BYLT™ PASSPORT™ NEWS | Data, Analytics, Alerts & Weather
News Everyday. Real Time News and Industry Market Data. Powerful News.


890355 ADVERTISEMENT FOR BIDS CITY OF NORWICH NORWICH PUBL


Spacer
890355 ADVERTISEMENT FOR BIDS CITY OF NORWICH NORWICH PUBLIC UTILITIES INVITATION FOR BIDS FOR THE COUNTRYSIDE DRIVE ASSOCIATION WATER SYSTEM CONSOLIDATION BID NO. 7673 Sealed bids for Countryside Drive Association Water System Consolidation will be received at the Office of the Purchasing Agent at City Hall, 100 Broadway, Norwich, Connecticut 06360 until 2:00 PM on May 6, 2021, prevailing time at which time they will be publically opened and read aloud. The date of the general bid opening will be made at least 30 days from the publication of the formal advertisement. All bidding is by sealed bids and bids received will be safeguarded until publicly opened. The Contract generally consists of the installation of approximately 2,600 linear feet of ductile iron and polyethylene water main piping, services, and appurtenances, the demolition of an existing well house, and the abandonment of an existing community well system within the Countryside Drive Association neighborhood along Lawler Lane, Evergreen Street, and Sunrise Street in Norwich, Connecticut. Bid Documents may be downloaded at the following locations: City of Norwich State of Connecticut https://portal.ct.gov/DAS/Procurement/Contracting/DAS-Procurement-State-Contracting- Portal-for-Contracts Bid Documents are available digitally only. Neither the Owner nor Engineer will be responsible for full or partial sets of Bid Documents obtained from any other source. A pre-bid meeting will be held on April 9, 2021 at 10:00 AM at #27 Evergreen Street, Norwich, CT 06360. Attendance is not mandatory. Questions regarding this bid must be submitted in writing to Bob Castronova, Purchasing Agent, at rcastronova@cityofnorwich.org or by facsimile to (860) 823-3812, no later than April 16, 2021 at 5:00 PM EST. Answers will be provided no later than the end of business on April 23, 2021. Addenda to bid documents may be issued up to 5 days prior to the bid opening and will be posted on the City of Norwich and State of Connecticut DAS websites. It is the responsibility of bidders to view all addenda. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a loan from the State of Connecticut Drinking Water State Revolving Fund. Neither the State of Connecticut nor any of its Departments, agencies, or employees is or will be a party to this invitation for bids or any resulting contract. This procurement will be subject to the requirements contained in subsections (h), (j) and (o) of Section 22a-482-4 of the RCSA. The Bidder for this project shall hold and provide evidence of a current DAS contractor pre-qualification certificate (not a predetermination letter) for [”]Site Work[”] or [”]Sewer and Water Lines[”] from the Department of Administrative Services (DAS) of the State of CT according to CGS Section 4b-91. Bidders shall submit with their bids copies of DAS contractor prequalification certificates along with the current Update Bid Statements. In addition, any named subcontractor whose subcontract value is greater than $500,000 may work as a subcontractor on a project, provided that at the time of the bid submission, the subcontractor is prequalified by DAS in accordance with CGS Section 4a- 100. The bidder must submit with their bid, all applicable Subcontractor DAS Prequalification Certificates. Any bid submitted without a copy of the DAS Prequalification Certificate and an Update Bid Statement for the bidder and DAS Prequalification Certificate for Subcontractors whose subcontract value is greater than $500,000 shall be invalid. If you have any questions regarding these requirements contact the State of CT, DAS or visit their website at www.das.state.ct.us. Bid surety in the form of cash, a certified check or bid bond in the amount of five percent 5% of this bid is required. The successful bidder shall also furnish a 100% Performance Bond and a 100% Payment Bond. The successful bidder shall be required to submit documentation that all employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least ten (10) hours in duration. Any employee found on a worksite subject to this section without documentation of successful completion of a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least ten (10) hours in duration shall be subject to immediate removal. Contracts for work under this Proposal will obligate the Contractor and Subcontractors not to discriminate in employment practices. Attention is called to the fact that no less than the minimum salaries and wages as set forth in the contract documents must be paid on this project. Responding bidders must ensure that employees and applicants for employment are not discriminated against because of their race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, intellectual disability, mental disability or physical disability, including, but not limited to, blindness, unless it is shown by such bidder that such disability prevents performance of the work involved. Minority Business Enterprise (MBE) and Women[”]s Business Enterprise (WBE) policies of the State of Connecticut are applicable to this Contract. The fair share construction goals for minority business enterprise (MBE) and women[”]s business enterprise (WBE) participation for this contract is a minimum of three percent (3%) MBE participation and five percent (5%) WBE participation, applicable to the total dollars paid to the SRF loan funded portion of this contract. The Bidder shall take all affirmative steps necessary to achieve this goal, and shall provide reports documenting the portion of contract and subcontract dollars paid to minority and women owned businesses, and its efforts to achieve the goals, with each invoice submitted or at such greater intervals as specified by the Owner. The bidder shall require similar reports from its subcontractors. Failure to meet or exceed the required percentage shall render a bid non-responsive and cause the rejection of the Bid. Clean Water Fund Memorandum 2016-003 (CWFM) dated May 25, 2016 must be completed and submitted with the Bid, or that Bid will be deemed nonresponsive. The project is subject to American Iron and Steel requirements. Guidance information, definitions, and covered iron and steel products can be found on the EPA website: https://www.epa.gov/cwsrf/state-revolving-fund-american-iron-and-steel-ais-requirement Norwich Public Utilities reserves the right to reject any or all bids, in whole or in part, to award any item, group of items, or total bid, and to waive any informality in the bids received if it deems it to be in the best interest of the Norwich Public Utilities to do so. No Bidder may withdraw their bid within 120 days after the actual date of bid opening thereof. Should there be reason why the contract cannot be awarded within the specific period, this time may be extended by mutual agreement between the City and the designated, qualified low Bidder. Owner and/or Engineer may make such investigations as deemed necessary to determine the ability of Bidder to perform the work and the Bidder shall furnish to Owner all such information for this purpose as Owner may request. Bid will be awarded to the low, responsive and responsible/qualified Bidder. No award will be made to any Bidder who cannot meet all of the following requirements. Bidder: a. Shall not have defaulted on any contract within three years prior to the bid date. b. Shall maintain a permanent place of business. c. Shall have adequate personnel and equipment to perform the work expeditiously. d. Shall have suitable financial status to meet obligations incident to the work. e. Shall have appropriate technical experience satisfactory to Owner in the class of work involved. f. Shall be registered with the Secretary of the State of Connecticut to do business in Connecticut. g. Shall not have failed to perform satisfactorily on contracts of a similar nature. h. Shall not have failed to complete previous contracts on time. The Contract Time shall commence twenty (20) days following the Effective Date of the Agreement and the contractor shall fully complete all work called for under the contract agreement in all parts and requirements within 120 calendar days (excluding any days between December 1 and March 31 if applicable). Liquidated damages in the amount of $500 per calendar day shall be assessed upon failure to meet the milestone dates stipulated, in addition to substantial and final completion dates. To the extent that time lines may overlap, the assessment of liquidated damages will be limited to the contractually prescribed rate of $500 per calendar day. Bidders are hereby notified that the award of the contract for construction of this project is contingent upon the Owner[”]s receipt of approval of authorization to award construction contract from the State Department of Public Health, and funding commitment from the State of Connecticut. It is the intention of the Owner to award the Contract to the low, responsive and responsible/qualified bidder. Federal Minimum Wage Rates (Davis-Bacon), including reporting requirements as determined by the United States Department of Labor under the Davis-Bacon Act apply to any project whose total cost is greater than $2,000. State of Connecticut prevailing wage rates are to be paid for this project. When there is a conflict between the Federal and State Wage Rates, the higher wage rate shall apply. Bidders and subcontractors are required to ensure equal opportunity employment as noted in the Governor[”]s Executive Orders 3, 16 and 17. Bidders and subcontractors on this work will be required to comply with the President[”]s Executive Order No. 11246 and any amendments or supplements to that Executive Order and with Executive Order No. 12549 and CGS 31-53a. Bidders and subcontractors on this work will be required to comply with federal regulation 2 CFR 200.216 All final awards of the bid subject to comply with Ordinance No. 1235 adopted December 3, 1991. All bids must be submitted in a sealed envelope bearing the bidder[”]s name and bid number. Responding bidders must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, age, handicap, familial status, sex, or national origin. Robert R. Castronova PURCHASING AGENT NOTE: BIDDERS ARE HEREBY ADVISED THAT ONLY BID SURETIES FOR THE THREE LOWEST BIDDERS WILL BE HELD. ALL OTHERS WILL BE RELEASED WITHIN SEVEN DAYS.
…. More

#unicef #fundraise #advertisement

SPONSORED BY

PASSPORT™ BYLT™ & PARTNER COMPANIES


BYLT & The Portfolio Of Partners Is Happy To Say It Has Been Acquired For Expansion. We Will Be On Break While The Move And Upgrade To New Infrastructure & Portfolio Products And Companies That Have Been Completed Over The Years Begin To Roll Out While Regulatory Approvals Finalize .

If You Need The Service Or Press Version, PASSPORT™ Progressive App or PASSPORT™ OS™. Call, Contact, Or Email With Any Questions.

See You Soon!!!

This will close in 0 seconds