Bid Solicitation ? Mystic Harbour Water Treatment Plant Backwash Pond Cleaning

Agency: Worcester County
State: Maryland
Type of Government: State & Local
NAICS Category:
  • 221310 - Water Supply and Irrigation Systems
  • 237110 - Water and Sewer Line and Related Structures Construction
Posted Date: Jan 23, 2024
Due Date: Feb 15, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Solicitation – Mystic Harbour Water Treatment Plant Backwash Pond Cleaning
Deadline
Thu, 02/15/2024 - 2:30 pm
Detailed Information

Attachment Preview

ADVERTISEMENT
Bid Solicitation Mystic Harbour Water Treatment
Plant Backwash Pond Cleaning
Worcester County is seeking Bids from qualified Vendors for the Mystic Harbour Water
Treatment Plant (WTP) Backwash Pond cleaning at 9624 Stephen Decatur Highway, Berlin, MD
21811 in conformity with the requirements contained herein Bid Documents.
Bid Documents for the above referenced project may be obtained from the Worcester County
Commissioner’s Office by either e-mailing the Procurement Officer, Nicholas Rice, at
nrice@co.worcester.md.us or by calling 410-632-1194 during normal business hours, or via the
County’s Bids page on the County’s website. Vendors are responsible for checking this website
for addenda prior to submitting their bids. Worcester County is not responsible for the content
of any Bid Document received through any third party bid service. It is the sole responsibility of
the vendor to ensure the completeness and accuracy of their Completed Bid Documents.
A pre-bid meeting will be held on Thursday, February 1, 2024, at 1:30 PM at the Mystic Harbour
Site, located at 9624 Stephen Decatur Highway, Berlin, MD. The last day for questions will be
noon on Wednesday, February 7, 2024. Sealed Bid Documents are due no later than 2:30pm on
Thursday, February 15, 2024 and will be opened and read aloud in the Office of the County
Commissioners, Worcester County Government Center Room 1103, One West Market Street,
Snow Hill, Maryland 21863.
Late Bid Documents will not be accepted.
Minority vendors are encouraged to compete for award of the solicitation.
Nicholas W. Rice, CPPO, CPPB, NIGP-CPP
Procurement Officer
Worcester County, Maryland
Worcester County Administration
1 West Market Street, Room 1103
Snow Hill, Maryland 21863
INVITATION FOR BID
PROJECT:
DEPARTMENT:
Mystic Harbour Water Treatment
Plant Backwash Pond Cleaning
Public Works Water & Wastewater
NAME:
ADDRESS:
VENDOR:
DATE:
TIME:
BID OPENING:
Thursday, February 15, 2024
2:30 PM
1
TABLE OF CONTENTS
SECTION I: INTRODUCTION .......................................................................................................................................................................................................... 3
A. PURPOSE ............................................................................................................................................................................................................................ 3
B. CLARIFICATION OF TERMS ......................................................................................................................................................................................... 3
C. QUESTIONS AND INQUIRES .......................................................................................................................................................................................... 3
D. FILLING OUT BID DOCUMENTS .................................................................................................................................................................................. 3
E. SUBMISSION OF BID DOCUMENTS ............................................................................................................................................................................. 4
F. OPENING OF BIDS............................................................................................................................................................................................................ 4
G. ACCEPTANCE OR REJECTION OF BIDS .................................................................................................................................................................... 4
H. QUALIFICATIONS ............................................................................................................................................................................................................ 5
I.
DESCRIPTIVE LITERATURE ......................................................................................................................................................................................... 5
J.
NOTICE TO VENDORS .................................................................................................................................................................................................... 6
K. PIGGYBACKING ............................................................................................................................................................................................................... 6
SECTION II: GENERAL INFORMATION....................................................................................................................................................................................... 7
A. ECONOMY OF BID ........................................................................................................................................................................................................... 7
B. PUBLIC INFORMATION ACT (PIA) .............................................................................................................................................................................. 7
C. CONTRACT AWARD ........................................................................................................................................................................................................ 7
D. AUDIT.................................................................................................................................................................................................................................. 7
E. NONPERFORMANCE ....................................................................................................................................................................................................... 7
F. MODIFICATION OR WITHDRAWL OF BID................................................................................................................................................................ 8
G. DEFAULT............................................................................................................................................................................................................................ 8
H. COLLUSION/FINANCIAL BENEFIT.............................................................................................................................................................................. 8
I.
TAX EXEMPTION ............................................................................................................................................................................................................. 8
J.
CONTRACT CHANGES.................................................................................................................................................................................................... 9
K. ADDENDUM ....................................................................................................................................................................................................................... 9
L. EXCEPTIONS/ SUBSTITUTIONS.................................................................................................................................................................................... 9
M. APPROVED EQUALS...................................................................................................................................................................................................... 10
N. DELIVERY........................................................................................................................................................................................................................ 10
O. INSURANCE ..................................................................................................................................................................................................................... 10
P. BID EVALUATION .......................................................................................................................................................................................................... 10
SECTION III: GENERAL CONDITIONS ....................................................................................................................................................................................... 11
A. DRAWINGS AND SPECIFICATIONS ........................................................................................................................................................................... 11
B. MATERIALS, SERVICES AND FACILITIES .............................................................................................................................................................. 11
C. INSPECTION AND TESTING ........................................................................................................................................................................................ 11
D. APPROVAL OF SUBSTITUTION OF MATERIALS ................................................................................................................................................... 12
E. PROTECTION OF WORK, PROPERTY AND PERSONS .......................................................................................................................................... 12
F. BARRICADES, DANGER, WARNING AND DETOUR SIGNS .................................................................................................................................. 12
G. LICENSES AND PERMITS ............................................................................................................................................................................................. 12
H. SUPERVISION.................................................................................................................................................................................................................. 13
I.
CLEAN UP ........................................................................................................................................................................................................................ 13
J.
CHANGES IN WORK ...................................................................................................................................................................................................... 13
K. TIME FOR COMPLETION............................................................................................................................................................................................. 13
L. LIQUIDATED DAMAGES .............................................................................................................................................................................................. 14
M. CORRECTION OF WORK ............................................................................................................................................................................................. 14
N. CONSTRUCTION SAFETY AND HEALTH STANDARDS ........................................................................................................................................ 14
O. BID BOND ......................................................................................................................................................................................................................... 14
P. PERFORMANCE AND PAYMENT BONDS ................................................................................................................................................................. 15
Q. GUARANTEE ................................................................................................................................................................................................................... 15
SECTION IV: BID SPECIFICATIONS............................................................................................................................................................................................ 16
A. SCOPE ............................................................................................................................................................................................................................... 16
B. CONTRACT PRICING .................................................................................................................................................................................................... 16
C. SUMMARY ....................................................................................................................................................................................................................... 16
D. GENERAL REQUIREMENTS ........................................................................................................................................................................................ 16
E. ATTACHMENTS.............................................................................................................................................................................................................. 16
F. PRE-PROPOSAL CONFERENCE.................................................................................................................................................................................. 16
G. PAYMENT......................................................................................................................................................................................................................... 16
H. QUESTIONS...................................................................................................................................................................................................................... 17
I.
AWARD ............................................................................................................................................................................................................................. 17
FORM OF BID .................................................................................................................................................................................................................................... 18
REFERENCES .................................................................................................................................................................................................................................... 19
EXCEPTIONS ..................................................................................................................................................................................................................................... 20
INDIVIDUAL PRINCIPAL ................................................................................................................................................................................................................ 21
VENDOR’S AFFIDAVIT OF QUALIFICATION TO BID.............................................................................................................................................................. 22
NON-COLLUSIVE AFFIDAVIT ....................................................................................................................................................................................................... 23
EXHIBIT A .......................................................................................................................................................................................................................................... 24
2
SECTION I: INTRODUCTION
A. PURPOSE
1. The purpose of this Invitation for Bid Document is for Worcester County (“County”) to contract
for the Mystic Harbour Water Treatment Plant (WTP) Backwash Pond cleaning of all iron sludge,
sediment, vegetation, and debris located at 9624 Stephen Decatur Highway, Berlin, MD 21811 in
conformity with the requirements contained herein (“Bid Document(s)”).
B. CLARIFICATION OF TERMS
1. Firms or individuals that submit a bid for award of a contract (“Contract”) are referred to as
vendors (“Vendors”) in this document. The Vendor that is awarded the Contract is herein
referred to as the (“Successful Vendor”).
C. QUESTIONS AND INQUIRES
1. Questions must be addressed in writing to the Worcester County Procurement Officer at
nrice@co.worcester.md.us.
2. The last date to submit questions for clarification will be noon on Wednesday, February 7,
2024.
3. Addenda are posted on the County website at https://www.co.worcester.md.us/ under County
Info: Bid Board: at https://www.co.worcester.md.us/commissioners/bids at least five calendar
days before bid opening.
4. It is the Vendors responsibly to make sure all addenda are acknowledged in their bid. Failure to
do so could result in the bid being disqualified.
D. FILLING OUT BID DOCUMENTS
1. Use only forms supplied by the County.
2. One unbound original and two bound copies of the bid form and any required attachments must
be submitted in the solicitation and can be submitted in the same envelope unless otherwise
instructed.
3. Bid Documents should be complied as follows: (1) Cover letter, (2) Form of Bid, (3) References,
(4) Exceptions Document and Signed addenda, if necessary (5) Individual Principal Document,
(6) Vendor’s Affidavit of Qualification to Bid, and (7) Non-Collusive Affidavit
4. Where so indicated by the make-up of the Bid Documents, sums will be expressed in both words
and figures, and in the case of a discrepancy between the two, the amount written in words will
govern. In the event there is a discrepancy between the unit price and the extended totals, the unit
prices will govern.
5. Any interlineation, alteration, or erasure will be initialed by the signer of the Bid Documents.
6. Each copy of the Bid Documents will be signed by the person(s) legally authorized to bind the
Vendor to a contract, using the legal name of the signer. Bid Documents submitted by an agent
will have a current Power of Attorney attached certifying the agent’s authority to bind the
Vendor.
7. Vendor will supply all information and submittals required by the Bid Documents to constitute a
proper and responsible completed Bid Document package.
8. Any ambiguity in the Bid Documents as a result of omission, error, lack of clarity or non-
compliance by the Vendor with specifications, instructions, and/or all conditions of bidding will
be construed in the light most favorable to the County.
3
E. SUBMISSION OF BID DOCUMENTS
1. All copies of the Bid Documents and any other documents required to be submitted with the Bid
Documents will be enclosed in a sealed envelope. The envelope will be addressed to the
Worcester County Commissioners and will be identified with the project name: MYSTIC
HARBOUR WATER TREATMENT PLANT BACKWASH POND CLEANING and the
Vendor’s name and address. If the Bid Documents are sent by mail, the sealed envelope will be
enclosed in a separate mailing envelope with the notation “SEALED BID DOCUMENTS
ENCLOSED” on the face thereof.
2. Bids must be mailed or hand carried to the Worcester County Administration Office, 1 West
Market Street, Room 1103, Snow Hill, MD 21863, in order to be received prior to the
announced bid deadline. Bids received after said time or delivered to the wrong location will be
returned to the Vendor unopened.
3. Bids are due and will be opened at the time listed on the front of this Bid Document.
4. If you are delivering a bid in person please keep in mind to allow time to get through security and
into the Administration Office. It is fully the responsibility of the Vendor to ensure that the bid is
received on time.
5. The County will not speculate as to reasonableness of the postmark, nor comment on the apparent
failure of a public carrier to have made prompt delivery of the bid.
6. Vendors, or their authorized agents, are expected to fully inform themselves as to the conditions,
requirements, and specifications before submitting Bid Documents; failure to do so will be at the
Vendor’s own risk.
7. A fully executed Affidavit of Qualification to Bid will be attached to each Bid Document.
8. Minority vendors are encouraged to participate.
9. All Vendor submitted Bid Documents will be valid for a minimum of sixty days from the date of
Bid Document opening.
10. Electronically mailed bids are not considered sealed bids and will not be accepted.
F. OPENING OF BIDS
1. Bid Documents received on time will be opened publicly and Vendor’s names and total costs will
be read aloud for the record.
2. The Contract will be awarded or all Bid Documents will be rejected within sixty days from the
date of the Bid Document opening.
G. ACCEPTANCE OR REJECTION OF BIDS
1. Unless otherwise specified, the Contract will be awarded to the most responsible and responsive
Vendor complying with the provisions of the Bid Documents, provided the bid does not exceed
the funds available, and it is in the best interest of the County to accept it. The County reserves
the right to reject the Bid Documents of any Vendor who has previously failed to perform
properly in any way or complete on time contracts of a similar nature; or a Bid Document from a
Vendor who, investigation shows, is not in a position to perform the Contract; or Bid Documents
from any person, firm, or corporation which is in arrears or in default to the County for any debt
or contract.
2. Completed Bid Documents from Vendors debarred from doing business with the State of
Maryland or the Federal Government will not be accepted.
3. In determining a Vendor’s responsibility, the County may consider the following qualifications,
in addition to price:
4

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68-- Active Contract Opportunity Notice

Federal Agency

Bid Due: 11/11/2028

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/15/2024

Follow Liquid Nitrogen Telemetry Monitoring and Delivery Active Contract Opportunity Notice ID CBER-2024-122882

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/07/2024

Solicitation # Type Status Title Open Date Close Date 48089-2 Auction Active Bulk

Washington Suburban Sanitary Commission

Bid Due: 5/15/2024