Print

Bid Title: IFB: Controls and HVAC Upgrades - Bennett Hemenway School (Avail. 4/1/26. Do not request prior.)
Category: Building Construction
Status: Open

Description:

TOWN OF NATICK, MASSACHUSETTS

 

INVITATION FOR BIDS

 

 

Pursuant to the provisions of the General Laws of the Commonwealth of Massachusetts, (the Town of Natick, the Awarding Authority, (hereinafter referred to as "Owner"), invites sealed Bids for the General Contract from responsible and eligible bidders for Natick Bennett-Hemenway Elementary School Controls and HVAC Upgrades.

 

DCAMM Certification is required for the project in the following category: Mechanical Systems.

 

Sealed Bids shall be received for the General Contract until May 1, 2025, at 9:00 A.M. local time, at the Natick DPW Building, 75 West Street, Natick, MA 01760, at which time and place they will be opened in the presence of a witness, read and registered. Viewing of the bid opening may be had at the following ZOOM site:

 

Join Zoom Meeting https://us06web.zoom.us/j/88170751823 Meeting ID: 881 7075 1823.

 

Filed sub-bids in the following categories will be accepted until April 17, 2025, at 9:00 A.M. local time, at the Natick DPW Building, 75 West Street, Natick, MA 01760, at which time and place they will be opened in the presence of a witness, read and registered. 

 

Electrical – (DCAMM certification category: Electrical Work)

 

Viewing of the sub-bid opening may be had at the following ZOOM site:

 

Join Zoom Meeting https://us06web.zoom.us/j/83900591522 Meeting ID: 839 0059 1522.

 

No faxed or email, or conditional bids shall be accepted. If the Procurement Office within the DPW Building is closed due to weather or other emergency, the deadline for receipt of bids shall be extended until 9:00 A.M. local time on the next business day upon which the Procurement Office is open for business.

                                                                                  

Each and every Bid shall be submitted on the Bid Form furnished with the Bidding Documents. Each and every Bid shall be sealed in an envelope which is clearly marked in the lower left hand corner "BID FOR Natick Bennett-Hemenway Elementary School Controls and HVAC Upgrades.”

            

This Invitation for Bids contemplates the following Work to be performed: 

Replacement of the automatic temperature controls building management system. Installation of air to water heat pump chiller, including piping, insulation, concrete pad, chemical treatment, pumps, and control.    Replacement of boilers with condensing boilers.  

 

The Contractor shall supply all labor, materials and equipment necessary to complete the work shown on the Contract Drawings and hereinafter contained in the Specifications.

 

The Invitation for Bids (“IFB”) may be obtained from the Procurement Office, Natick Public Works, 75 West Street, Natick, MA   01760, between 8:00 A.M. and 4:00 P.M. local time, Monday through Thursday, and between 8:00 A.M. and 12:00 P.M. (noon) local time, Friday, by emailing , beginning on April 1, 2026. 

 

Complete instructions for filing Bids are included in the Instructions to Bidders.  Every Bid shall be submitted in full accordance with those Instructions to Bidders.   Bids shall be valid only when accompanied by all of the following: (1) a fully completed and properly executed "Bid Form for General Bid"; (2) Bid security in the amount of five percent (5%) of the amount bid, in a form as described in the Instructions to Bidders and made payable to the "Town of Natick.”

 

Attention of the Bidder is called to the requirements for minimum prevailing wage rates to be paid under this Contract and the reporting associated thereto. Minimum prevailing wage rates are required as per M.G.L, c, 149, §§ 26 to 27D, inclusive.  Minimum prevailing wage rates determined by the Commissioner are as contained in the Supplementary Conditions section of the Contract Documents.

 

Bids for this Contract are subject to the provisions of M.G.L. c. 149, secs. 44A et seq.  The successful Bidder will be required to furnish a Payment and Performance Bond, with a surety company which is acceptable to Owner, each in the amount of one hundred percent (100%) full amount of the Contract.  Contract payment will be by the unit price and lump sum price method as indicated on the Bid Form.  No Bidder may withdraw his Bid for a period of thirty (30) days after the date designated above for the opening. The Owner reserves the right to reject any or all Bids or to accept any Bid deemed by it to be in the best interest of the Town of Natick, and, to the extent permitted by law, to limit the extent of the work to keep within the limits of available funds. The award of any Contract pursuant to this Invitation for Bids is subject to appropriation by Natick Town Meeting.

 

Bidder’s attention is directed to the Non-Discrimination in Employment and Affirmative Action Program requirements of this Contract. The requirements of these programs are explained in the Instructions to Bidders and in Part I of the Supplementary Conditions of the Contract. 

 

This agreement is for services related to a project that is subject to the Build America, Buy America Act (BABAA) requirements under Title IX of the Infrastructure Investment and Jobs Act (“IIJA”), Pub. L. 177-58. Absent an approved waiver, all iron, steel, manufactured products, and construction materials used in this project must be produced in the United States, as further outlined by the Office of Management and Budget’s Memorandum M-22-11, Initial Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, April 18, 2022.

 

            All provisions of the Federal Davis Bacon Act shall be incorporated herein by reference. 

 

 

TOWN OF NATICK

 

 

Town Administrator

James Errickson

 

 

 

 

Publication Date/Time:
3/25/2026 1:00 PM
Closing Date/Time:
5/1/2026 9:00 AM
Plan & Spec Available:
Available 4/1/26 from bleblanc@natickma.org (beginning at 8 AM). Do not request prior. Request during regular business hours only, 8-5, M-R; 8-12 Noon, F.
Plan Holders List:
Harold Bros., 44 Woodrock Road, Weymouth, MA 02189; Energy Management Consultants, Inc., 55 Industrial Way, Portland, ME 04103; Richard T. Losordo Electrical Services, Inc., PO BOX 518, NORTH EASTON, MA 02356/244 Liberty Street, Unit 8A, Brockton, MA 02301; Riverdale Plumbing & Heating, Inc. 35 Merchants Drive, Walpole, MA 02081; Your Electrical Solution (YES) 345 Washington Street, Pembroke, MA 02359; Systems Contracting, Inc., 7 Scobee Circle, Plymouth, MA 02360; J.C. Cannistraro, LLC, 201 Jones Road | Waltham, MA 02451; Wayne J. Griffin Electric, Inc., 116 Hopping Brook Road, Holliston, MA 01746; Enterprise Equipment Co., Inc., 276 Libbey Parkway, Weymouth, MA 02189; Finnbar Mechanical, 11 Robbie Road, Unit 3, Avon MA 02322; Brite-Lite Electrical Co., Inc., 65 Sharp Street, Unit B, Hingham, MA 02043; Green Environmental, 296C Weymouth Street, Rockland, MA 02370; CAM H.V.A.C. & Construction, LLC, 116 Lydia Ann Road, Smithfield, RI 02917; F. Williams, 80 Research Rd, Hingham, MA 02043; Renaud HVAC & Controls, Inc.,
11 John Road, Sutton, MA 01590; Dodge Construction Network, 2860 South State Hwy 161, Suite 160 #501, Grand Prairie, TX 75052-7361; ProjectDog, Inc., 18 Graf Road #8, Newburyport, MA 01950; Dagle Electrical Construction Corp., 68 Industrial Way, Wilmington, MA 01887; ConstructConnect Rookwood Exchange, 3825 Edwards Rd, Cincinnati, OH 45209; GENERAL AIR CONDITIONING & HEATING, INC., 7 GASTON STREET, DORCHESTER MA 02121; Royal Steam Heater Co., 499 Main Street, Gardner, MA 01440

Return To Main Bid Postings Page