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.
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.
- 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. 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
MGL Ch. 30B § 5 | |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
06/12/2023 @ 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
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
| |||
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.
| |||
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.
| |||
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
| |||
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
| |||
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
| |||
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
This is a re-bid of Bid 23-28
| |||
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
| |||
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
Up to two (2) Vendors will be awarded a Contract.
| |||
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
| |||
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.
**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
| |||
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
| |||
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.
| |||
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 | |||
Bid No. 23-12: FY23 Sewer Infrastructure Improvements
This project is at least partially funded by the Water Infrastructure Finance and Innovation Act (WIFIA), and Contractor’s attention should be drawn to any pertinent WIFIA requirements contained in the bidding documents.
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
11/17/2022 @ 2:00 PM EST | Not to exceed $3,100,000.00 | $3,573,316.20 | National Water Main Cleaning Co. |
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
| |||
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
| |||
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
| |||
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 |
Description | |||
Bid No. 22-31(A) : Woody Vegetation and Tree Removal Services The Commission is seeking bids from qualified Contractors for an as needed and scheduled Woody Vegetation and Tree Removal Services at various Commission properties. Services may will be performed in the municipalities of: Agawam, Belchertown, Blandford, Granville, Huntington, Ludlow, Springfield, Russell, West Springfield, and Westfield. Services will consist of general vegetation maintenance at all components of each Dam including Upstream slopes, Downstream slopes, spillways, auxiliary spillways, and other similar structures/locations. Specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at Theo.Theocles@waterandsewer.org
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
08/12/2022 @ 2:00 PM EST | $300,000.00/ YR | TBD | TBD |
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
| |||
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.
| |||
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.
| |||
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. |
Description | |||
Request for Quotes 22-30: Paving of Avocado Street in Springfield, MA. Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at Raemarie.walker@waterandsewer.org
| |||
Quotes Information | Contract Estimate | Bid Price | Contract Awarded To |
All Quotes must be submitted in writing and emailed to ryan.wingerter@waterandsewer.org no later than 07/06/2022 @ 4:30 PM EST | Not to exceed $50,000.00 | $33,750.00 | Precise Paving Inc. |
Description | |||
Request for Quotes 22-29: Paving of Rood Street (Ludlow, MA) Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at Theo.Theocles@waterandsewer.org
| |||
Quotes Information | Contract Estimate | Bid Price | Contract Awarded To |
All Quotes must be submitted in writing and emailed to ryan.wingerter@waterandsewer.org no later than 06/16/2022 @ 4:30 PM EST | Not to exceed $50,000.00 | $35,924.50 | Palmer Paving Corporation |
Description | |||
Bid No. 22-26: Purchase Agreement for Security Services at Ludlow Reservoir Public Access Lot. Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at Theo.theocles@waterandsewer.org
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
04/28/2022 @ 2:00 PM EST | Not to exceed $33,000.00/ per year. | $24,360.00/ per year | Madison Security Group Inc |
Description | |||
Bid No. 22-23: Locust Transfer and Flow Optimization Project Work includes but is not limited to the following: Installation of 430 linear feet of a new 72-inch GRP sewer pipe, installation of valves structure on the existing Main Interceptor Sewer (MIS); replacement of 1,100 linear feet of 30-inch by 45-inch egg-shaped brick sewer with 48-inch GRP sewer along Locust Street and Main Street; replacement of 12-inch water main in-kind along Locust Street and Main Street; replacement of Mill River Relief Sewer Diversion Structure with new regulator structure; pipeline inspection along the existing 48-inch Mill River Relief Sewer and 66-inch MIS pipeline; rehabilitation of 1,100 feet of 66-inch MIS pipeline, construction of a stilling chamber upstream of the Mill Street Siphon. Bid Forms and Contract Documents will be available for download at www.biddocsonline.com on April 6, 2022.
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
05/26/2022 @ 2:00 PM EST | Not to exceed $22,500,000.00 | $24,950,000.00 | Baltazar Contractors Inc. |
Description | |||
Bid No. 22-22: WPF Rapid Sand Filter No. 6A Underdrain Replacement
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
03/09/2022 @ 2:00 PM EST | Not to exceed $670,000.00 | $440,000.00 | R.H. White Construction Co., Inc. |
Description | |||
Bid No. 22-21: Price Agreement Various Large Valves Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at Raemarie.walker@waterandsewer.org
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
03/09/2022 @ 2:00 PM EST | Not to exceed $250,000.00/ per year. | Not to exceed $250,000.00/ per year. | H.R. Prescott & Sons, Inc. |
Description | |||
Bid No. 22-20: Price Agreement for Phosphoric Acid Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at Raemarie.walker@waterandsewer.org
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
03/02/2022 @ 2:00 PM EST | Not to exceed $340,000.00/ per year. | $1,700.00/Ton | Astro Chemicals, Inc. |
Description | |||
Bid No. 22-18: Price Agreement for Liquid Caustic Soda Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at Raemarie.walker@waterandsewer.org
| |||
Bid Opening Date | Contract Bid Price | Contract Amount | Contract Awarded To |
02/14/2022 @ 2:00 PM EST | $815.00 Per Ton | $326,000.00 Per Year | Univar Solutions USA Inc. |
Description | |||
Bid No. 22-17: Price Agreement for Various Plumbing Supplies Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at Raemarie.walker@waterandsewer.org
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
03/10/2022 @ 2:00 PM EST | Not to exceed $200,000.00/ per year. | NTE $200,000.00 annually | Ferguson Waterworks |
Description | |||
Bid No. 22-16: Price Agreement for Cationic Liquid Polyelectrolyte Plans and specifications will be available electronically (in PDF format) by request by emailing the Chief Procurement Officer at theo.theocles@waterandsewer.org.
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
02/01/2022 @ 2:00 PM EST | Not to exceed $400,000.00/ per year. | $1.150/ LB | Polydyne Inc. |
Description | |||
Bid No. 22-15: 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.
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
01/11/2022 @ 2:00 PM EST | Not to exceed $250,000.00 | $2,100/ Ton | JCI Jones Chemicals, Inc. |
Description | |||
Bid No. 22-14: Price Agreement for Telemetry devices. Bid pricing is being accepted for the following two product solutions: 1) Orion Cellular LTE-M/LTE-MS Endpoints and 2) Badger HRE-LCD absolute encoder register with Orion Cellular LTE-M/LTE-MS Endpoints. Plans and specifications will be available electronically (in PDF format) by request by emailing the Assistant Procurement Officer at raemarie.walker@waterandsewer.org.
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
12/20/2021 @ 2:00 PM EST | Not to exceed $200,000.00 | $267,750.00 | Stiles Company, Inc. |
Description | |||
Bid No. 22-12 Price Agreement for Single Jet Water Meters and Replacement Registers Plans and specifications will be available electronically (in PDF format) by request by emailing the CPO at theo.theocles@waterandswer.org.
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
12/14/2021 @ 2:00 PM EST Note: This is a Revised Bid Opening Date (revised 12/1/2021) | $150,000.00/YR | Metro-Farnier LLC |
Description | |||
Bid No. 22-09 Supply and Install Three Automated Security Gates at Two (2) Commission Locations Plans and specifications will be available electronically (in PDF format) by request by emailing the CPO at theo.theocles@waterandswer.org.
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
12/20/2021 @ 2:00 PM EST Note: This is a Revised Bid Opening Date (revised 12/14/2021) | Not to exceed $75,000.00 | $73,500.00 | Brodeur-Campbell Fence Co., Inc. |
Description | |||
Bid No. CA-22-01 FY22 Sanitary Sewer Infrastructure Improvements. Plans and specifications will be available electronically (in PDF format) by request by emailing the Consultant Project Manager Bryan Ruoff at bryan.ruoff@stantec.com.
| |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
10/13/2021 @ 2:00 PM EST | Not to exceed $1,000,000.00 | TBD | TBD |
Description | |||
Bid No. 22-04: Price agreement for dense graded crushed stone (3/4 inch and 1 1/2 inch), Gravel Borrow, Modified Rock Fill (rip rap), and winter treated sand. Term: 1 Year Contract with Two (2) one-year in length renewal options. | |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
10/12/2021 @ 2:00 PM EST | Not to exceed $100,000/year | $100,000.00/YR | Tonlino & Sons LLC |
Description | |||
Bid PA-22-02 Purchase of Sand, Loam, Stone and Gravel | |||
Bid Opening Date | Contract Estimate | Bid Price | Contract Awarded To |
9/16/2021 @ 2pm | $150,000.00/YR | Ginmar Enterprises Inc. |