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


Invitation To Bid


Spacer
PURCHASING DEPARTMENT CHICOPEE, MASSACHUSETTS ADVERTISEMENT FOR BIDS Sealed Bids for the construction of the “Jones Ferry Wastewater Pump Station Improvements Phase 2” will be received by the Purchasing Department at the City Hall, 274 Front Street, Chicopee, MA 01013 until 11:00 a.m. local time on April 7, 2021 at which time the Bids received will be publicly opened and read aloud. Sealed Bids must have outer envelope marked as “Bid No. 21-08 Jones Ferry Wastewater Pump Station Improvements Phase 2, Chicopee, Massachusetts.” Sealed Bids from Subcontractors addressed as referenced above will be received by the Purchasing Department at the City Hall, 274 Front Street, Chicopee, MA 01013 until 11:00 a.m. local time on March 31, 2021 at which time the Bids received will be publicly opened and ready. Sub-Bids with the required Bid deposit will be received for the following items of work: Subtrades Electrical HVAC Miscellaneous and Ornamental Iron The work consists of pump, piping, bubbler level detection system, and slide gate replacements, external pump station bypass pumping provisions, wet well modifications, magnetic flow meter, wet well channel grinder (Bid Alternate No. 1), and various structural, electrical, and HVAC improvements. Bids shall be on a lump sum basis, with additive alternate bid items as indicated in the Bid Form. The timeframe for Contract completion shall be as indicated in Section 00520. All Bids for this project are subject to the provisions of Massachusetts General Laws Chapter 149, Section 44A – 44J inclusive or as amended. In accordance with Section 44D of Chapter 149 of the General Laws of Massachusetts as amended, the prospective General Bidders and Filed Sub-Bidders must submit with their Bid, a certificate of eligibility issued by the Division of Capital Asset Management and Maintenance (DCAMM), showing that the Bidder has been approved to bid on projects of the size and nature as advertised herein. Prospective General Bidders and Filed Sub-Bidders must also submit an updated statement summarizing their record for the period between the latest DCAMM certificate and the date of the Bid submittal. The DCAMM certificate of eligibility to be submitted by the General Bidder shall be for the category of work defined as “Pumping Stations” or “Sewage and Water Treatment Plants.” The DCAMM certificate of eligibility to be submitted by the Filed Sub-Bidders shall be for the category of work for which they are submitting a Bid. Bidding Documents may be obtained electronically from the Tighe & Bond website at: http://www.tighebond.com/Projects_Out_to_Bid.php Prospective bidders must complete a one-time registration process on the web site in order to receive log-in credentials. Bidders must log in to the web site to download bidding documents for the project. Bidders will be added to the “planholders” or prospective bidders list upon downloading the bidding documents for the project. A bid deposit shall be furnished in accordance with the Instructions to Bidders. A 5% bid deposit shall be furnished in accordance with the Instructions to Bidders. The time period for holding Bids, where Federal approval is not required is 30 days, Saturdays, Sundays and legal holidays excluded, after opening of Bids and where Federal approval is required, the time period for holding Bids is 30 days, Saturdays, Sundays and holidays excluded after Federal approval. This project is to be funded in part by the Massachusetts Clean Water Trust (the ‘Trust’). Section 00800 contains the funding program construction contract requirements, all of which shall be applicable to this Contract. The project requires compliance with the Massachusetts Department of Environmental Protection Diesel Retrofit Program by use of after-engine emission controls that are EPA certified, or their equivalent, on all of the off-road (non-registered) diesel vehicles/equipment used at the job site. Disadvantaged Business Enterprise (DBE) goals are applicable to the total dollars paid to the construction contract. The goals for this project are a minimum of 4.2 percent D/MBE participation and 4.5 percent D/WBE participation by certified DBEs. The two low bidders shall submit completed DBE forms (EEO-DEP-190C, EEO-DEP-191C and the DBE Certification of United States Citizenship form) by the close of business on the third business day after bid opening. Failure to comply with the requirements of this paragraph may be deemed to render a proposal non-responsive. No waiver of any provision of this section will be granted unless approved by the Department of Environmental Protection (MassDEP). Minimum Wage Rates as determined by the Executive Office of Labor and Workforce Development under the provision of the Massachusetts General Laws, Chapter 149, Sections 26 to 27D, as amended, apply to this project. 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. Federal Minimum Wage Rates as determined by the United States Department of Labor under the Davis-Bacon Act also apply to this project. The project is subject to the American Iron and Steel (AIS) requirement of Section 436 of Public Law (P.L.) 113-76, Consolidated Appropriations Act, 2014, which requires that all of the iron and steel products used in the project are produced in the United States. Section 00800 contains further information on applicable iron and steel products and compliance. A virtual administrative pre-Bid conference will be held on March 17, 2021 at 10:00 AM. Access to this meeting is provided by calling 1-978-703-6483 with the access code 68301055#. An in-person pre-Bid site visit will be conducted at the Jones Ferry Wastewater Pump Station on March 18, 2021 between 9:00 AM and 11:00 AM. The number of people allowed within the pump station at one time will be limited to six (6) people. Attendees will be required to comply with the “Sector Specific Workplace Safety Standards for Construction Sites to Address COVID-19.” CITY OF CHICOPEE, MASSACHUSETTS Consulting Engineer: Tighe & Bond, Inc. 53 Southampton Road Westfield, MA 01085 413-562-1600

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