State Bid

Last Updated on 11 Jan 2023 at 12 PM
IFB
Natick Massachusetts

IFB: 4M Forcemain Replacement (Avail. beginning 1/18/23, from Haley Ward.) Do not request until then

Solicitation ID 791
Posted Date 11 Jan 2023 at 12 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Natick
Location Natick Massachusetts United states
Point Of Contact Not Available
TOWN OF NATICK, MASSACHUSETTS SELECT BOARD CONTRACT NO. S-165 4M FORCEMAIN REHABILITATION INVITATION FOR BIDS Pursuant to the provisions of Chapter 30, Section 39M of the General Laws of the Commonwealth of Massachusetts (M.G.L. c. 30, §39M), the Town of Natick, the Awarding Authority, (hereinafter referred to as "Owner"), by the Natick Select Board of the Town of Natick, Massachusetts, invites sealed Bids for the General Contract from responsible and eligible bidders for the 4M FORCEMAIN REHABILITATION project. Sealed Bids shall be received for the General Contract until THURSDAY, February 9, 2023, at 9:00 A.M. local time, at the Natick DPW Building, 75 West Street, Natick, MA 01760, at which time and place they will be publicly opened, read, and registered. The Procurement Officer will conduct the bid opening after the closing of bids in the presence of a witness. The opening procedures will be streamed live through a video conferencing software called ZOOM. The opening will be viewable at the following link: Join Zoom Meeting https://us06web.zoom.us/j/82899547904 Meeting ID: 828 9954 7904 No faxed or email, or conditional bids shall be accepted. If the Procurement Office within the DPW Building is closed due to weather or other emergency, the deadline for receipt of bids shall be extended until 9:00 A.M. local time on the next business day upon which the Procurement Office is open for business. Each and every Bid shall be submitted on the Bid Form furnished with the Bidding Documents and shall be addressed to the Select Board. Each and every Bid shall be sealed in an envelope which is clearly marked in the lower left hand corner "BID FOR CONTRACT NO. S-165 4M FORCEMAIN REHABILITATION.” The work consists of rehabilitating approximately two thousand six hundred fifty (2,650) linear feet of twelve-inch (12”) diameter cast iron sewer main along Worcester Street, State Route 9, providing temporary sewer bypass, and all appurtenances. The Contractor shall supply all labor, materials and equipment necessary to complete the work shown on the Contract Drawings and hereinafter contained in the Specifications. Bidding documents are available in electronic PDF file format and hard copy format. Electronic file can be obtained by contacting Haley Ward, Inc. at (978) 648-6025 [email protected]. Hard copy documents may be obtained from the office of Haley Ward, Inc. 63 Great Road, Suite 200, Maynard, MA 01754-2097, 8:00 A.M. to 4:30 P.M. local time, Monday through Friday, beginning at 9:00 A.M. local time on WEDNESDAY, January 18, 2023. Hard copy set of the Bidding Documents may be obtained for a deposit of Fifty Dollars ($50.00) or Twenty Dollars ($20.00) for plans only in cash or check, made payable to Haley Ward, Inc. This deposit will be refunded to document holders of record who return the Bidding Documents to the Engineer in good condition within fourteen (14) days after the opening of Bids. All requests for mailing Bidding Documents shall be accompanied by a separate, nonrefundable handling and mailing fee in the amount of Twenty-Five Dollars ($25.00) in cash or a separate check made payable to Haley Ward, Inc. One (1) set of Bidding Documents will be furnished for the deposit and mailing fee stated. Complete instructions for filing Bids are included in the Instructions to Bidders. Every Bid shall be submitted in full accordance with those Instructions to Bidders. Bids shall be valid only when accompanied by all of the following: (1) a fully completed and properly executed "Bid Form for General Bid"; (2) Bid security in the amount of five percent (5%) of the amount bid, in a form as described in the Instructions to Bidders and made payable to the "Town of Natick Select Board.” Attention of the Bidder is called to the requirements for minimum prevailing wage rates to be paid under this Contract and the reporting associated thereto. Minimum prevailing wage rates are required as per M.G.L, c, 149, §§ 26 to 27D, inclusive. Minimum prevailing wage rates determined by the Commissioner are as contained in the Supplementary Conditions section of the Contract Documents. Bids for this Contract are subject to the provisions of M.G.L. c. 30, §39M. The Successful Bidder will be required to furnish a Payment and Performance Bond, with a surety company which is acceptable to Owner, each in the amount of one hundred percent (100%) full amount of the Contract. Contract payment will be by the unit price and lump sum price method as indicated on the Bid Form. No Bidder may withdraw his Bid for a period of thirty (30) days after the date designated above for the opening. The Owner reserves the right to reject any or all Bids or to accept any Bid deemed by it to be in the best interest of the Town of Natick, and, to the extent permitted by law, to limit the extent of the work to keep within the limits of available funds. The award of any Contract pursuant to this Invitation for Bids is subject to appropriation by Natick Town Meeting. Bidder’s attention is directed to the Non-Discrimination in Employment and Affirmative Action Program requirements of this Contract. The requirements of these programs are explained in the Instructions to Bidders and in Part I of the Supplementary Conditions of the Contract. This Contract includes a price adjustment clause for gasoline and diesel fuel, Portland cement and liquid asphalt used on-site from start through the completion date, as contained in Section 01015 – Price Adjustments for Specific Materials. TOWN OF NATICK Select Board Paul R. Joseph, Chair Michael J. Hickey, Jr., Vice Chair Bruce T. Evans, Clerk Kathryn M. Coughlin Richard Sidney Town Administrator James Errickson Interim Director of Public Works Bill Spratt HALEY WARD, INC. ENGINEERS Maynard, MA 01754-2097
Bid Protests Not Available