Contractors
Bids and Proposals

General Requirements

Bid/Contract documents may be obtained from the Chief Procurement Officer. Call 413-452-1300, or email the Chief Procurement Officer at Bids@waterandsewer.org.

Every bid must be:
  • Submitted on Bid/Contract documents obtained from the Chief Procurement Officer.
  • Signed by the bidder.
  • Placed in a sealed envelope.
  • Filed at the Procurement Office at 250 M Street Extension, Bondi's Island, Agawam MA prior to the Bid Opening Time and Date as stated in the advertisement and noted on the Bid/Contract document.

Requirements and Conditions

The attention of all bidders is directed to the provisions of the Bid/Contract documents and specifically to the requirements for bid deposits, insurance and performance bonds as may be applicable. A bid deposit of 5 percent of the total bid may be required (as indicated). This must be in the form of a bid bond, certified check, treasurer’s or cashier’s check issued to the Springfield Water and Sewer Commission. A performance bond may be required of the successful bidder as security to guarantee the faithful performance of the contract. The performance bond shall be payable to the Springfield Water and Sewer Commission and issued by a surety company authorized to do business in Massachusetts and satisfactory to the Commission, or in the form of a certified check, treasurer’s, or cashier’s check issued by a responsible bank or trust company. The penal sum of such bond or amount of such check shall be in the sum of 100 percent of the contract price.

The Chief Procurement Officer reserves the right to reject any and all bids, or any item or items of the bid, and to waive technical defects which are not of a substantive nature if the Commission should determine that it is in the best interest of the Commission to do so.

Construction Project Requirements
  • Bids must be accompanied by a bid deposit, certified check, treasurer’s or cashier’s check, or in the form of a bid bond in the amount of 5% of Bid payable to and to become the property of the Commission if the bid, after acceptance, is not carried out. The bid deposit is to be returned only when all stated conditions of the Contract document are carried out. In addition, a performance bond and also a labor and materials payment bond, each of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Chief Procurement Officer, and each in the sum of 100% of the contract price, must be submitted within the time specified in the Contract document.
  • Bids must be submitted within the time specified in the Contract document. Bids must be submitted on the forms obtained from the Chief Procurement Officer Springfield Water and Sewer Commission, 250 M Street Extension, Agawam, MA 01001 and must be submitted in sealed envelopes to the Chief Procurement Officer clearly marked with the Bid Contract number and name.
  • Bid will be publicly opened and read at the Bid Room of the Chief Procurement Officer on the date specified for the specific bid. There may be a non-refundable charge for each set of contract documents taken out. If the bidder neglects to bid on each and every item, it may lead to the rejection of the bid.
  • The rate of wages paid to mechanics, teamsters, chauffeurs, and laborers in the work to be performed under the contract shall not be less than the rate of wages in the schedule determined by the Commission of Labor and Industries of the Commonwealth, a copy of which schedule is annexed to the form of contract referred to herein. Copies of said schedule may be obtained, without cost, upon applications therefore at the office of the Chief Procurement Officer.
  • Before commencing performance on the contract, the contractor shall provide by insurance for the payment of compensation and the furnishing of all other benefits under Chapter 152 of the General Laws (The Workmen’s Compensation Law, so called) to all persons to be employed under the contract and shall continue such insurance in full force and effect during the term of the contract. Attention is called to Chapter 370 of the Acts of 1963, which must be strictly complied with.
  • These are general bid guidelines. The individual requirements for each bid will be contained in the specific bid package. The Chief Procurement Officer reserves the right to reject any and all bids, or any item or items of the bid, and to waive technical defects which are not of a substantive nature if the Commission should determine that it is in the best interest of the Commission to do so.

Requests for Proposals for Professional Services being sought by the Commission

Description

Bid No. 24-60: Price Agreement for Solid Waste Removal                                                                               

The Springfield Water and Sewer Commission, through its Chief Procurement Officer, is seeking bids from qualified Vendors to enter into a price agreement for the weekly removal of solid, non-hazardous, waste at various Commission locations. Qualified vendors must have a minimum of 5 years of experience proving commercial dumpster pickup and removal services.                                   
The term of the Contract(s) shall be for One (1) Year with 2- One year in length Renewals. The amount of the contract(s) will be for an amount not to exceed $150,000.00 per year.                                                                                                                                                                                               
All questions must be made in writing and submitted via email to sara.tetrault@waterandsewer.org no later than 03/14/2024 at 4:00 P.M. in order to be considered.


MGL Ch. 30B §5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

03/21/2024 @ 2:00 PM EST

Not to exceed $150,000.00

TBD

TBD

Description

Bid No. 24-56: Purchase and Delivery of Liquid Phosphoric Acid (75%)                                                   


The Springfield Water and Sewer Commission , through its Chief Procurement Officer, is seeking bids from qualified Vendors for the purchase of approximately 300,000 pounds of liquid phosphoric acid (75%). This material will be supplied in bulk liquid deliveries of approximately 45,000 pounds each to the West Parish Filters Treatment Plant, located at 1515 Granville Rd, Westfield, MA 01085-4046. Up to two (2) vendors will be awarded a contract. The decision to award more than one contract will be based on the needs of the Commission.


The term of the Contract(s) shall be for One (1) Year with 2- One year in length Renewals. The amount of the contract(s) will be for an amount not to exceed $260,000.00 per year.                                                                                                                                                                                               
All questions must be made in writing and submitted via email to sara.tetrault@waterandsewer.org no later than 03/07/2024 at 4:00 P.M. in order to be considered



MGL Ch. 30B §5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

03/14/2024 @ 2:00 PM EST

Not to exceed $260,000.00

TBD

TBD

Description

Bid No. 24-51: CONSTRUCTION OF WEST PARISH WATER TREATMENT PLANT CAPITAL PROJECT   


Sealed bids for SELECTED SUB TRADES are requested by the Springfield Water and Sewer Commission’s (“Commission”) Chief Procurement Officer.  Bidding procedures are per Massachusetts General Laws (MGL) Chapter 149 as amended and other applicable statutes. This project is funded by the EPA’s Water Infrastructure Finance and Innovation Act (WIFIA) and Drinking Water State Revolving Fund (DWSRF) and Bidder’s attention is drawn to the WIFIA and DWSRF requirements contained in the bidding documents.


Bids for the following subcontractors only **Elevators, Lathing and Plastering, and Resilient Flooring** will be accepted by the Commission’s Chief Procurement Officer at the Springfield Water and Sewer Commission John J. Lyons Administration Building, 250 M Street Ext., Agawam, MA until 2:00PM EST on April 2, 2024, at which time they will be publicly opened and read.  


WEST PARISH WATER TREATMENT PLANT. The Project is construction of a 65-mgd firm capacity dissolved air flotation (DAF) filtration water treatment plant, including raw and treated water conveyance, chemical storage and feed equipment, dewatering facility, new electrical feed and emergency generator, workshop, laboratory, other administrative spaces, and site improvements. The site of the Project is located on the existing West Parish Filters site at 1515 Granville Road, Westfield, Massachusetts. The Commission anticipates work on the Project will commence in June of 2024, and construction will be completed within 1,537 calendar days from the date of the notice to proceed to the GC. The Project is estimated not to exceed $256 Million.   


**PLEASE BE ADVISED ONLY THE THREE (3) LISTED FILED SUB TRADES (Elevators, Lathing and Plastering, and Resilient Flooring) ARE AVAILABLE TO THE GENERAL PUBLIC. ALL OTHER TRADES, INCLUDING GENERAL CONTRACTOR, HAVE BEEN PREVIOUSLY PREQUALIFIED AND ARE INVITATION ONLY.**


There is an OPTIONAL site visit scheduled for 3/13/24 at 10:00 A.M. All FSB questions are due 3/20/24, and all GC questions are due by 4/24/24 at 4:30 P.M. in order to be considered (theo.theocles@waterandsewer.org). The project is funded by WIFIA and the DWSRF.


Bid Forms and Contract Documents will be available on February 28, 2024 online at www.biddocsonline.com (may be viewed electronically and downloaded at no cost) or hard copies may be purchased at Nashoba Blue, Inc. at 433 Main Street, Hudson, MA 01749 (978-568-1167).  Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for UPS Ground (or $65.00 per set for UPS overnight), payable to BidDocs ONLINE Inc. to cover mail handling costs (these costs are estimated and are subject to increase).


Contractor must agree to pay Davis Bacon wage rates or MA Prevailing Wage rates whenever applicable. The SWSC reserves the right to waive any informality in, or to revoke, any or all bids, if in the public interest to do so.


MGL Ch. 149

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

04/02/2024 @ 2:00 PM EST

Not to exceed $256,000,000.00

TBD

TBD

Description

Bid No. 24-01: 42-inch PCCP Raw Water Conveyance Pipeline and EDV Facility Capital Project   

                 

   

 Sealed bids for a Prime Contractor contract are requested by the Springfield Water and Sewer Commission’s (“Commission”) Chief Procurement Officer.  Bidding procedures are per Massachusetts General Laws (MGL) Chapter 30§39M as amended and other applicable statutes. This project is funded by the EPA’s Water Infrastructure Finance and Innovation Act (WIFIA) and Contractor’s attention is drawn to the WIFIA requirements contained in the bidding documents.


Bids for Prime/General Contractor will be accepted by the Commission’s Chief Procurement Officer at the Springfield Water and Sewer Commission John J. Lyons Administration Building, 250 M Street Ext., Agawam, MA until 2:00PM EST on April 5, 2024, at which time they will be publicly opened and read.  


42 INCH PCCP RAW WATER CONVEYANCE PIPELINE AND EDV FACILITY. The Work includes, but is not necessarily limited to, the following major items: Repairs to 42-inch prestressed concrete cylinder pipe raw water conveyance pipeline along the 9,300 foot length of the pipeline (internal and external), as well as the replacement of eighteen (18) pipe segments, replacement of eleven (11) existing manways, installation of two (2) new manways, and rehabilitation of two (2) existing manways, installation of thirteen (13) new and replacement of one (1) existing combination vacuum/air release valves; and installation of fifteen (15) new precast concrete vaults at manways. The Project is estimated not to exceed $22.6 Million.   


An optional pre-bid meeting has been scheduled for March 6, 2024, at 10:00 A.M. The pre-bid meeting will be held at 1515 Granville Road, Westfield, MA. Bidders are strongly encouraged to attend the site visit.  Site Visit contact: (Contact: Rhonda Pogodzienski at Rhonda.pogodzienski@aecom.com).


Bid Forms and Contract Documents will be available for pick-up at www.biddocsonline.com on February 21, 2024, online at www.biddocsonline.com (may be viewed electronically and hard copy requested) or at Nashoba Blue, Inc. at 433 Main Street, Hudson, MA 01749 (978-568-1167).  Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for UPS Ground (or $65.00 per set for UPS overnight), payable to BidDocs ONLINE Inc. to cover mail handling costs (these costs are estimated and are subject to increase).


Contractor must agree to pay Davis Bacon wage rates or MA Prevailing Wage rates whenever applicable. The SWSC reserves the right to waive any informality in, or to revoke, any or all bids, if in the public interest to do so. All questions regarding bid or its specifications must be made in writing and received by the Chief Procurement Officer by March 22, 2024, 4:30 P.M. in order to be considered (contact: theo.theocles@waterandsewer.org).




MGL Ch. 30 § 39M

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

04/05/2024 @ 2:00 PM EST

Not to exceed $22,600,000.00

TBD

TBD

Description

Bid No. 24-47: Invitation for Bids; Provin Mountain Reservoir 3 and 4 Improvements (Re-Bid)                           

                                                                             

Sealed bids for a Prime Contractor contract are requested through the Springfield Water and Sewer Commission Chief Procurement Officer. Bidding procedures are per Massachusetts General Laws (M.G.L.) Chapter 30§39M as amended and other applicable statutes (a 5% bid bond is required of all bidders).


Bids for Prime/General Contractor will be accepted at Springfield Water and Sewer Commission, John J. Lyons Administration Building, Attn:  Theo G. Theocles Esq., Director of Legal Affairs/Chief Procurement Officer, 250 M Street Extension, Agawam, MA 01001 until 2:00PM EST on March 7, 2024, at which time they will be publicly opened and read.


Provin Mountain Reservoir 3 and 4 Improvements. The Work includes, but is not necessarily limited to, the following major items: Extension of 34 access manholes with watertight locking hatches, installation of polyolefin waterproofing tape and epoxy adhesive on approximately 2,500 linear feet of buried storage tank roof slab joint, including excavation and restoration, Installation of approximately 1,550 linear feet of chain link fence and demolition of approximately 850 linear feet of existing chain link fence, installation of flanged ductile iron piping and bends with concrete bulkheads, concrete cradles, concrete splash pads, bituminous pavement, and stainless-steel mesh screens on 2 existing overflow pipe headwalls, and loam and seed of disturbed areas. Successful Contractor will be required to furnish the Commission with both a 100% Performance Bond and 100% Payment Bonds at the time of contract execution.


PRE-BID CONFERENCE. Optional Pre-Bid Conference will be held February 6, 2024, at 10:00A.M., at the Provin

Mountain Reservoir, 1121 N West Street, Feeding Hills, MA 01030. Contact: mark.johnson@waterandsewer.org.


Contractor must agree to pay MA Prevailing Wage rates whenever applicable. The Commission reserves the right to waive any informality in, or to revoke, any or all bids, if in the public interest to do so. All questions regarding bid or its specifications must be made in writing and received by the CPO by February 29, 2024, 4:30 P.M. in order to be considered (contact; theo.theocles@waterandsewer.org).                                                                                                                                                                                                                                                                             


MGL Ch. 30 § 39M

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

03/07/2024 @ 2:00 PM EST

Not to exceed $1,200,000.00

TBD

TBD

Description

Bid No. 24-52: Invitation for Bids; Price Agreement for Laboratory Testing                                                                               

The Commission is seeking bids from qualified vendors to perform laboratory testing services. The selected vendor will provide services to the SWSC and an on-call as needed basis during the term of this agreement.                                                                                                                                                  

The term of the Contract shall be for One (1) Year with 2- one year in length renewals. The amount of the contract will be for an amount not to exceed $100,000.00 per year. All questions must be made in writing and received by the Office of Procurement no later than February 29, 2024 at 4:30 P.M. in order to be considered (theo.theocles@waterandsewer.org).


Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at theo.theocles@waterandsewer.org 


MGL Ch. 30B 

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

03/11/2024 @ 2:00 PM EST

Not to exceed $100,000.00

TBD

TBD

Description

Bid No. 24-48: Request for Proposals; Printing, Folding, Stuffing, and Mailing of Water and Sewer Bills.                                                                                


The Commission is seeking proposal from a vendor to print, fold, stuff and mail water and sewer bills. There are approximately 33,000-36,000 statements each month.                                                                                                                                                    

The term of the Contract shall be for One (1) Year with 2- one year in length renewals. The amount of the contract will be for an amount not to exceed $275,000.00 annually, this amount includes postage. All questions must be made in writing and received by the Office of Procurement no later than February 6, 2024 at 4:00 P.M. in order to be considered (Raemarie.walker@waterandsewer.org).


Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at  Raemarie.walker@waterandsewer.org 


MGL Ch. 30B § 6

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

02/13/2024 @ 2:00 PM EST

Not to exceed $275,000.00

TBD

TBD

Description

Bid No. 24-43: Invitation for Bids; Service Contract for Cleaning at the John L. Lyons Administration Building 

                                                                                                            

The Springfield Water and Sewer Commission (hereafter; “SWSC” or the “Commission”), through its Chief Procurement Officer, is seeking bids from qualified Vendors for Cleaning Services at the John J. Lyons Administration Building, located at 250 M Street Extension, Agawam, MA 01001. The Vendor shall perform cleaning services on an office building that is approximately 10,000 square feet, and is equipped with a kitchenette/breakroom and Four (4) bathrooms. Services will be broken down by daily, weekly, and monthly tasks, as well as on-call/ as-needed services.


A single vendor will be awarded a contract. The term of the Contract shall be for One (1) Year with 2- One year in length Renewals. The amount of the contract will be for an amount not to exceed $50,000.00 per year.


All questions must be made in writing and submitted via email to the CPO Theo.Theocles@waterandsewer.org no later than 02/01/2024 at 4:00 P.M. in order to be considered.


The Chief Procurement Officer/designee reserves the right to reject any and all bids if it is in the best interest of the SWSC to do so.

                                                                                                                

MGL Ch. 30B 

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

02/08/2024 @ 2:00 PM EST

Not to exceed $50,000.00/Annually

TBD


TBD

Description

Bid No. 24-42: Invitation for Bids; Price Agreement for Sodium Hydroxide

                                                                                                            

The Springfield Water and Sewer Commission (hereafter; “SWSC” or the “Commission”), through its Chief Procurement Officer, is seeking bids from qualified Vendors for Sodium Hydroxide as pH Control for Water Systems. The selected vendor will supply the SWSC approximately 400 tons, dry weight (Na2O), of liquid caustic soda 50% (diaphragm grade) to West Parish Filters Treatment Plant, located at 1515 Granville Road, Westfield MA 01085-4046. Up to two (2) vendors will be awarded a contract.                                                                                                 

The term of the Contract shall be for One (1) Year. The amount of the contract will be for an amount not to exceed $390,000.00 per year.


All questions must be made in writing and submitted via email to the APO raemarie.walker@waterandsewer.org no later than 01/25/2024 at 4:00 P.M. in order to be considered.


The Chief Procurement Officer/designee reserves the right to reject any and all proposals if it is in the best interest of the SWSC to do so.

                                                                                                                

MGL Ch. 30B 

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

02/02/2024 @ 2:00 PM EST

Not to exceed $390,000.00

TBD

TBD

Description

Bid No. 24-41: Invitation for Bids; ; Price Agreement for Liquid Chlorine

                                                                                                            

The Springfield Water and Sewer Commission (hereafter; “SWSC” or the “Commission”), through its Chief Procurement Officer (“CPO”), is seeking bids from qualified Contractors/Vendors for Liquid Chlorine. The Liquid Chlorine will be used in the disinfection of treated municipal drinking water. The selected vendor will supply the SWSC on an as needed basis during the term of this agreement to West Parish Filters, located at 1515 Granville Road Westfield, MA 01085-4046.   

                                                                                                 

The Vendor shall provide a gradation analyses and other documentation needed to illustrate that the materials meet the specifications. The term of the Contract shall be for One (1) Year in length. The amount of the contract will be for an amount not to exceed $250,000.00 per year. Bidders are required to provide pricing on all categories/delivery sizes listed in bid specifications on order to be considered for contract award.


All questions must be made in writing and submitted via email to the CPO theo.theocles@waterandsewer.org no later than 01/25/2024 at 4:30 P.M. in order to be considered.


The Chief Procurement Officer/designee reserves the right to reject any and all proposals if it is in the best interest of the SWSC to do so.

                                                                                                                

MGL Ch. 30B 

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

02/01/2024 @ 2:00 PM EST

Not to exceed $250,000.00

TBD

TBD

Description

SWSC RFQ NO. 24-21 REQUEST FOR QUALIFICATIONS FOR SUBCONTRACTORS &
SWSC RFQ NO. 24-22 REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS

                                                                                                            

Please be advised that the Springfield Water and Sewer Commission (Commission) has reviewed and ranked all submitted Statements of Qualifications for RFQ No. 24-21 and RFQ No. 24-22. The following firms have been prequalified:

·         General Contractors:

 Joint Venture: C.H. Nickerson & Company, Inc. and O&G Industries, Inc.

 Joint Venture: Barletta Heavy Division, Inc. and J.F. White Contracting Co.

 MWH Constructors, Inc. 

Walsh Construction Company II, LLC                                                                                                              

·         Subcontractors:

-  Acoustical Tile:

 H. Carr & Sons, LLC

 Cheviot Corporation

Rocky’s Acoustics Co., Inc.

Central Ceilings, Inc. 

 -  Electrical:                                                                                                                     

 Wayne J. Griffin Electrical, Inc.

 Universal Electric Co.

 Collins Electric Co.

  Elm Electrical, Inc.

  J.F. White Contracting Co.

-   Fire Protection Sprinkler Systems:

Carlysle Engineering, Inc.

  SRI Fire Sprinkler, LLC

-  HVAC:

  J.F. White Contracting Co.

  B-G Mechanical Services, Inc.

 - General Mechanical Contractors, Inc.

Giliberto & Sons

 Fernandes Masonry, Inc.

 Lighthouse Masonry, Inc.

 Sullivan & Narey Construction Co., Inc.

-   Metal Windows:

 Greenfield Glass Co., Inc.

 A&A Window Products, Inc.

R&R Window Contractors, Inc.

 Chandler Architectural Products

 Kapiloff’s Glass, Inc.

-  Miscellaneous & Ornamental Iron:

The Berlin Steel Construction Company

 United Steel, Inc.

 Avid Ironworks, Inc.

 C.H. Nickerson & Co., Inc.

- Painting

Soep Painting Corp.

 Keltic Painting, LLC

 John W. Egan Co., Inc.

-  Plumbing:

  B-G Mechanical Services, Inc.

 Harding & Smith, LLC

 TJ Conway Company

 Kleeberg Mechanical Services, LLC

 Adams Plumbing & Heating, Inc.

-  Roofing and Flashing:

 J.D. Rivet & Co., Inc.

  Silktown Roofing, Inc.

 Greenwood Industries, Inc.

  Titan Roofing, Inc.

 Capeway Roofing Systems, Inc.

- Tile:

 Capital Carpet and Flooring Specialists, Inc.

 Ayotte & King for Tile

 Jantile Boston

- Waterproofing, Dampproofing, and Caulking:

  Giliberto & Sons

  The Waterproofing Company, LLC

  Beacon Waterproofing

  Superior Caulking & Waterproofing

 Folan Waterproofing & Construction

  P.J. Spillane Co.

The list of prequalified General Contractor and Subcontractor firms will be posted at the Commission’s bid room and within the Commonwealth’s state-wide COMMBUYS procurement system. Only General Contractor and Subcontractor firms prequalified for this Project will be permitted to submit bids in response to a Request for Bids (RFB) which will be issued in the second phase of the procurement process. The Commission anticipates that copies of the plans and specifications for this Project will be available to you from the Commission Issuing Office at www.biddocsonline.com on or after February 28, 2024. The Commission will, however, issue a public notice confirming the availability of the plans and specifications. The ultimate awarding of a contract resulting from the RFB is subject to the approval of the Board of Commissioners of the Commission.

The Project delivery method for construction will be design-bid-build. The Project generally consists of construction of a 65-mgd firm capacity dissolved air flotation (DAF) filtration water treatment plant, including raw and treated water conveyance, chemical storage and feed equipment, dewatering facility, new electrical feed and emergency generator, workshop, laboratory, other administrative spaces, and site improvements for access, parking, and stormwater management. The site of the Project is located on the existing West Parish Filters site at 1515 Granville Road, Westfield, Massachusetts. The Commission anticipates work on the Project will commence in June of 2024, and construction will be completed within 1,508 calendar days from the date of the notice to proceed to the General Contractor.

The Commission is an EEO/DMBE/DWBE employer, and is committed to the utilization of disadvantaged business enterprises as vendors, suppliers, and contractors in all aspects of procurement and contracting to the maximum extent feasible. DMBE and DWBE participation and minority work force goals will apply to this Project. General Contractor firms are reminded that the project is funded by the Water Infrastructure Finance and Innovation Act, as well as the Massachusetts Clean Water Trust (SRF), and are encouraged to make themselves familiar with any associated compliance requirements.

Theo G. Theocles, Esq., Director of Legal Affairs and Chief Procurement Officer
Tel No. (413) 452-1362
Theo.Theocles@waterandsewer.org


                                                                                                                

MGL Ch. 149 

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

TBD

Not to exceed $70,650,000.00

TBD

TBD

Description

Bid No. 24-39: Invitation for Bids; Purchase of Three (3) Twenty-Four Inch Submerged Butterfly Valves

                                                                                                            

The Springfield Water and Sewer Commission (hereafter; “SWSC” or the “Commission”), through its Chief Procurement Officer (“CPO”), is seeking bids from qualified Vendors to furnish and deliver Three (3) Twenty-Four Inch Submerged Butterfly valves. The selected vendor(s) will supply the SWSC on an as needed basis during the term of this agreement.  


Only a single contract will be awarded from this solicitation. The Commission may choose to purchase less than Three Valves if in the best interest of the Commission. All questions must be made in writing and submitted via email to the CPO theo.theocles@waterandsewer.org no later than 12/7/2023 at 4:30 P.M. in order to be considered.


The Chief Procurement Officer/designee reserves the right to reject any and all proposals if it is in the best interest of the SWSC to do so.

                                                                                                                

MGL Ch. 30B 

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

12/28/2023 @ 2:00 PM EST

Not to exceed $75,000.00

TBD

TBD

Description

SWSC Bid No. 24-20; IFB; ON-CALL ASBESTOS AND HAZARDOUS MATERIALS REMOVAL

                   

The Springfield Water and Sewer Commission (hereafter; “SWSC” or the “Commission”), through its CPO, is seeking bids from qualified Contractors for an on-call and as-needed Asbestos and Hazardous Materials Removal. Services may be performed in the Greater Springfield area. Abatement Projects can include abatements for single individual repairs and remodeling projects. Typical projects include, but are not limited to; wet wrapping and repair of steam piping thermal insulation, removal of steam piping thermal insulation, attic vermiculite removal, transite and asbestos doors and trim, building materials for minor renovations, including floor tiles and window caulking, lead paint remediation,


A single Contractor will be awarded a Commission contract. The term of the Contract shall be for One (1) Year with One (1) One year in length renewal options, to be exercised at it the Commissions sole discretion. The amount of the contract shall not exceed $75,000.00 per year. The bid is governed by Massachusetts General Laws (MGL) Ch.149 and other applicable procurement Statutes. Contractor must pay prevailing wages wherever applicable.


All questions must be made in writing and submitted via email to theo.theocles@waterandsewer.org no later than December 6, 2023, at 4:00 P.M. in order to be considered. The Chief Procurement Officer/designee reserves the right to reject any and all proposals if it is in the best interest of the SWSC to do so.

                                                                    

                                                                                                                             

MGL Ch. 149

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

12/13/2023 @ 2:00 PM EST

Not to exceed $75,000.00

TBD

TBD

Description

SWSC Bid No. 24-30; IFB; PURCHASE AGREEMENT FOR MEDIUM TO HEAVY-DUTY VEHICLE MAINTENANCE                                                                                                                                           

The Springfield Water and Sewer Commission (hereafter; “SWSC” or the “Commission”), through its Chief Procurement Officer, is seeking bids from qualified Fleet Service Vendors to perform Diagnostics, Repairs and Maintenance of medium and heavy-duty vehicles. The selected vendor(s) will supply the SWSC on an as needed basis during the term of this agreement. Up to two (2) vendors will be awarded a contract.


The term of the Contract shall be for One (1) Year with 2- One year in length Renewals. The amount of the contract will be for an amount not to exceed $100,000.00 per year.


All questions must be made in writing and submitted via email to sara.tetrault@waterandsewer.org no later than 11/15/2023 at 4:00 P.M. in order to be considered.


The Chief Procurement Officer/designee reserves the right to reject any and all proposals if it is in the best interest of the SWSC to do so.

       


                                                                    

                                                                                                                             

MGL Ch. 30B 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

11/30/2023 @ 2:00 PM EST

Not to exceed $100,000.00

TBD

TBD

Description

SWSC Bid No. 24-31; BIRNIE AVENUE WATER TRANSMISSION MAIN IMPROVEMENTS CAPITAL PROJECT                                                                                                                                                    

Sealed bids for a Prime Contractor contract are requested by the Springfield Water and Sewer Commission’s (SWSC) Chief Procurement Officer.  Bidding procedures are per Massachusetts General Laws (MGL) Chapter 30§39M as amended and other applicable statutes. This is project is funded by the MA State Revolving Fund (SRF) and Contractor’s attention is drawn to the WIFIA requirements contained in the bidding documents.


Bids for Prime/General Contractor will be accepted by the Chief Procurement Officer at the Springfield Water and Sewer Commission John J. Lyons Administration Building, 250 M Street Ext., Agawam, MA until 2:00PM EST on December 21, 2023, at which time they will be publicly opened and read.  


Birnie Avenue Water Transmission Main Improvements. Installation of approximately 350 LF of 36-inch ductile iron (DI) water transmission main and associated appurtenances along Birnie Avenue to replace aging infrastructure and improve system redundancy. Work includes phasing, demolition, connections to existing water mains, thrust restraint systems, temporary fire hydrant service, and testing and disinfection.  The Project is estimated not to exceed $5.6 Million.   


An optional pre-bid meeting has been scheduled for November 16, 2023, at 10:00 A.M. The pre-bid meeting will be held via Microsoft Teams and will include a short presentation from the project management team. The pre-bid meeting link is https://teams.microsoft.com/l/meetup-join/19%3ameeting_ODJjOTkyZjItM2M5OC00ZTU3LWIxM2YtZDA3YWZlOWYyM2Jk%40thread.v2/0?context=%7b%22Tid%22%3a%223bd0b00d-e9a6-4747-9d12-23fd299f4605%22%2c%22Oid%22%3a%22da5db6f4-98f7-41d8-a3df-378be745759e%22%7d. The call-in number is 413-261-6430, Meeting ID: 770247502#. Bidders are strongly encouraged to attend the site visit.  Site Visit contact: (Contact: Jonnas Jacques, P.E., at jjacques@kleinfelder.com.  


Bid Forms and Contract Documents will be available for pick-up at www.biddocsonline.com on November 8, 2023, online at www.biddocsonline.com (may be viewed electronically and hard copy requested) or at Nashoba Blue, Inc. at 433 Main Street, Hudson, MA 01749 (978-568-1167).  Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for UPS Ground (or $65.00 per set for UPS overnight), payable to BidDocs ONLINE Inc. to cover mail handling costs (these costs are estimated and are subject to increase).


Contractor must agree to pay Davis Bacon wage rates or MA Prevailing Wage rates whenever applicable. The SWSC reserves the right to waive any informality in, or to revoke, any or all bids, if in the public interest to do so. All questions regarding bid or its specifications must be made in writing and received by the Chief Procurement Officer by December 14, 2023, 4:30 P.M. in order to be considered (contact: theo.theocles@waterandsewer.org).


Theo G. Theocles Esq., Director of Legal Affairs/Chief Procurement Officer

Springfield Water and Sewer Commission


                                                                     

                                                                                                                             

MGL Ch. 30 39M

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

12/21/2023 @ 2:00 PM EST

Not to exceed $5,600,000.00

TBD

TBD

Description

SWSC Bid No. 24-21; RFQ FOR SUBCONTRACTOR SERVICES FOR THE WEST PARISH WATER TREATMENT PLANT 


The Springfield Water and Sewer Commission (Commission) is soliciting Statements of Qualifications (SOQ) from Subcontractor (SC) firms for RFQ No. 24-21 West Parish Water Treatment Plant (Project) interested in performing work at the West Parish Filters (WPF) in Westfield, MA. The Commission is seeking SOQs from qualified and experienced DCAMM-certified SC firms who have demonstrated experience in the construction and implementation of similar work in terms of scale and complexity. SC firms seeking to be qualified to compete in this two-phase selection process are invited to submit SOQs to the office of the Commission, ATTN: Theo Theocles, Esq., Procurement Officer no later than 2:00 PM (EST) on November 8, 2023 at 250 M Street Extension, Agawam, MA 01001.

SOQs are being requested from SC firms with a DCAMM Certification in one of the following classes of work each with an estimated construction cost of the work to be performed by SC firms as follows:

(a)          Lathing and Plastering..................................................................... $652,000-$760,000

(b)          Elevators........................................................................................... $568,000-$663,000

(c)           Fire Protection Sprinkler Systems.............................................. $2,122,000-$2,476,000

(d)          Plumbing..................................................................................... $2,679,000-$3,126,000

(e)          Resilient Floors..................................................................................... $53,000-$62,000

The Commission is implementing the Project in accordance with Massachusetts General Law (MGL) Chapter 149, Sections 44A through 44J. This Request for Qualifications (RFQ) is the first part of a two-step Request for Proposals (RFP) process as provided in MGL Chapter 149, Section 44D3/4 inclusive, which shall be incorporated herein by reference. Based on the SOQs received in this first step, the Commission will select respondents it deems to be prequalified in accordance with the criteria set forth in the RFQ. In the second step, the prequalified respondents will be invited to submit bids in response to a Request for Bids (RFB) which the Commission anticipates being issued on or around February 9, 2024. Only SC firms prequalified for this Project in the first step will be permitted to submit bids in the second step. The ultimate awarding of a contract(s) resulting from the RFB is subject to the approval of the Board of Commissioners of the Commission.

The Project delivery method for construction will be design-bid-build. The Project generally consists of construction of a 65-mgd firm capacity dissolved air flotation (DAF) filtration water treatment plant, including raw and treated water conveyance, chemical storage and feed equipment, dewatering facility, new electrical feed and emergency generator, workshop, laboratory, other administrative spaces, and site improvements for access, parking, and stormwater management. The site of the Project is located on the existing West Parish Filters site at 1515 Granville Road, Westfield, Massachusetts. The Commission anticipates work on the Project will commence in June of 2024, and construction will be completed within 1,508 calendar days from the date of the notice to proceed to the General Contractor.

At the time a SC firm submits its SOQ it must have a DCAMM Certification in one or more of the following classes of work: (a) Lathing and Plastering; (b) Elevators; (c) Fire Protection Sprinkler Systems; (d) Plumbing; and (e) Resilient Floors. This required SOQ is different from DCAMM Certification. All SC firms must be prequalified for this Project, even if the SC firm is already DCAMM certified.

SOQs shall be evaluated in accordance with the following criteria: (1) Management Experience; (2) Project References, including a Public Project Record; and (3) Capacity to Complete, including a demonstration that the SC has the financial stability and long-term viability to successfully implement the Project.

SOQs must conform to the requirements set forth in the RFQ. The complete RFQ, including directions, will be available Wednesday, October 18, 2023 and will be distributed upon email request to Theo.Theocles@waterandsewer.org. A register of all respondents’ names will be publicly available, but SOQs will be read and evaluated privately.

Direct any questions by e-mail only to Theo Theocles at Theo.Theocles@waterandsewer.org and cc Marc Morin at MMorin@hazenandsawyer.com before Wednesday, November 1, 2023 at 4:00 PM (EST). Prospective respondents shall not communicate with any person or entity participating on the Prequalification Committee at any time during the RFQ process except through written questions submitted in accordance with the process outlined in the RFQ. The Commission reserves the right to waive any informality, or to reject any or all responses, if in the public interest to do so.

The Commission is an EEO/DMBE/DWBE employer, and is committed to the utilization of disadvantaged business enterprises as vendors, suppliers, and contractors in all aspects of procurement and contracting to the maximum extent feasible. DMBE and DWBE participation and minority work force goals will apply to this Project. SC firms are reminded that the project is funded by the Water Infrastructure Finance and Innovation Act, as well as the Massachusetts Clean Water Trust (SRF), and are encouraged to make themselves familiar with any associated compliance requirements.

Further public notice information regarding the specifics of this Project and the prequalification evaluation criteria and selection process is included in the RFQ.

Theo G. Theocles, Esq., Director of Legal Affairs and Chief Procurement Officer
Tel No. (413) 452-1362
Theo.Theocles@waterandsewer.org

                                                                     

                                                                                                                             

MGL Ch. 149

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

11/01/2023 @ 2:00 PM EST

Not to exceed $70,650,000.00

TBD

TBD

Description

Bid No. 24-29: Invitation for Bids; Purchase and Delivery of a Water Quality Buoy & Associated Equipment, Training and Accessories.                      



The Springfield Water and Sewer Commission (hereafter; “SWSC” or the “Commission”), through its Chief Procurement Officer, is seeking bids from qualified Vendors for the purchase of One (1) Pontoon Profiler System- 50 Meter (or approved equivalent) Water Quality Buoy. Equipment must have the ability for a person to stand on for maintenance, be compatible with the YSI EXO2 Sonde Equipment, towable by boat and trailer/truck, able to automatically monitor the full water column, and have cellular communication. Vendor must also offer direct training services to the Commission Staff.


This will be a single purchase. The amount of the contract will be for an amount not to exceed $75,000.00.


All questions must be made in writing and submitted via email to theo.theocles@waterandsewer.org no later than 10/26/2023 at 4:30 P.M. in order to be considered.


The Chief Procurement Officer/designee reserves the right to reject any and all proposals if it is in the best interest of the SWSC to do so.


Term: Single Purchase

                                                                                                                            

MGL Ch. 30B 

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

11/03/2023 @ 2:00 PM EST

Not to exceed $75,000.00

TBD

TBD

Description

Bid No. 24-26: Invitation for Bids; Purchase Agreement for Medium to Heavy-Duty Vehicle Maintenance                                                                                                                                              

The Springfield Water and Sewer Commission (hereafter; “SWSC” or the “Commission”), through its Chief Procurement Officer, is seeking bids from qualified Fleet Service Vendors to perform Diagnostics, Repairs and Maintenance of medium and heavy-duty vehicles. The selected vendor(s) will supply the SWSC on an as needed basis during the term of this agreement. Up to two (2) vendors will be awarded a contract.


The term of the Contract shall be for One (1) Year with 2- One year in length Renewals. The amount of the contract will be for an amount not to exceed $100,000.00 per year.


All questions must be made in writing and submitted via email to sara.tetrault@waterandsewer.org no later than 10/10/2023 at 4:00 P.M. in order to be considered.


The Chief Procurement Officer/designee reserves the right to reject any and all proposals if it is in the best interest of the SWSC to do so.

                                                                                                   


Term: 1 Year Contract with Two (2) one-year in length renewal options                                                                                                                            

MGL Ch. 30B 

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

10/18/2023 @ 2:00 PM EST

Not to exceed $100,000.00/per year

TBD

TBD

Description

SWSC Bid No. 24-22; RFQ FOR GENERAL CONTRACTOR SERVICES FOR THE WEST PARISH WATER TREATMENT PLANT 


The Springfield Water and Sewer Commission (Commission) is soliciting Statements of Qualifications (SOQ) from General Contractor (GC) firms for SWSC RFQ NO. 24-22 West Parish Water Treatment Plant (Project) interested in performing work at the West Parish Filters (WPF) in Westfield, MA. The Commission is seeking SOQs from qualified and experienced DCAMM-certified GC firms who have demonstrated experience in the construction and implementation of similar work in terms of scale and complexity. GC firms seeking to be qualified to compete in this two-phase selection process are invited to submit SOQs to the office of the Commission, ATTN: Theo Theocles, Esq., Procurement Officer no later than 2:00 PM (EST) on October 3, 2023 at 250 M Street Extension, Agawam, MA 01001.

The Commission is implementing the Project in accordance with Massachusetts General Law (MGL) Chapter 149, Sections 44A through 44J. This Request for Qualifications (RFQ) is the first part of a two-step Request for Proposals (RFP) process as provided in MGL Chapter 149, Section 44D½ inclusive, which shall be incorporated herein by reference. Based on the SOQs received in this first step, the Commission will select respondents it deems to be prequalified in accordance with the criteria set forth in the RFQ. In the second step, the prequalified respondents will be invited to submit bids in response to a Request for Bids (RFB) which the Commission anticipates being issued on or around February 9, 2024. Only GC firms prequalified for this Project in the first step will be permitted to submit bids in the second step. The ultimate awarding of a contract resulting from the RFB is subject to the approval of the Board of Commissioners of the Commission.

The Project delivery method for construction will be design-bid-build. The Project generally consists of construction of a 65-mgd firm capacity dissolved air flotation (DAF) filtration water treatment plant, including raw and treated water conveyance, chemical storage and feed equipment, dewatering facility, new electrical feed and emergency generator, workshop, laboratory, other administrative spaces, and site improvements for access, parking, and stormwater management. The site of the Project is located on the existing West Parish Filters site at 1515 Granville Road, Westfield, Massachusetts. The Commission anticipates work on the Project will commence in June of 2024, and construction will be completed within 1,508 calendar days from the date of the notice to proceed to the GC.

At the time a GC firm submits its SOQ it must have a DCAMM Certification in the Contractor Category “Sewage and Water Treatment Plants” with a single limit greater than the $260,000,000 estimated construction cost. The successful respondent must be able to obtain bonding for the full construction cost. See https://www.mass.gov/doc/update-statement for the required Update Form. This required SOQ is different from DCAMM Certification. All GC firms must be prequalified for this Project, even if the GC firm is already DCAMM certified.

SOQs shall be evaluated in accordance with the following criteria: (1) Management Experience; (2) Project References, including a Public Project Record; and (3) Capacity to Complete, including a demonstration that the GC has the financial stability and long-term viability to successfully implement the Project.

SOQs must conform to the requirements set forth in the RFQ. The complete RFQ, including directions, will be available Wednesday , September 6, 2023 and will be distributed upon email request to Theo.Theocles@waterandsewer.org. A register of all respondents’ names will be publicly available, but SOQs will be read and evaluated privately.

Direct any questions by e-mail only to Theo Theocles at Theo.Theocles@waterandsewer.org and cc Marc Morin at MMorin@hazenandsawyer.com before Tuesday, September 26, 2023 at 4:00 PM (EST). Prospective respondents shall not communicate with any person or entity participating on the Prequalification Committee at any time during the RFQ process except through written questions submitted in accordance with the process outlined in the RFQ. The Commission reserves the right to waive any informality, or to reject any or all responses, if in the public interest to do so.

The Commission is an EEO/DMBE/DWBE employer, and is committed to the utilization of disadvantaged business enterprises as vendors, suppliers, and contractors in all aspects of procurement and contracting to the maximum extent feasible. DMBE and DWBE participation and minority work force goals will apply to this Project. GC firms are reminded that the project is funded by the Water Infrastructure Finance and Innovation Act, as well as the Massachusetts Clean Water Trust (SRF), and are encouraged to make themselves familiar with any associated compliance requirements. An information meeting will be held at the site of the Project on September 19, 2023. Further public notice information regarding the specifics of this Project and the prequalification evaluation criteria and selection process is included in the RFQ.

Theo G. Theocles, Esq., Director of Legal Affairs and Chief Procurement Officer
Tel No. (413) 452-1362
Theo.Theocles@waterandsewer.org

                                                

                                                                                                                             

MGL Ch. 149

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

10/03/2023 @ 2:00 PM EST

Not to exceed $260,000,000.00

TBD

TBD

Description

SWSC Bid No. 24-21; RFQ FOR SUBCONTRACTOR SERVICES FOR THE WEST PARISH WATER TREATMENT PLANT 


The Springfield Water and Sewer Commission (Commission) is soliciting Statements of Qualifications (SOQ) from Subcontractor (SC) firms for RFQ No. 24-21 West Parish Water Treatment Plant (Project) interested in performing work at the West Parish Filters (WPF) in Westfield, MA. The Commission is seeking SOQs from qualified and experienced DCAMM-certified SC firms who have demonstrated experience in the construction and implementation of similar work in terms of scale and complexity. SC firms seeking to be qualified to compete in this two-phase selection process are invited to submit SOQs to the office of the Commission, ATTN: Theo Theocles, Esq., Procurement Officer no later than 2:00 PM (EST) on October 3, 2023 at 250 M Street Extension, Agawam, MA 01001.

SOQs are being requested from SC firms with a DCAMM Certification in one of the following classes of work each with an estimated construction cost of the work to be performed by SC firms as follows:

(a)          Masonry........................................................................... $5,239,000-$6,112,000

(b)          Miscellaneous and Ornamental Iron............................... $1,790,000-$2,088,000

(c)           Waterproofing, Dampproofing, and Caulking.......................... $768,000-$896,000

(d)          Roofing and Flashing......................................................... $2,031,000-$2,370,000

(e)          Metal Windows.......................................................................... $852,000-$994,000

(f)            Lathing and Plastering............................................................. $652,000-$760,000

(g)          Tile.............................................................................................. $116,000-$135,000

(h)          Acoustical Tile........................................................................... $439,000-$512,000

(i)            Painting....................................................................................... $544,000-$634,000

(j)            Elevators................................................................................... $568,000-$663,000

(k)           Fire Protection Sprinkler Systems............................................ $2,122,000-$2,476,000

(l)            Plumbing............................................................................... $2,679,000-$3,126,000

(m)         Heating, Ventilation & Air-Conditioning................................... $8,115,000-$9,468,000

(n)          Electrical.......................................................................... $34,642,000-$40,416,000

The Commission is implementing the Project in accordance with Massachusetts General Law (MGL) Chapter 149, Sections 44A through 44J. This Request for Qualifications (RFQ) is the first part of a two-step Request for Proposals (RFP) process as provided in MGL Chapter 149, Section 44D3/4 inclusive, which shall be incorporated herein by reference. Based on the SOQs received in this first step, the Commission will select respondents it deems to be prequalified in accordance with the criteria set forth in the RFQ. In the second step, the prequalified respondents will be invited to submit bids in response to a Request for Bids (RFB) which the Commission anticipates being issued on or around February 9, 2024. Only SC firms prequalified for this Project in the first step will be permitted to submit bids in the second step. The ultimate awarding of a contract(s) resulting from the RFB is subject to the approval of the Board of Commissioners of the Commission.

The Project delivery method for construction will be design-bid-build. The Project generally consists of construction of a 65-mgd firm capacity dissolved air flotation (DAF) filtration water treatment plant, including raw and treated water conveyance, chemical storage and feed equipment, dewatering facility, new electrical feed and emergency generator, workshop, laboratory, other administrative spaces, and site improvements for access, parking, and stormwater management. The site of the Project is located on the existing West Parish Filters site at 1515 Granville Road, Westfield, Massachusetts. The Commission anticipates work on the Project will commence in June of 2024, and construction will be completed within 1,508 calendar days from the date of the notice to proceed to the General Contractor.

At the time a SC firm submits its SOQ it must have a DCAMM Certification in one or more of the following classes of work: (a) Masonry; (b) Miscellaneous and Ornamental Iron; (c) Waterproofing, Dampproofing, and Caulking; (d) Roofing and Flashing; (e) Metal Windows; (f) Lathing and Plastering; (g) Tile; (h) Acoustical Tile; (i) Painting; (j) Elevators; (k) Fire Protection Sprinkler Systems; (l) Plumbing; (m) Heating, Ventilation & Air-Conditioning; and (n) Electrical. This required SOQ is different from DCAMM Certification. All SC firms must be prequalified for this Project, even if the SC firm is already DCAMM certified.

SOQs shall be evaluated in accordance with the following criteria: (1) Management Experience; (2) Project References, including a Public Project Record; and (3) Capacity to Complete, including a demonstration that the SC has the financial stability and long-term viability to successfully implement the Project.

SOQs must conform to the requirements set forth in the RFQ. The complete RFQ, including directions, will be available Wednesday, September 6, 2023 and will be distributed upon email request to Theo.Theocles@waterandsewer.org. A register of all respondents’ names will be publicly available, but SOQs will be read and evaluated privately.

Direct any questions by e-mail only to Theo Theocles at Theo.Theocles@waterandsewer.org and cc Marc Morin at MMorin@hazenandsawyer.com before Tuesday, September 26, 2023 at 4:00 PM (EST). Prospective respondents shall not communicate with any person or entity participating on the Prequalification Committee at any time during the RFQ process except through written questions submitted in accordance with the process outlined in the RFQ. The Commission reserves the right to waive any informality, or to reject any or all responses, if in the public interest to do so.

The Commission is an EEO/DMBE/DWBE employer, and is committed to the utilization of disadvantaged business enterprises as vendors, suppliers, and contractors in all aspects of procurement and contracting to the maximum extent feasible. DMBE and DWBE participation and minority work force goals will apply to this Project. SC firms are reminded that the project is funded by the Water Infrastructure Finance and Innovation Act, as well as the Massachusetts Clean Water Trust (SRF), and are encouraged to make themselves familiar with any associated compliance requirements.

An information meeting will be held at the site of the Project on September 19, 2023.

                                                                                  


Further public notice information regarding the specifics of this Project and the prequalification evaluation criteria and selection process is included in the RFQ.  Theo G. Theocles, Esq., Director of Legal Affairs and Chief Procurement Officer
Tel No. (413) 452-1362
Theo.Theocles@waterandsewer.org                                                                                    

                                                                                                                             

MGL Ch. 149

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

10/03/2023 @ 2:00 PM EST

Not to exceed $70,650,000.00

TBD

TBD

Description

SWSC Bid No. 24-12; PROVIN MOUNTAIN RESERVOIR 3 AND 4 IMPROVEMENTS


Provin Mountain Reservoir 3 and 4 Improvements. The Work includes, but is not necessarily limited to, the following major items: Extension of 34 access manholes with watertight locking hatches, installation of polyolefin waterproofing tape and epoxy adhesive on approximately 5,000 linear feet of buried storage tank roof slab joint, including excavation and restoration, Installation of approximately 1,550 linear feet of chain link fence and demolition of approximately 850 linear feet of existing chain link fence, installation of flanged ductile iron piping and bends with concrete bulkheads, concrete cradles, concrete splash pads, bituminous pavement, and stainless-steel mesh screens on 2 existing overflow pipe headwalls, and loam and seed of disturbed areas. Successful Contractor will be required to furnish the Commission with both a 100% Performance Bond and 100% Payment Bonds at the time of contract execution.


PRE-BID CONFERENCE. Optional Pre-Bid Conference will be held September 1, 2023, at 9:00A.M., at the West Parish Water Filtration Plant, 1515 Granville Road, Westfield, MA 01085. Contact: jacob.weinrich@waterandsewer.org.


Contractor must agree to pay MA Prevailing Wage rates whenever applicable. The Commission reserves the right to waive any informality in, or to revoke, any or all bids, if in the public interest to do so. All questions regarding bid or its specifications must be made in writing and received by the CPO by September 6, 2023, 4:30 P.M. in order to be considered (contact; theo.theocles@waterandsewer.org).                                                                                              


The Chief Procurement Officer/designee reserves the right to reject any and all proposals if it is in the best interest of the SWSC to do so.                                                                                                   

                                                                                                                             

MGL Ch. 30 § 39M

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

09/14/2023 @ 2:00 PM EST

Not to exceed $1,100,000.00

TBD

TBD

Description

Bid No. 24-14: Service Contract for Security Guard/Monitoring Services at its Joseph J. Superneau Operation Center (71 Colton Street, Springfield, MA  01109.)


Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at Raemarie.Walker@waterandsewer.org                                                                                                

Security services shall begin in September 2023. Shift coverage routinely covers eighty (80) to one hundred forty-four (144) hours per week. 


Term: 1 Year Contract with Two (2) one-year in length renewal options.


MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

09/06/2023 @ 2:00 PM EST

Not to exceed $140,000.00/ per year.

TBD

TBD

Description

Bid No. 24-10: Cobble Mountain Reservoir Dam and Spillway, Borden Brook Reservoir Spillway, and Cherry Valley Spillway Woody Vegetation Removal Project


The Springfield Water and Sewer Commission is issuing this solicitation for the cutting, removal and disposal of all woody vegetation as directed in the contract document, and as directed. Work limits are within the Dam and spillways area (SWSC Property). All woody vegetation designated to be cut shall require: Cutting, removal from the face of the Cobble Mt Dam, and chipping on-site with disposal of chips off-site by the Contractor; cutting and bundling into brush piles on the Cobble Mt Dam by the Contractor,  cutting, removal from the Cobble Mt spillway, and chipping on-site with disposal of chips and brush off-site by the Contractor,  cutting, removal from the Borden Brook spillway, and chipping on-site with disposal of chips and brush off-site by the Contractor, cutting, removal from the Cherry Valley Dam spillway of brush, off-site by the Contractor. Successful Contractor will be required to furnish the Commission with a Fifty Percent (50%) Performance Bond at the time of contract execution.


PRE-BID CONFERENCE for Contractors interested in submitting a bid will be held Wednesday, August 23, 2023, at 9:00 A.M., at the West Parish Water Filtration Plant, 1515 Granville Road, Westfield, MA 01085 starting with a review of the specifications followed by a visit to the project sites. Contact: Frank Zabaneh, SWSC at Frank.zabaneh@waterandsewer.org.


Contractor must agree to pay MA Prevailing Wage rates whenever applicable. The Commission reserves the right to waive any informality in, or to revoke, any or all bids, if in the public interest to do so.                                                                                                                                                        



All questions regarding bid or its specifications must be made in writing and received by the CPO by August 24, 2023, 4:30 P.M. in order to be considered (contact; theo.theocles@waterandsewer.org).


The Chief Procurement Officer/designee reserves the right to reject any and all proposals if it is in the best interest of the SWSC to do so.                                                                                                   


Term: Single Purchase                                                                                                                                

MGL Ch. 30 § 39M

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

08/31/2023 @ 2:00 PM EST

Not to exceed $250,000.00/per year

TBD

TBD

Description

Bid No. 23-55: Invitation for Bids; Lease of Altair io4 Gas Detection Devices and Support Services 


The Commission is seeking bids from qualified vendors to enter into a lease agreement for Personal Gas Detection Devices, including charging stations, meters, test stands, and associated service and repairs. The Commission anticipates needing approximately Thirty-Four (34) devices.


The contract awarded from this solicitation will be a Three (3) year lease, and will be contingent upon Commission Board of Director approval. The total contract amount is estimated not to exceed $85,000.00.                                                                                                                                               

Specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at  theo.theocles@waterandsewer.org 


Term: Single Purchase                                                                                                                                

MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

07/19/2023 @ 2:00 PM EST

Not to exceed $85,000.00

TBD

TBD

Description

Bid No. 23-49: Invitation for Bids; Purchase and Delivery of Various Construction Materials; Birnie Avenue Water Transmission Main


The Commission is seeking bids from qualified vendors to furnish, supply, handle, store, and deliver various construction materials to be used in the proposed improvements of the Birnie Avenue Water Transmission Main.                                                                                                                                    

Specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at  theo.theocles@waterandsewer.org 


Term: Single Purchase                                                                                                                                

MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

06/08/2023 @ 2:00 PM EST

TBD

TBD

TBD

Description

Bid No. 23-52: Invitation for Bids; Price Agreement for AMI Cellular Network Telemetry Endpoint Devices Compatible with the Badger Beacon Network, and Solid State LCD High Resolution Encoder Registers Compatible with Badger M25 Meter Bases and Badger Orion Cellular Endpoints.


The Commission is seeking bids from qualified Contractors/Vendors for AMI Cellular Network Telemetry Endpoint Devices Compatible with the Badger Beacon Network. 


Specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at  Raemarie.walker@waterandsewer.org 


Term: 1 Year Contract with 2 - One year in length Renewals.


MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

06/06/2023 @ 2:00 PM EST

Not to exceed $600,000.00

TBD

TBD

Description

Advertisement for general contractor and subcontractor informational session for the Springfield Water and Sewer Commission

                         WEST PARISH WATER TREATMENT PLANT                                 

The Springfield Water and Sewer Commission (Owner) invites General Contractor (GC) and Subcontractor (SC) firms to attend an informational session concerning its upcoming West Parish Water Treatment Plant project (Project).                                                                                                                                                               

The project includes partial demolition of existing water treatment plant infrastructure and construction of a new 65-mgd water treatment plant. The new water treatment plant includes dissolved air flotation (DAF), filtration, raw and treated water conveyance, chemical storage and feed equipment, a dewatering facility, new electrical feed, an emergency generator, workshop, and administrative area. The 22,100 sf administrative area includes a laboratory, offices, locker rooms, breakrooms and other administrative spaces. The project site will remain an operational water treatment plant during construction and includes site improvements for access, parking, and stormwater management. The site of the Project is located on the existing West Parish Filters site at 1515 Granville Road, Westfield, Massachusetts. The Owner anticipates work on the project will commence in the second quarter of 2024 and construction will be completed within four years from the date of issuance of the notice to proceed to the GC.                                                                          

The Owner intends to conduct a Request for Qualifications (RFQ) process to prequalify GC and SC firms to bid on the Project as provided in M.G.L. c. 149, §44D½ and §44D3/4. The RFQ will be the first phase of a two-phase Request for Qualifications (RFQ) process for the Project during which the Owner will select respondents it deems to be prequalified in accordance with the criteria set forth in the RFQ. During the second phase of the RFQ process, the prequalified respondents will be invited to submit bids and filed sub-bids in response to an RFQ which the Owner anticipates will  be issued in the first quarter of 2024. Only GC and SC firms prequalified for the Project in the first phase of the RFQ process will be permitted to submit bids and filed sub-bids.                                                            

At the time a GC firm submits its Statement of Qualifications (SOQ), it must have a DCAMM Certification in the Contractor Category “Sewage and Water Treatment Plants” with a single limit greater than the $260,000,000 estimated construction cost. At the time an SC firm submits its Statement of Qualifications (SOQ) it must have a DCAMM Certification in the particular trade or trades for which it intends to submit a filed sub-bid. All GC and SC firms that are interested in potentially submitting an SOQ on the Project are strongly encouraged to initiate the DCAMM certification process as soon as possible. Firms considering submitting SOQ’s should review applicable DCAMM requirements at https://dcamm.gob2g.com/Default.asp. The Owner anticipates the RFQ to be issued in the third quarter of 2023. Only GC and SC firms that are appropriately DCAMM certified will be considered for prequalification.                                                                                                                                                                                         

Two in-person informational sessions will be held at the site of the Project on May 10, 2023 and June 9, 2023 at 10:00 a.m. A virtual session will be conducted on May 24, 2023 at 10:00 a.m. Virtual meeting access information will be provided to those GC and SC firms that RSVP for the virtual session.                                                                       

GC and SC firms that are interested in attending one of the three informational sessions must RSVP to the Owner’s Chief Procurement Officer, Theo G. Theocles, Esq., Director of Legal Affairs/CPO by email at theo.theocles@waterandsewer.org no later than three (3) business days prior to the session being attended. GC and SC firms that are interested in attending one of the two in-person informational sessions are asked to carpool since available parking at the site of the Project is currently limited.                                                                                                                                         

Further information regarding the specifics of the Project and the upcoming RFQ process will be provided at each informational session. Please refer to https://waterandsewer.org/new-water-plant for additional information about the Project.

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

TBD

TBD

TBD

TBD

Description

Bid No. 23-45: Price Agreement for AMI Cellular Network Telemetry Devices Compatible with Neptune 360 Cellular Endpoints and Related Software and Network  


Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at  sara.tetrault@waterandsewer.org. 


Term: 1 Year Contract with 2- One year in length renewals


MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

05/03/2023 @ 2:00 PM EST

Not to exceed $600,000.00/ per year.

TBD

TBD

Description

Bid No. 23-47: SRWTF Grit Removal Upgrade


The Project generally consists of installation of four new grit removal vortex units with influent and effluent channels, associated piping, pumps, and pipe gallery modifications, installation of slide gates, associated power and controls tied into SCADA, and replacement of grit handling hydrocyclones and classifiers.                                                                                                                                  

Bid Forms and Contract Documents will be available for pick-up at www.biddocsonline.com on April 6, 2023 (may be viewed electronically and hard copy requested) or at Nashoba Blue, Inc. at 433 Main Street, Hudson, MA 01749 (978-568-1167).


Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for UPS Ground (or $65.00 per set for UPS overnight), payable to BidDocs ONLINE Inc. to cover mail handling costs.


All questions regarding bid or its specifications must be made in writing and received by the Office of Procurement by April 27, 2023, 4:30 P.M. (for FSB’s), and 5/4/23, 4:30 P.M. (for General Bidders). Contact: Theo G. Theocles, Esq., Director of Legal Affairs/ CPO (theo.theocles@waterandsewer.org). The Chief Procurement Officer reserves the right to waive any informality in and to reject any or all bids if it is in the public interest to do so.


MGL Ch. 149                                                                                                                                       *Please note that this is for prequalified vendors and by invitation only.

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

Sub-bids due 5/4/23 at 2:00 PM General Contractors due 5/11/23 at 2:00PM

Not to exceed $26,440,000.00

TBD

TBD

Description

Bid No. 23-44: Request for Proposals; Video Production Services for Drinking Water and Wastewater Utility                                                                                                                                              

The Commission is seeking proposals from a video production company to develop, film, and produce Two (2) approximately 3-7 minute in length videos on the water and wastewater system as well as smaller promo/trailer videos.


Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at  Raemarie.walker@waterandsewer.org 


Term: 1 Year Contract


MGL Ch. 30B § 6

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

03/23/2023 @ 2:00 PM EST

Not to exceed $55,000.00

TBD

TBD

Description

Bid No. 23-40: Price Agreement for Phosphoric Acid 75%


Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at  Raemarie.walker@waterandsewer.org 


Term: 1 Year Contract


MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

03/01/2023 @ 2:00 PM EST

Not to exceed $260,000.00/ per year.

TBD

TBD

Description

The Springfield Water and Sewer Commission (Commission) is soliciting Statements of Qualifications (SOQs) from GENERAL CONTRACTOR (GC) firms for RFQ No. 23-39 GRIT REMOVAL UPGRADE PROJECT (Project) and from TRADE CONTRACTORS for RFQ No. 23-38 GRIT REMOVAL UPGRADE PROJECT (Project) interested in performing work at the Springfield Regional Wastewater Treatment Facility (SRWTF) in Agawam, MA. The Commission is seeking SOQs from qualified and experienced DCAMM-Certified GC firms and Trade Contractors who have a demonstrated experience in the construction and implementation of similar work in terms of scale and complexity


The Project generally consists of installation of four new grit removal vortex units with influent and effluent channels, associated piping, pumps, and pipe gallery modifications, installation of slide gates, associated power and controls tied into SCADA, and replacement of grit handling hydrocyclones and classifiers. The estimated total cost of the construction is $22,400,000 and the estimated construction duration is twenty-four months from notice to proceed anticipated in June 2023.

SOQs are being requested from GC firms with a DCAMM certification in the Prime Contractor Category, “Sewage and Water Treatment Plants”, and from Trade Contractors with a DCAMM Certification in one of the following classes of work: (a) Miscellaneous & Ornamental Iron, (b) Electrical. The estimated construction cost of the work to be performed by Trade Contractors is as follows:

(a)    Miscellaneous & Ornamental Iron - $51,000

(b)   Electrical - $1,152,000

Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at theo.theocles@waterandsewer.org 


Direct any questions by e-mail only to Theo Theocles at Theo.Theocles@waterandsewer.org and cc Hannah Kominske at HKominske@kleinfelder.com before Friday, February 17, 2023 at 4:00 PM (EST).


Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

02/24/2023 @ 2:00 PM EST

Not to exceed Miscellaneous & Ornamental Iron - $51,000

Electrical - $1,152,000

TBD

TBD

Description

Bid No. 23-37: Price Agreement for Liquid Chlorine. The Liquid Chlorine will be used in the disinfection of treated municipal drinking water.


Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at theo.theocles@waterandsewer.org 


Term: 1 Year Contract

This is a re-bid of Bid 23-28


MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

02/16/2023 @ 2:00 PM EST

Not to exceed $250,000.00

TBD

TBD

Description

Bid No. 23-36: Price Agreement for Liquid Caustic Soda 50%


Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at  Raemarie.walker@waterandsewer.org 


Term: 1 Year Contract


MGL Ch. 30B § 5

Bid Opening Date

Contract Bid Price

Contract Amount

Contract Awarded To

02/13/2023 @ 2:00 PM EST

NTE $350,000.00/ year

TBD

TBD

Description

Bid No. 23-35: Price Agreement for the Purchase of Ductile Iron Pipe of Various Diameters.


Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at theo.theocles@waterandsewer.org


Term: 1 Year Contract 

Up to two (2) Vendors will be awarded a Contract.


MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

02/07/2023 @ 2:00 PM EST

Not to exceed $500,000.00

TBD

TBD

Description

Bid No. 23-26: Price Agreement for Laboratory Testing


Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at  theo.theocles@waterandsewer.org


Term: 1 Year Contract with 2- One year in length renewals


MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

01/11/2023 @ 2:00 PM EST

Not to exceed $100,000.00

TBD

TBD

Description

Bid No. 23-28: Price Agreement for Liquid Chlorine. The Liquid Chlorine will be used in the disinfection of treated municipal drinking water.


Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at raemarie.walker@waterandsewer.org. 


Term: 1 Year Contract


MGL Ch. 30B § 5

**ALL BIDS REJECTED PER CPO- WILL BE RE-BID**

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

01/12/2023 @ 2:00 PM EST

Not to exceed $250,000.00

TBD

TBD

Description

Bid No. 23-27: Price Agreement for the Purchase and Delivery of Sewer Maintenance Chemicals.


Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at raemarie.walker@waterandsewer.org


Term: 1 Year Contract with Two (2) one-year in length renewal options.


MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

01/11/2023 @ 2:00 PM EST

$100,000.00/ Per year

TBD

TBD

Description

Bid No. 23-19 : Price Agreement for Authorized OEM Ford Parts and Services.                                                                                                                                             The term of the Contract shall be for One (1) Year with 2- One year in length Renewals. The amount of the contract will be for an amount not to exceed $100,000.00 per year.   All questions must be made in writing and submitted via email no later than 11/29/2022 at 4:00 P.M. in order to be considered. Up to two (2) vendors will be awarded a contract.

Specifications will be available electronically (in PDF format) by request by emailing the Assistant  Procurement Officer at Raemarie.Walker@waterandsewer.org


MGL Ch. 30B

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

12/07/2022 @ 2:00 PM EST

$100,000.00/ Per year

TBD

TBD

Description

Bid No. 23-17: Hazardous Materials Abatement at West Parish Filters.           

                                                           

Springfield Water & Sewer Commission (SWSC - the Owner) invites qualified contractors to submit quotes to perform Mold Abatement Services at its West Parish Filters Operations Building and Old Lab. The addresses of the location where work is to be performed is 1515 Granville Road, Westfield, MA 01085.


Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at Raemarie.walker@waterandsewer.org

The Optional, but strongly encouraged,  Site visit is scheduled for Monday, November 21st at 10AM at 1515 Granville Road, Westfield, MA 01085.


MGL Ch. 149

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

11/29/2022 @ 2:00 PM EST

Not to exceed $25,000.00

$22,000.00

Apex Abatement and Demolition LLC

Current Bids

Description

SWSC Bid No. 24-21; RFQ FOR SUBCONTRACTOR SERVICES FOR THE WEST PARISH WATER TREATMENT PLANT 


The Springfield Water and Sewer Commission (Commission) is soliciting Statements of Qualifications (SOQ) from Subcontractor (SC) firms for RFQ No. 24-21 West Parish Water Treatment Plant (Project) interested in performing work at the West Parish Filters (WPF) in Westfield, MA. The Commission is seeking SOQs from qualified and experienced DCAMM-certified SC firms who have demonstrated experience in the construction and implementation of similar work in terms of scale and complexity. SC firms seeking to be qualified to compete in this two-phase selection process are invited to submit SOQs to the office of the Commission, ATTN: Theo Theocles, Esq., Procurement Officer no later than 2:00 PM (EST) on November 8, 2023 at 250 M Street Extension, Agawam, MA 01001.

SOQs are being requested from SC firms with a DCAMM Certification in one of the following classes of work each with an estimated construction cost of the work to be performed by SC firms as follows:

(a)          Lathing and Plastering..................................................................... $652,000-$760,000

(b)          Elevators........................................................................................... $568,000-$663,000

(c)           Fire Protection Sprinkler Systems.............................................. $2,122,000-$2,476,000

(d)          Plumbing..................................................................................... $2,679,000-$3,126,000

(e)          Resilient Floors..................................................................................... $53,000-$62,000

The Commission is implementing the Project in accordance with Massachusetts General Law (MGL) Chapter 149, Sections 44A through 44J. This Request for Qualifications (RFQ) is the first part of a two-step Request for Proposals (RFP) process as provided in MGL Chapter 149, Section 44D3/4 inclusive, which shall be incorporated herein by reference. Based on the SOQs received in this first step, the Commission will select respondents it deems to be prequalified in accordance with the criteria set forth in the RFQ. In the second step, the prequalified respondents will be invited to submit bids in response to a Request for Bids (RFB) which the Commission anticipates being issued on or around February 9, 2024. Only SC firms prequalified for this Project in the first step will be permitted to submit bids in the second step. The ultimate awarding of a contract(s) resulting from the RFB is subject to the approval of the Board of Commissioners of the Commission.

The Project delivery method for construction will be design-bid-build. The Project generally consists of construction of a 65-mgd firm capacity dissolved air flotation (DAF) filtration water treatment plant, including raw and treated water conveyance, chemical storage and feed equipment, dewatering facility, new electrical feed and emergency generator, workshop, laboratory, other administrative spaces, and site improvements for access, parking, and stormwater management. The site of the Project is located on the existing West Parish Filters site at 1515 Granville Road, Westfield, Massachusetts. The Commission anticipates work on the Project will commence in June of 2024, and construction will be completed within 1,508 calendar days from the date of the notice to proceed to the General Contractor.

At the time a SC firm submits its SOQ it must have a DCAMM Certification in one or more of the following classes of work: (a) Lathing and Plastering; (b) Elevators; (c) Fire Protection Sprinkler Systems; (d) Plumbing; and (e) Resilient Floors. This required SOQ is different from DCAMM Certification. All SC firms must be prequalified for this Project, even if the SC firm is already DCAMM certified.

SOQs shall be evaluated in accordance with the following criteria: (1) Management Experience; (2) Project References, including a Public Project Record; and (3) Capacity to Complete, including a demonstration that the SC has the financial stability and long-term viability to successfully implement the Project.

SOQs must conform to the requirements set forth in the RFQ. The complete RFQ, including directions, will be available Wednesday, October 18, 2023 and will be distributed upon email request to Theo.Theocles@waterandsewer.org. A register of all respondents’ names will be publicly available, but SOQs will be read and evaluated privately.

Direct any questions by e-mail only to Theo Theocles at Theo.Theocles@waterandsewer.org and cc Marc Morin at MMorin@hazenandsawyer.com before Wednesday, November 1, 2023 at 4:00 PM (EST). Prospective respondents shall not communicate with any person or entity participating on the Prequalification Committee at any time during the RFQ process except through written questions submitted in accordance with the process outlined in the RFQ. The Commission reserves the right to waive any informality, or to reject any or all responses, if in the public interest to do so.

The Commission is an EEO/DMBE/DWBE employer, and is committed to the utilization of disadvantaged business enterprises as vendors, suppliers, and contractors in all aspects of procurement and contracting to the maximum extent feasible. DMBE and DWBE participation and minority work force goals will apply to this Project. SC firms are reminded that the project is funded by the Water Infrastructure Finance and Innovation Act, as well as the Massachusetts Clean Water Trust (SRF), and are encouraged to make themselves familiar with any associated compliance requirements.

Further public notice information regarding the specifics of this Project and the prequalification evaluation criteria and selection process is included in the RFQ.

Theo G. Theocles, Esq., Director of Legal Affairs and Chief Procurement Officer
Tel No. (413) 452-1362
Theo.Theocles@waterandsewer.org

                                                                     

                                                                                                                             

MGL Ch. 149

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

11/01/2023 @ 2:00 PM EST

Not to exceed $70,650,000.00

TBD

TBD

Description

Bid No. 23-11: Purchase Agreement for Single-Jet Water Meters


Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at Raemarie.walker@waterandsewer.org 


Term: 3 Years


MGL Ch. 30B § 5

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

11/16/2022 @ 2:00 PM EST


$450,000.00/ Per year

$450,000.00/ Per year

Metron Farnier LLC

Description

Bid No. 23-08: Asbestos Abatement at Borden Garage.           

                                                           

Springfield Water & Sewer Commission (SWSC - the Owner) intends to conduct asbestos abatement at the Borden Garage at 106 Borden Brook Road, Granville, Massachusetts (the Site). Assumed asbestos containing vermiculite insulation has been identified and is being planned for abatement.

Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at Theo.theocles@waterandsewer.org 


MGL Ch. 149

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

09/28/2022 @ 2:00 PM EST

Not to exceed $25,000.00

$17,160.00

Greenleaf Environmental Inc

Description

Bid No. 23-04: Price Agreement for Dry Barrel Fire Hydrants


Specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at Theo.theocles@waterandsewer.org 


MGL Ch. 30B

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

08/11/2022 @ 2:00 PM EST

$450,000.00/ Per year

$450,000.00 per year

H.R. Prescott & Sons & Ferguson Waterworks

[wptb id="8475" not found ]

Description

Bid No. 23-03: The Sale of Soft K Copper Tubing and Brass



The Commission is selling an estimated amount of Three Thousand pounds (3,000 lbs.) of Scrap Soft K Copper Tubing and Five Thousand pounds (5,000 lbs.) of Brass. 


Specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at raemarie.walker@waterandsewer.org 


MGL Ch. 30B

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

08/10/2022 @ 2:00 PM EST

NTE $50K

$29,039.42

Joseph Freedman Co Inc

Description

Bid No. 23-02: Price Agreement for Bituminous Concrete Products


Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at theo.theocles@waterandsewer.org or the Assistant Priocurement Officer at raemarie.walker@waterandsewer.org. Term: 1 Year Contract with Two (2) one-year in length renewal options.


MGL Ch. 3039M

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

08/10/2022 @ 2:00 PM EST


Not to exceed $350,000.00 per year

$350,000.00 per year

Palmer Paving Corp

Description

Bid No. 22-31: On- Call Paving and Road Mediation Services


Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at  theo.theocles@waterandsewer.org


Term: 1 Year Contract with Two (2) one-year in length renewal options.


MGL Ch. 3039M

Bid Opening Date

Contract Estimate

Bid Price

Contract Awarded To

08/10/2022 @ 2:00 PM EST


Not to exceed $200,000.00 per year

$200,000.00 per year

Precise Paving, Inc.

[wptb id="8436" not found ]
[wptb id="8415" not found ]
[wptb id="8312" not found ]
[wptb id="8158" not found ]
[wptb id="8084" not found ]