State Bid

Last Updated on 16 Jan 2024 at 1 PM
IFB
Natick Massachusetts

IFB: Bacon Street 12" Wat. Main Rep. (Avail. Haley Ward (not Town) beg. 1/24/23. Don't req. till the

Solicitation ID 892
Posted Date 16 Jan 2024 at 1 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 CONTRACT NO. W-165 BACON ST 10” WATER MAIN REPLACEMENT 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"), invites sealed Bids for the General Contract from responsible and eligible bidders for the Bacon St 10” Water Main Replacement project. Sealed Bids shall be received for the General Contract until THURSDAY, February 8, 2024, 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 at the following link: https://us06web.zoom.us/j/84943837474 Meeting ID: 849 4383 7474 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. W-165 BACON ST 10” WATER MAIN REPLACEMENT.” The Work of this Contract is located in the Town of Natick, MA, on Bacon Street and includes tie-ins at various side streets. The water main replacement work is from the intersection of Oak Street to the intersection of Marion Street approximate 2,600 linear feet of new 12” ductile iron pipe. Work also includes replacement of water services and all appurtenances. The remaining work area on Bacon Street includes replacing water services, two (2) new 10-inch ductile water main spot repairs and new 10 inch water main under a drain culvert pipe. 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 8:00 A.M. local time on WEDNESDSAY, January 24, 2024. 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.” 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 Bruce T. Evans, Chair Kathryn M. Coughlin, Vice Chair Richard Sidney, Clerk Paul R. Joseph Kristen L. Pope Town Administrator James Errickson Executive Director, Natick Public Works and Natick Public Facilities William Spratt Director, Natick Public Works John Westerling HALEY WARD, INC. ENGINEERS Maynard, MA 01754-2097
Bid Protests Not Available

Similar Opportunities

Massachusetts 31 Jul 2025 at 10 PM
FY26-FY28 Pavement Markings Sealed bids for FY26-FY28 Pavement Markings, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Pavement Markings, Bid#2025-45DPW”. The work under this contract shall include furnishing the necessary labor, transportation, tools, equipment, materials, and appurtenances to install pavement markings as required by the City. The locations for the pavement markings will be as directed by the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 7 PM