunction with this project. The following list identifies all known utilities or railroads having facilities presently located within the limits of this project or intending to install facilities during project construction.

    Overview: Utility/Railroad Aerial Underground Railroad

    Central Maine Power Company X None None Fairpoint Communications X None None

    Utility Specific Issues: ** Special Note to ContractorThe utilities process will require coordination for traffic control to allow access for utility equipment. Some of this operation will require working from the existing and/or temporary bridge. Aerial - Temporary Central Maine Power Company (CMP) estimates one (1) working day to stake temporary pole locations with Fairpoint Communications representative, Contractor and MaineDOT Resident Engineer, three (3) working days to install new conductors and an additional three (3) working days to complete cutover and removal of the old conductors. Fairpoint Communications estimates one (1) working day to stake temporary pole locations with CMP representative, Contractor and MaineDOT Resident. The utility will install four (4) new poles with anchors requiring five (5) working days; place a new strand and guys on temporary poles requiring two (2) working days. Fairpoint requires three (3) working days to complete the following work: carry/move fiber cable across road to new pole line which will require a brief stop in traffic flow, relash fiber to new strand on new poles and remove remaining copper cable on old poles.

    {CCS} Page 1 of 4 Utility Spec 31

  • Town: Arrowsic Project: BH-1104(900)X, 11049.00 Date: May 2, 2008

    Temporary Proposed Poles

    Station Offset Remarks

    152+90 55’- RT Offset assumed from plan/actual to match bridge; utility will place two (2) anchors

    155+50 55’ - RT Pole location and offset may vary w/bridge

    design bracing provided to support for straight pole line

    158+90 55’ - RT Offset assumed from plan/actual to match bridge; utility will place two (2) anchors

    159+50 31’ - LT New taller pole set behind ditch line permanent and place anchors Existing Poles

    Station Offset Remarks

    153+97 25’- LT Pole to be removed after cables are transferred

    158+06 22’ - LT Pole to be removed after cables are transferred

    159+50 23’ - LT Pole to be removed after cables are transferred

    Aerial - Permanent Central Maine Power Company (CMP) estimates three (3) working days to place conductors on the new final pole locations. CMP requires three (3) working days to complete cutover/removes conductors from the temporary poles. Fairpoint Communications estimates two (2) working days to install new poles in their final locations. The utility requires four (4) working days to complete the following work: place new strand and guys on final pole locations, carry/move fiber cable across to new pole locations. To complete the project will require three (3) working days to remove temporary strand, guys and poles. The utilities time estimates are based on a five (5) day work week.

    {CCS} Page 2 of 4 Utility Spec 32

  • Town: Arrowsic Project: BH-1104(900)X, 11049.00 Date: May 2, 2008

    Permanent Proposed Poles

    Station Offset Remarks

    153+95 28’- RT Pole can be set after cables moved to temporary location and truck access provided

    158+00 31’ - RT Pole can be set after cables moved to temporary location and truck access provided Fairpoint Communications assumes ownership of poles within the project limits. They or their authorized contractor will place and/or remove all poles. Fairpoint will provide the necessary pole for the temporary mid-bridge pole for utility use. The approximate locations of major items of existing and proposed (permanent and temporary) utility plan are shown on the highway construction plans. All utility crossings over highways will provide not less than 20 feet vertical clearance over existing ground, in cut areas or over finished grade in fill, during construction of this project. Unless otherwise provided, utilities will not be required to make underground installations in frozen ground. Any times and dates mentioned are estimates only and are dependent upon favorable weather, working conditions and freedom from emergencies. The Contractors shall have no claim against the Department if they are exceeded. Utility working days are Monday through Friday conditions permitting. Times are estimated on the basis of a single crew for each utility. In all cases, the utilities shall be advised well in advance (generally three weeks) before work, dependent upon other work to be done by the Contractor, in any particular area, is to be commenced by them. UndergroundThere are no underground utilities associated with this project. Utilities have been notified and will be furnished a project specification book. If utility relocations, though unexpected, become necessary, they will be scheduled in compliance with Section 104 of the Standard Specifications and will be done by the utilities in conjunction with the work by the Contractor.

    {CCS} Page 3 of 4 Utility Spec 33

  • Town: Arrowsic Project: BH-1104(900)X, 11049.00 Date: May 2, 2008

    CONTRACTORIt is the responsibility of the Contractor with the utility representatives and the MaineDOT Resident present to layout all of the proposed utility facilities in the field prior to the start of construction. BLASTING In addition to any other notice which may be required, the Contractor shall notify an authorized representative of each utility that has a plant close to the site not later than 3:00 p.m. on the working day (Monday through Friday) before the Contractor intends to blast. Notice shall state the approximate time of the blast. UTILITY SPECIFIC ISSUES Any tree removal or tree trimming required within ten feet of electrical conductors must be done by a qualified contractor. A list of tree removal contractors qualified to remove trees or limbs within ten feet of the electrical conductors may be obtained from the power company. DIG SAFE The contractor will be responsible for determining the presence of underground utility facilities prior to commencing any excavation work and shall notify utilities of proposed excavation in accordance with M.R.S.A. Title 23 §3360-A, Maine “Dig Safe” System. Call 1-888-344-7233. SAFE PRACTICES AROUND UTILITY FACILITIES The Contractor shall be responsible for complying with M.R.S.A. Title 35-A, Chapter 7-A-Sections 751–761 Overhead High-Voltage Line Safety Act. Prior to commencing any work that may come within ten (10) feet of any aerial electrical line; the Contractor shall notify the aerial utilities as per Section 757 of the above act. THE CONTRACTOR SHALL PLAN AND CONDUCT HIS WORK ACCORDINGLY.

    {CCS} Page 4 of 4 Utility Spec 34

  • Town: Arrowsic PIN #: 11049.00 Date: 5/13/08

    SPECIAL PROVISION

    SECTION 105 General Scope of Work

    (Environmental Requirements) In-Water work consists of any activity conducted below the normal high water mark of a river, steam, brook, lake, pond or “Coastal Wetland” areas that are subject to tidal action during the highest tide level for the year which an activity is proposed as identified in the tide tables published by the National Ocean Service. http://www.oceanservice.noaa.gov/ For the full definition of “Coastal Wetlands”, please refer to 38 MRSA 480-B(2) I. In-Water Work shall not be allowed between the dates of June 1 and Sept. 30.

    (In-Water work is allowed from Oct. 1 to May 31.)

    II. In-Water work window applies to the following water bodies at the following station #’s: 1. Back River 154+00 through 158+00

    III. Special Conditions:

    1. Temporary footings for the temporary bridge will be built and demolished at low tide when the area is dewatered. Demolition of the old pier will also occur during low tide when the area surrounding the pier is dewatered.

    2. Construction of the new pier will take place within a cofferdam. The cofferdam must be constructed and removed during the prescribed in-water work window (10/1 through 5/31), when no Shortnose Sturgeon are expected to occur in the Back River.

    3. If blasting is used for excavation of permanent pier foundation, in-water work shall not be allowed between the dates of April 10th and November 8th. (In-water work is allowed from November 9th to April 9th.)

    IV. Approvals:

    1. Temporary Soil Erosion and Water Pollution Control Plan V. All activities are prohibited (including placement and removal of cofferdams unless otherwise permitted by

    Regulatory Agencies) below the normal high water mark if outside the prescribed in-water work window, except for the following:

    1. Work within a cofferdam constructed according to MaineDOT’s Standard Specifications and in

    adherence with the contractors approved “Soil Erosion and Water Pollution Control Plan”.

    VI. No work is allowed that completely blocks a river, stream, or brook without providing downstream flow. NOTE: Regulatory Review and Approval is required to modify the existing In-Water work window. Procedure to modify the existing in-water work window can be found on the back of this document or the next page.

    35

  • PROCEDURE FOR PROCESSING ANY IN-WATER WORK EXTENSION MaineDOT will not incur any claims as a result of an In-Water modification being denied.

    The following procedure will assist in processing a review by the Regulatory Agencies when the in-water work restrictions of a permit need modification:

    1. The Contractor shall submit to the MaineDOT Resident in writing the in-water work extension request. The written request shall be submitted in accordance with State of MaineDOT Standard Specification section 107.4 Scheduling of Work This is a change in the contract, and per MaineDOT Standard Specification section 109, a contract modification is required.

    2. The Contractor’s written request shall have the following items identified for the

    MaineDOT Environmental Office to evaluate adequate justificat