SLED Opportunity · MASSACHUSETTS · TOWN OF HINGHAM

    Lincoln School Apartments Kersey Community Room, Kitchen and Laundry Room Renovation Project

    Issued by Town of Hingham
    cityIFBTown of HinghamSol. 226901
    Closed
    STATUS
    Closed
    due Mar 18, 2026
    PUBLISHED
    Feb 25, 2026
    Posting date
    JURISDICTION
    Town of
    city
    NAICS CODE
    236118
    AI-classified industry

    AI Summary

    Renovation and ADA accessibility improvements for community, kitchen, and laundry rooms at Lincoln School Apartments senior housing in Hingham, MA.

    Opportunity details

    Solicitation No.
    226901
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    February 25, 2026
    Due Date
    March 18, 2026
    NAICS Code
    236118AI guide
    Jurisdiction
    Town of Hingham
    Agency
    Town of Hingham

    Description

    The Lincoln School Apartments (LSA), 86 Central Street, Hingham, MA, is an affordable senior housing community in a 1912 brick school building. Owned by the Town of Hingham and operated by Lincoln School Apartments, LLC, the building houses seniors 62+ and individuals with disabilities.

    Accessibility improvements to the Kersey Community Room, kitchen, and laundry room, including ADA-compliant cabinetry, counters, sinks, appliances, walkways, and laundry hookups. Scope includes all required electrical and plumbing work.

    Funded partially through Massachusetts Office of Disability (MOD) grant and the LSA Replacement Reserve. Work must comply with MOD grant requirements.

    Background

    The Town of Hingham, Massachusetts, acting by and through the Hingham Affordable Housing Trust, a municipal trust under M.GL. c. 44, Section 55C (the Owner and Awarding Authority) is accepting sealed bids related to the Lincoln School Street Apartments ADA Laundry Room Renovation Project.

    Bids for the Work are subject to the provisions of General Laws Chapter 149, Sections 44A- 44J inclusive, as amended and Section 39M through 39R of Chapter 30 as amended. Regulations governing bidding procedure as set forth in above mentioned General Laws must be followed. In the event of any inconsistencies between any of the provisions of these Bidding Documents and of the cited statute, anything herein to the contrary notwithstanding, the provisions of the said statute shall control.

     

    Total Project Estimate: $350,000

    Project Details

    • Reference ID: LSAADARENOGC126
    • Department: Lincoln School Apartments
    • Department Head: Jennifer Oram (Zoning Administrator)

    Important Dates

    • Questions Due: 2026-03-12T15:00:06.476Z
    • Pre-Proposal Meeting: 2026-03-04T16:00:56.272Z — 86 Central Street at the FRONT ENTRANCE

    Addenda

    • Official Notice #1: Mandatory Site Visit (released 2026-03-03T13:07:51.188Z) —

      This Notice is to all Contractors: 

      As a reminder of the site visit, a check in sheet will be provided for contractors that attend. Please be sure to have your representatives sign the sheet prior to the meeting. 

      A Question Sheet will be provided as well. Questions and Answers shall only be submitted through the OpenGov platform to ensure the right information is being given to all Contractors. 

      Please note, this posting has two solicitations, one for the Filed Subs and one for General Bidders. Please submit your bids accordingly. 

    • Addendum #1 (released 2026-03-05T14:15:19.807Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #2: Sign In Sheet FINAL (released 2026-03-04T17:18:24.531Z) —

      This Notice is to all Contractors: 

      Attached is the official sign in sheet for the project's site visit.

      As a reminder, Questions that are submitted through OpenGov will be answered promptly. 

    • Addendum #2 (released 2026-03-05T19:53:19.798Z) —

      This Addendum is to all Contractors: 

      Please see the attached for the Access Lighting Spec Sheet. 

       

    • Official Notice #3: First Round of Questions (released 2026-03-05T18:03:13.185Z) —

      This Notice is to all Contractors: 

      The Town has received multiple questions related to the specs provided. We are working on retrieving the answers and will update the portal as soon as possible.

       

    • Addendum #3 (released 2026-03-09T16:14:31.075Z) —

      This Addendum is to all Contractors: 

      Please see the attached for the official Filed Sub Bid Questions and Answers Addendum.

    • Official Notice #4: Summary of Sub Bids and GC Questions (released 2026-03-11T16:49:04.572Z) —

      This Notice is to all Contractors: 

       

      The Town is currently conducting its due diligence with the Sub Bids received. A summery of bids with tabulation sheet will be presented to GC's as soon as possible.

       

      In addition, GC answers will start to be answered. 

    • Addendum #4 (released 2026-03-12T16:31:24.775Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #5 (released 2026-03-12T17:58:40.539Z) —

      This Addendum is to all Contractors: 

      Attached is the Summary of Sub Bids received. The Town did not receive a responsive electrical sub bidder, therefore, GC to carry with their general bid. 

    • Official Notice #5: Bid Submission Deadline Extended (released 2026-03-16T13:45:22.767Z) —

      This Notice is to all Contractors: 

       

      An official Addendum was issued extending the General Bid Deadline. This is to give the GC's more time in relation to the Electrical portion of their bid. Please review the current questions that have been answered to date. A formal Addendum will be issued 48 hours prior to bid opening. 

    • Addendum #6 (released 2026-03-12T18:26:12.014Z) —

      This Addendum is to all Contractors: 

      Attached are documents to assist in answering the C.149 Specifications Question. 

    • Official Notice #6: FINAL NOTICE (released 2026-03-31T18:13:16.777Z) —

      This Notice is to all Contractors:

       

      The required participation goals for this project have been confirmed and are located in the Attachments Section.

       For the Apparent Low Bidder: Please be sure to read the immediate 5 days following the General Bid opening instructions. 

    • Addendum #7 (released 2026-03-12T18:31:56.880Z) —

      This Addendum is to all Contractors: 

      The attached document will assist in answering the Existing Building Question. 

    • Addendum #8 (released 2026-03-12T18:35:44.653Z) —

      This Addendum is to all Contractors: 

       

      Attached are the revised Common Room Drawings 

    • Addendum #9 (released 2026-03-12T18:48:11.430Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #10 (released 2026-03-16T13:34:43.736Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #11 (released 2026-03-18T13:55:42.269Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

       

       

    • Addendum #12 (released 2026-03-18T14:24:35.136Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #13 (released 2026-03-23T17:05:24.490Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

       

      The Town is working on receiving the final participation goals for the bid. Therefore, we have extended the bid opening via Addendum.

    • Addendum #14 (released 2026-03-24T14:21:54.525Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #15 (released 2026-03-31T18:09:09.459Z) —

      This Addendum is to all Contractors: 

       

      Please see below the information related the participation goals. These can also be found in the Attachments Section. 

       

      In addition, the complete GC Questions & Answers that were received. 

    • Addendum #16 (released 2026-03-31T18:17:42.643Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Instructions for Electronic Submittal

      The Town of Hingham is exclusively accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.

      By responding to this Invitation for Bid, the bidder agrees that they have read and understand this document as well as any other applicable laws related to c. 149. 

       

      All bids that are not submitted through the OpenGov Portal will be deemed not acceptable by the Town. 

    • Requirements of Bidders (For all materials, supplies, services and equipment)

      Pursuant to the Commonwealth of Massachusetts General Laws, and the General By-Laws of the Town of Hingham, Massachusetts, any vendor entering into a contract with the Owner is required to certify certain facts and supply the Owner with necessary documentation.  If the Select Board determines that the vendor or Contractor is not in compliance the Owner may refuse to issue, reissue, renew or extend such contract or agreement.

      1. Posting of Bid Bond
        Each Bid must be accompanied by a Bid Bond or Certified Check for not less than 5% (five percent) of the bid price, with a surety company satisfactory to the Owner, payable to the Town of Hingham, MA, said Bid Bond to be returned to the Bidder unless forfeited under the conditions herein stipulated. A scanned copy of the Bid Bond should be uploaded via Bid Response Section and submitted with the response. Such Bid Bond will be returned to all except the three lowest responsible and eligible Bidders within ten business (10) days, Saturdays, Sundays and legal holidays excluded, after the formal award of the bids. NOTE: the Owner is not responsible for any cost associated with preparing your bid package.
      2. Certificate of Insurance Liability
        Each successful Bidder will be required to present to the Owner a Certificate of Insurance, which is to include coverage for General Liability, Automobile Liability, Excess Liability, Property Damage, and Worker Compensation and Employers Liability.  The Town of Hingham, Massachusetts shall be named as a certificate holder on the company’s Certificate of Insurance. Certificates are required from each successful Bidder within ten days from the award of the bid.

        INSURANCE REQUIREMENTS
      3. Prevailing Wage Law/Schedule
        All wages paid for labor on the work to be performed under each service contract for a public works construction project shall not be less than those prescribed by the Commissioner of Labor and Industries in accordance with the Massachusetts General Laws; Chapter 149, Section 26 and 27, as amended.  Employers must submit weekly payroll records to the awarding authority for all employees who have worked on the project. 
      4. Equal Employment Opportunity Contractor
        Companies submitting bids for services certify that they are an Equal Opportunity Employer, as adopted by the Commonwealth of Massachusetts Supplemental Equal Employment Opportunity, Anti-Discrimination and Affirmative Action Program.
      5. Authorized Signatures
        All bids submitted for all work, materials and services must be submitted with the Authorized Signatures Form, as this can be found within the Bid Response Section and are required as part of the bid.
      6. Record Keeping
        The Contractor shall make, and keep, at least six (6) years after final payment, books, records, and accounts which, in reasonable detail, accurately and fairly reflect the transactions and dispositions of the Contractor, and until the expiration of six (6) years after final payment, the Office of the Inspector General, and the Deputy Commissioner of Capital Planning and Operations shall have the right to examine any books, documents, papers or records of the Contractor or of his/her Subcontractors that directly pertain to, and involve transactions relating to the Contractor of his/her Subcontractors.
        All record keeping shall be in full compliance with the Massachusetts General Law, Chapter 30, Section 39R.
      7. Out of State Bidders
        Bidders having their place of business outside the Commonwealth of Massachusetts are considered a “Foreign Corporation”, as defined in M.G.L., Chapter 156D Section 1.40.  Each “Out of State” Bidder shall furnish with their bid, certification from the Secretary of State verifying qualification to do business in the Commonwealth, in accordance with M.G.L., Chapter 30, Section 39L.
      8. Payment Bond
        A payment bond in the sum of fifty percent (50%) of the Bid/Contract Price, from a surety company qualified to do business under the Laws of the Commonwealth of Massachusetts and satisfactory to the Owner will be required of each successful Bidder for services provided to the Owner within ten days from the award of the bid for the faithful payment by the Contractor of all subcontractors, materials suppliers and other obligations of the Contractor associated with this Contract.

        All but 10 percent of the surety can be eliminated from the job within 30 days substantial completion of the job. The remaining 10 percent can be eliminated 365 days after substantial completion of the job.
      9. References
        The Owner requires positive reference checks. Bidders shall upload the required information in the Bid Response Section.  
      10. Tax Compliance
        Any company contracting with a municipality must certify that they have complied with all Tax Laws of the Commonwealth of Massachusetts, as provided with the Massachusetts General Laws, Chapter 62C, Section 49A.
    • Bid Submission Requirements

      To be considered responsible and eligable, Bidders shall submit all of the required documents in the Bid Response Section. 

      The Owner reserves the right to award the contract to the most responsive and responsible low Bidder.

      Minor omissions, informalities or irregularities may, at the sole option and discretion of the Owner, be corrected subsequent to the Bid due date.  

    • Town's Consultant

      The Town has retained an engineering consultant to assist with the Project; referred to herein as the Consultant. The Consultant is Egan Architects, LLC

    • Qualifications and Licensing

      Contractor must be DCAMM Certified in General Construction.

      All Bidders are notified that they must be licensed under prevailing state and local laws and regulations governing the proposed work.

      All work and materials shall comply in every respect with the building laws, state and town regulations, and the directions of the inspector of buildings and such building laws, regulations and directions are to be considered as a part of the Contract to which it relates.

    • Scope of Work and Project Documents

      The bid documents available for this project are located in the Attachments Section 

    • Billing Address

      Town of Hingham

      210 Central Street 

      Hingham, MA 02043

    • Questions

      Questions shall be submitted via Town’s e-Procurement Portal Question & Answer feature by 11:00 am on Thursday, March 12, 2026 in order to allow all bidders time to incorporate answers into their bids. Note that oral communications are not binding on the Town and only written responses by the Town will be considered. No response will be made for any questions received after the question due date and time, unless the Town determines it necessary. Failure to request clarification of any inadequacy, omission, or conflict will not relieve the Bidder of any responsibilities under this Bid or subsequent contract.  

    • Bidding Procedures

      Bids for the Work are subject to the provisions of General Laws Chapter 149, Sections 44A- 44J inclusive, as amended and Section 39M through 39R of Chapter 30 as amended. Regulations governing bidding procedure as set forth in above mentioned General Laws must be followed.

      In the event of any inconsistencies between any of the provisions of these Bidding Documents and of the cited statute, anything herein to the contrary notwithstanding, the provisions of the said statute shall control.

      No claims for immunity or exceptions predicated upon misunderstanding or failure to correctly interpret the “Invitation for Bid” or the contract Documents will be allowed. 

    • Changes to the Scheduling Addenda

      A change may be made by the Procurement Officer if, in the sole judgment of the Town, the change will not compromise the objectives of this procurement.  A change to this schedule will be made by a formal addendum issued by David Sequeira, Procurement and Contracts manager. Addenda issued shall become part of this specification and will be included as part of the final Contract. It is the responsibility of the interested Bidder to assure that they have received any Addenda. All Addenda must be acknowledged via Town’s e-Procurement Portal

       

      Failure to acknowledge any addenda may result in disqualification 

    • Bid Security

      A 5% bid security (bond or certified check) is required with each bid. For fully executed bid bonds, scan and upload them as part of your electronic bid submission. Treasurer's, cashier's or certified checks may be scanned and uploaded also, then the original must be mailed or delivered to: Hingham Department of Public Works located at 25 Bare Cove Park Drive, Hingham, MA 02043, Attn: David Sequeira. If the scanned check is uploaded prior to bid due date and time, it will be considered as received.

    • Bid Response Date and Submittal
      1. Completed bids must be received no later than Friday, April 3, 2026 at11:00 am  via Town’s eProcurement Portal. Respond to the bid by clicking on “Draft Response” on the bid’s public page. LATE BIDS WILL NOT BE CONSIDERED. The Town of Hingham requires the bid to be submitted by an official authorized to legally bind the Bidder.
      2. The official time will be the Eastern Time Zone as displayed at http://time.gov on the bid open date.
      3. Bids must be submitted via Town’s e-Procurement Portal. No E-mail or Hard copies will be accepted.

      The Bidder has full responsibility to ensure the Bid is submitted at the Hingham Town’s e-Procurement Portal within the deadline. The Town of Hingham assumes no responsibility for any delays in bid submission. Bids will be opened automatically on the portal on Friday, April 3, 2026 at 11:00 am.

       

      The Town's portal will not allow bids to be uploaded after the IFB due date and time. 

    • Final Payment

      The Town’s liability for payments are subject to the appropriation of sufficient funds.

      The acceptance of final payment by the Contractor shall constitute a waiver of any and all claims against the Town by the Contractor arising under this Agreement. 

    • Town's Right Reserved

      The Awarding Authority reserves the right to reject any and/or all bids, waive minor informalities and award the contract in the best interest of the Town. 

       
    • Money may be Retained

      The Owner may at any time keep any monies, which would otherwise be payable, and apply the same or as much as may be necessary to the payment of any expenses, losses or damages, incurred by the Owner and in accordance with provisions of Massachusetts General Law, Chapter 30, Section 39G, as amended by Chapter 506 of the Acts of 1976.

      A 5% retainage will be held for all work completed and stored. 

      Retainage Release. Upon substantial completion in accordance with the Owner-Contractor agreement, applicable law, and the Town’s procedures on contract close-out, the Owner shall release retainage to the Contractor, provided that the Owner, pursuant to advice of the architect, engineer and/or project manager shall reserve sufficient funds for completion of all incomplete and unsatisfactory work, and payment of any direct payment demands and other claims against the Contractor.

       

    • Questions and Additional Information

      Bidders requiring additional information, or interpretation of the specification and bid documents, must make request for such information through the question section of the electronic bid portal. Should the bidder find discrepancies in, or omissions from, the plans, specifications, or other contract documents, or should the bidder be in doubt as to their meaning, it should be submitted through the portal prior to the submission deadline.

       

      Answers to all requests will be published on the project portal and registered bidders will be notified when answers are published. No other explanation or interpretation will be considered official or binding.

       

      As a registered bidder, you will also receive addenda notifications to your email by clicking “Follow” on this project

    • Addenda

      The Town may, during the bidding period, advise the Bidders by posted and published addenda of additions, omissions, or alterations in the Specifications and drawings. All such changes shall become a part of the contract and shall be included in the work covered by the bid.

       

      Failure to acknowledge any addenda may result in disqualification.

    • Additional Items

      The Owner reserves the right to add related items to this contract during the contract term upon agreement by both parties as to the price. Approval must be given in writing by the Town.

       

    • Bid Opening

      Bids shall be publicly opened automatically via Town's e-Procurement Portal on Friday, April 3, 2026 at 11:00 am

    • Communications Related to this IFB

      All vendor communications concerning this Invitation for Bid shall be directed exclusively via the Questions and Answers Section. 

       

      FURTHER EXPLANATION TO BIDDERS

       

      1. No oral interpretation will be made. Any interpretations made to bidders will be in the form of an addendum to the Specifications and Drawings posted. 
      2. Discrepancies, omissions or doubts as to the meaning of Specifications and drawings should be communicated at once to the Owner’s Project Representative for interpretation. This request for clarification must be made in writing through the Question Section of the Portal. Bidders should act promptly and allow sufficient time for a reply to reach them before the submission of their bids and any interpretation made by the Owner’s Project Representative and/or the Engineer/Architect prior to receipt of bids shall be posted on the project portal as an addendum and made a part of the Contract.
      3. Verbal explanations or instructions will not be binding during the bidding process. Only written addenda are binding. Written addenda resulting from requests for clarifications will be posted on the Project Portal and notification will be sent from the system to all registered bidders. All Bidders will be required to acknowledge all addenda before the system will allow bids to be submitted.   
      4. In the absence of an interpretation by the Engineer/Architect should the Specifications disagree in themselves or with the drawings, the better quality or the greater quantity of work or materials shall be estimated upon and, unless otherwise ordered, shall be furnished.
      5. Requests for clarifications by a prospective Bidder regarding the specifications, or other bid documents must be presented in writing, through the Question section of the project portal. 
    • Contract Award

      The Town of Hingham will award a contract to the LOWEST RESPONSIVE AND RESPONSIBLE BIDDER based on the BASE BID PRICE plus ADD/ALT 1 (Bid Price) which is within the Town’s budgeted amount. If the Town has sufficient funding for the Base Bid of the prospectively Awarded Contractor, but not for ADD/ALT 1, the ADD/ALT 1 will be deducted and the contract will be awarded at the Base Bid Price. Bidder must meet the terms of the specifications. The Town reserves to itself the right to accept or reject any and all bids, or to allow or deny variations from these specifications.  

       

    • Rights Reserved by the Owner

      The Owner reserves the right to terminate this contract at any time, or for any reason deemed in the best interest of the Owner.

       

    • Owner/Town/Awarding Authority

      Where the term Owner and/or Awarding Authority is used in these Specifications, and other Contract Documents, same refers to the ("Town") Town of Hingham, Massachusetts, or the Hingham Affordable Housing Trust. 

    • Method of Award - Lowest Responsible and Eligible

      The award will be made to the lowest responsible and eligible bidder.

      It is critical that the bidder complete all documentation that is required with this IFB for full eligibility

    • Sales Tax

      The Town of Hingham and all of its departments are exempt from Massachusetts Sales Tax.  A copy of the Certificate of Exemption is available upon request.

       

    • Method of Award

      The Owner will consider the bid portion of the price Bid based on the following order: 

      Bid Price which will include the BASE BID plus ADD-ALTERNATE 1. 

    • Add Alternates

      This contract requires Bidders to bid on additional contract work that will be considered for award contingent upon available funds. The award of this project does not guarantee work for add alternate(s) section(s). The Bidder shall submit a bid for each add alternate(s) on the bid form sheet provided. The Owner shall award the contract on the value of the BASE BID plus Add Alternate 1. Add Alternate 2 will be added to the awarded contract if Owner has available budget. Add Alternate 1 will be deducted from the awarded contract if Owner has available budget for the Base Bid only.

      See section QUALIFICATIONS, SPECIFICATIONS and SCOPE OF WORK for information regarding the alternates. Bid on the alternates in section BID PRICE.

    • Insurance Requirements

      A “Certificate of Insurance” demonstrating the following requirements are in effect must be provided with this bid response:

      1. The Contractor shall agree to hold harmless and indemnify the Town of Hingham, and save each from any and all costs, loss, expense, liability, damages or claims for damages, including costs for defending any action on account of any injury or damages done to buildings, property or any person, firm, corporation or association, and on account of an injury, including death to any person or persons arising or resulting from the services provided under this contract or from any act, omission or negligence of the Contractor, their agents or employees.  The foregoing provisions shall not be deemed to be released, waived or modified in any respect by reason of any surety or insurance provided by the Contractor under this contract.
      2. All insurance coverage on the vehicles used in this contract must be with insurance companies licensed in Massachusetts and approved by the State Insurance Commissioner.  No self-insurance by posting of bonds will be allowed under this contract.
      3. The Contractor shall keep in force at all times during the life of the contract, liability insurance in the amount of at least one (1) million dollars ($1,000,000) combined single limit, including bodily injury and property damage with the Town of Hingham, the Hingham Recreation Department named as Additional Insured. In the event of policy cancellation or non-renewal (for other than non-payment of premium), thirty (30) days’ notice to the Town of Hingham is required. For cancellation by reason of non-payment of premium, ten (10) day notification is required.  A binding letter from the insurance company stating that this coverage will be in effect must be submitted as a part of the bid as well as at any point in time during the duration of this contract and when any given insurance policy is modified and/or renewed.  Upon execution of the contract, the contractor shall submit a copy of the coverage selections page and a copy of the policy when issued.
      4. The Contractor shall keep in force at all times during the life of the contract proper Worker Compensation coverage.  A binding letter from the insurance company stating that this coverage will be in effect must be submitted as a part of the bid. Upon execution of the contract, the contractor shall submit a copy of the coverage selections page.
      5. The Contractor shall immediately report all accidents to the Town Engineer or his designee, and to their insurance company.
    • Fuel Escalation

      The Owner will not allow escalation of prices during the contract term for fuel adjustment.

    • Compliance
      1. The contractor selected shall be expected to comply with all applicable federal and state and local laws in the performance of its services.
      2. The consideration of all Bids and subsequent selection of the successful applicant shall be made without regard to race, color, religious creed, national origin, sex, sexual orientation, age, ancestry, or handicap.
      3. The successful applicant shall adhere to the provisions of the Fair Employment Practices Law of the Commonwealth of Massachusetts, M.G.L. Chapter 151B.
      4. The provisions relating to nondiscrimination and affirmative action in employment shall flow through all contracts and subcontracts that the successful applicant may receive or award as a result of this contract.
      5. The following items are required in conjunction with all bids submitted. 
        1. DCAMM Certificate 
        2. Update Statement 
        3. Certificate of Non-Collusion and Good Faith 
        4. Certificate of Tax Compliance 
        5. Bid deposit in the amount of 5% of the contract amount
        6. Any other documentation in the Bid Response Section

      Failure to submit required documents shall result in disqualification of the bid per M.G.L.

    • Contractor
      1. Where the term Contractor or General Contractor is used in the Specifications, shall mean the Contractor mentioned as such in the Agreement.
      2. Where reference is made to Subcontractors, such reference is intended for reasons of clarification and the relationship between the Contractor and said Subcontractors shall be in accordance with the General Conditions.
    • Changes to the Scheduling Addenda

      A change may be made by the Procurement and Contracts Manager if, in the sole judgment of the Town, the change will not compromise the objectives of this procurement.  A change to this schedule will be made by a formal addendum issued by David Sequeira, Procurement and Contracts manager. Addenda issued shall become part of this specification and will be included as part of the final Contract. It is the responsibility of the interested Bidder to assure that they have received any Addenda. All Addenda must be acknowledged via Town’s e-Procurement Portal

    • Changes not to Affect Bond

      It is distinctly agreed and understood that any changes made in the drawings and specifications for this work, whether such changes increase or decrease the amount of work required, or any change in the manner or time of payments made by the Owner to the Contractor, shall in no way void, release or affect the liability and surety on the bond given by the Contractor.

    • Applicable Laws

      In the event of any inconsistencies related to the solicitation, all applicable laws shall control.

    • Insurance

      The Owner must be listed as “additional insured” on the insurance certificate.

    • Changing Bids

      Bids may be changed at any time prior to the bid open date and time. To change a bid, log in to your vendor account: https://procurement.opengov.com/login, and go to your submitted proposal. Click on “Unsubmit Proposal”, make the required changes, and submit the proposal again.

    • Indemnification

      The Contractor agrees to defend, indemnify and save harmless the Owner, its officers, agents, servants and employees from and against any and all liability, damages, costs or expenses, causes of action, suits, judgments, losses and claims of every name not described, including attorneys’ fees and disbursements, brought against the Owner which may arise, be sustained, or occasioned directly or indirectly by any person, firm or corporation arising out of or resulting from the performance of the services by the Contractor, arising from any act, omission or negligence of the Contractor, its agents and employees, or arising from any breach or default by the Contractor under this Agreement. Any damages found by the Owner to be the direct result of the Contractor’s performance under this contract will be the responsibility of the Contractor.

    • Withdrawing Bids

      Bids may be withdrawn any time before the bid open date and time. To withdraw a bid, login to your vendor account: https://procurement.opengov.com/login, go to your submitted proposal. Click on “Unsubmit Proposal."

      Bidders may withdraw a bid, without penalty, between the close of the bid due date up to the time of Award, and upon demonstrating, to the satisfaction of the Awarding Authority, that a bona fide clerical error was made during the preparation of the bid. Failure to conclusively demonstrate a bona fide clerical error may result in forfeiture of the bid deposit.

      In the event of a General Bid Withdrawal after Opening of Bids, the Awarding Authority shall consider the bid from the next lowest eligible and responsible bidder.

    • Prevailing Wage Rates

      Pursuant to the provision of MGL Chapter 149, as amended, the Contractor (and his Sub-Contractors), will be obligated to pay all workers in the covered classes the applicable prevailing wage rates and supplements. The minimum hourly wage rate to be paid the various classes of labor performing work under this contract shall be in accordance with schedules which have been established by the Massachusetts Department of Labor during the contract term.

    • Sub-Bid Withdrawal/Substitution
      1. Selection: Should a filed sub-bidder listed on the Form for General Bid of the selected General Contractor withdraw its bid, be unable to provide performance and payment bonds as required by the selected General Contractor, or otherwise refuse to sign a subcontract with the selected General Contractor, the awarding authority and the selected General Contractor shall make no objection and substitute a new sub-bidder for such trade.
      2. Process: If the selected General Contractor:
        1. Required bonds (on the Form for General Bid) for the sub-bidder who withdrew then the selected General Contractor’s contract amount shall be adjusted to account for:
          1. The difference between the amount of the sub-bid listed on the Form for General Bid and the amount of the replacement sub-bid, and
          2. The incremental difference in the cost of the General Contractor bond premiums, but
          3. There will be no compensation for additional subcontractor bond premiums.
        2. Did not require bonds (on the Form for General Bid) for the sub-bidder who withdrew and now the selected General Contractor wants bonds from the replacement sub-bidder, then the selected General Contractor’s contract amount shall be adjusted:
          1. To account for the difference between the amount of the sub-bid listed on the Form for General Bid and the amount of the replacement bid.
          2. The amount for the new sub-bidder’s performance and payment bonds, and
          3. The incremental difference in the cost of the General Contractor bond premiums.
    • Notice of Award

      Regardless of any notification of award to any prospective Contractor, all bids remain open and acceptable by the Owner for sixty (60) days from the bid opening date.  Nothing in this paragraph is to be considered a waiver of the Owner's rights against a prospective Contractor who fails to execute a contract once it is awarded.

    • Bid Response and Submittal

      Completed bids must be received prior to the submission deadline via Town’s eProcurement Portal. Respond to the bid by clicking on “Draft Response” on the bid’s public page. LATE BIDS WILL NOT BE CONSIDERED. The Town of Hingham requires the bid to be submitted by a official authorized personnel to legally bind the Bidder.

      1. The official time will be the Eastern Time Zone as displayed on the bid open date.
      2. Bids must be submitted via Town’s e-Procurement Portal. No E-mail or Hard copies will be accepted.

      The Bidder has full responsibility to ensure the Bid is submitted at the Hingham Town’s e-Procurement Portal within the deadline. The Town of Hingham assumes no responsibility for any delays in bid submission. Bids will be opened automatically on the portal on the submission date. The Awarding Authority will review all submittals from each bidder.

       

      Bids will only be accepted through the OpenGov Portal

    • Contract Award

      This contract shall be awarded to the lowest responsible and eligible bidder based upon the base bid amount. Such a bidder must possess the skill, ability and integrity necessary for the faithful performance of the work and shall establish his ability to comply with the schedule of work outlined in the Contract section. The term “lowest responsible and eligible bidder” as used herein shall mean the bidder whose bid is the lowest of those bidders possessing the skill, ability and integrity necessary for the faithful performance of the work within the time limit allowed.

      Action on the award will be taken within thirty (30) calendar days after the opening of the Bids.

       

      General Bidders shall sign Agreement with the Town before commencement of construction

    • Location of Work

      Lincoln School Apartments 

      86 Central Street 

      Hingham, MA 02043

    • Existing Conditions

      Bidders are required to submit their bids upon the following express conditions, which shall apply to and become a part of every Bid received, by way of:

      Bidders must satisfy themselves by personal examination of the location of the proposed work and by such other means as they may desire, as to actual conditions and requirements of the work.

      The locations of existing equipment and/or structures within the project area are shown on the drawings in accordance with the best available information in the Owner's possession. The completeness and accuracy of said information is not guaranteed and the Contractor shall have no grounds for additional compensation because of excessive expense due to encountering any existing conditions.

    • Notice of Award

      Regardless of any notification of award to any prospective Contractor, all bids remain open and acceptable by the Town for sixty (60) days from the bid opening date. Nothing in this paragraph is to be considered a waiver of the Town’s rights against a prospective Contractor who fails to execute a contract once it is awarded.

       

      The awarded contractor will be notified by the Procurement and Contracts Manager via OpenGov.

       

      The Awarded General Bidder shall sign and acknowledge the Notice of Award before the commencement of construction

    • Errors or Discrepancies noted by Contractor

      It is the duty of Contractor to promptly notify the Town in writing of any design, materials, or specified method that Contractor believes may prove defective or insufficient. If Contractor knows or should have known that a defect or insufficiency exists in design, materials, or specified method and fails to promptly notify the Town  in writing of this belief, the Contractor waives any right to assert that defect or insufficiency in design, materials, or specified method at any later date in any legal or equitable proceeding against the Owner or in any subsequent arbitration or settlement conference between the Owner and the Contractor. The Town on receipt of any such notice, will promptly investigate the circumstances and give appropriate instructions to the Contractor.

    • Authorized Contract

      The c. 149 contract shall be signed by both parties before the commencement of construction.

    • Notice to Proceed (NTP)

      Once final authorization is granted by the Town, the Contractor will receive an official Notice to Proceed ("NTP"). This NTP will allow the awarded Contractor to begin the permitting process.

       

      The Awarded General Bidder shall sign and acknowledge the Notice to Proceed before the commencement of construction

    • Alterations

      The Owner may make alterations in the line, grade, plan, form, dimensions or materials of the work or any part thereof, either before or after the commencement of construction.  If such alterations increase or diminish the quantity of work to be done, adjustment for such increase or decrease shall be made at the unit price stipulated for such work under this Contract.  If unit prices are not stipulated for such additional work, compensation shall be made under the item for Extra Work.  If such alterations diminish the quantity or work to be done, they shall not warrant any claim for damages or for anticipated profits on the work that is eliminated.

    • Contract Documents and/or Exhibits

      The contract with the Town will consist of the following:

      1. Construction c. 149 Agreement
      2. "Exhibit A" Invitation For Bid Solicitation
      3. "Exhibit B" Contractor's Response including bid submission, certifications, provided references and all addendum or notices that were issued 
      4. "Exhibit C" Current Prevailing Wage Sheets
      5.  "Exhibit D" Certificate of Insurance with the Town of Hingham listed as additional insured 
    • Conditions of Work

      Each bidder shall carefully examine the Contract Documents, shall visit the site, and fully inform themselves as to all existing and controlling conditions and limitations. The submission of a bid shall be conclusive evidence that the Bidder is familiar with all such conditions, including the nature, amount, and location of the work, the type of facilities needed preliminary to and during the execution of the work, the general and local conditions, labor conditions, and all other matters which might in any way affect or have a bearing on the work or its cost.

      The Contractor shall include all charges for labor, work, material, tools, staging, equipment and supervision that Contractor deems necessary in order to complete, in a thoroughly professional and expeditious manner, all the work described hereafter. All work shall be according to code and approved by the proper authority. Material having salvage value shall become the property of the Town. All other material and debris accumulated as a result of this operation shall become the property of the contractor and shall be removed from the premises by the Contractor.

       

      Prior to the Contractor invoicing the Town, the premises must be cleaned from all debris to the satisfaction of the Town of Hingham.

    • Workforce Participation

      This project receives funding from the Commonwealth of Massachusetts; therefore, the Contractor acknowledges and accepts that the workforce participation requirements established under M.G.L. c.149 §44A(2)(G) apply to this contract.

      The Contractor understands that the following minimum workforce participation goals apply to all labor hours performed on the project, including subcontracted work:

      • 15.3% Minority Workforce Participation
      • 6.9% Women Workforce Participation

      The Contractor agrees to make good‑faith efforts to achieve these goals and to comply with all associated reporting and documentation requirements, including the submission of certified payroll and workforce participation reports as required by the awarding authority. The Contractor further acknowledges that failure to comply may result in enforcement actions, including withholding of payments or other remedies available under Massachusetts law.

    • Extension of Time on Account of Extra Work

      When extra work is ordered near the completion of the contract, or when extra work is ordered at any time during the progress of the work, which requires, in the opinion of the Town, and unavoidable increase of time for the completion of the contract, a suitable extension of the time of completion shall be made.

    • Permits and Fees

      The successful bidder shall secure all permits and licenses necessary for the proper execution and completion of the work.

       

      The Town will waive or pay for, as applicable, fees for all necessary permits

    • Quality of Work/Defective Work

      The inspection of the work shall not relieve the Contractor of any of their obligations to fulfill the Contract as herein prescribed.  Any defective work shall be made good and unsuitable materials shall be rejected and replaced, even though such work and materials have been previously overlooked by the Town and accepted or estimated for payment.  If the work or any part thereof shall be found defective at any time before the final acceptance of the whole work, the Contractor shall immediately make good such defect, in a manner satisfactory to the Town.  If any material brought to the site for use in the work or selected for the same, shall be condemned by the Town as unsuitable or not in conformance with the specifications, the Contractor shall immediately remove such materials from the vicinity of the work.  Any material, furnished by the Owner, which is damaged or rendered defective by the handling or improper installation by the Contractor, his agents or employees, shall be made good and replaced at the Contractor's own expense.

      The inspection of the work shall not relieve the Contractor of any obligations to fulfill the Contract as herein prescribed.  Any defective work shall be made good and unsuitable materials shall be rejected and replaced, even though such work and materials have been previously overlooked by the Town and accepted or estimated for payment.  If the work or any part thereof shall be found defective at any time before the final acceptance of the whole work, the Contractor shall immediately make good such defect, in a manner satisfactory to the Town.  If any material brought to the site for use in the work or selected for the same, shall be condemned by the Town as unsuitable or not in conformance with the specifications, the Contractor shall immediately remove such materials from the vicinity of the work.  Any material, furnished by the Owner, which is damaged or rendered defective by the handling or improper installation by the Contractor, their agents or employees, shall be made good and replaced at the Contractor's own expense.


      The Contractor shall complete the work as directed by the Town in accordance with the requirements set forth in this document and specifications.

      Failure to complete the any work that is deemed satisfactory by the Town may result in the Owner terminating the remaining period of the contract without obligation or recourse. 

    • Personnel and Equipment

      Principals, project managers, superintendents, estimators, expeditors, clerical and all other office personnel will be considered overhead.  Time spent in preparation of an estimate for each project will be considered overhead.  Time spent preparing and securing permits, drawings required thereof, shop drawings, submittals, schedules, reports and invoices will also be considered overhead costs.

      Hauling or delivery of personnel, to/from/within the job site(s) will not be considered as billable. Mobilization of equipment and manpower should be included as part of the base bid and will not be paid under a separate item. 

      The Owner reserves the right to research the ability of Bidder to perform work under this contract.  If, in the opinion of the Town, the lowest responsible Bidder does not have adequate facilities and/or proper equipment to service this contract, the Bidder may be subject to rejection. At which point the next lowest Bidder may be used or the work may be re-bid. 

      The Contractor must perform work in a safe manner. Failure to do so may result in termination of the contract, at which point the cost associated with completing the project will be deducted from the contract.

    • Project Schedule

      The Contractor shall start the work under this Contract on written notice from and on date set by the Town. The Contractor shall start the work at the building on the date set by the Town and shall continue, without interruption through completion.

       

      A. April 2026, Required Permitting and Commence Construction

      B. May 2026, Ongoing Construction

      C. June 18, 2026, Completion of Project and Final Inspections

       

       

    • Construction Documents: Drawings and Technical Specification

      The Contractor will be required to comply with all drawings and technical specifications, which may be associated with each particular project.  Failure to comply may result in delay of payments, back charging for corrective remedial work, and/or cancellation of the contract.

      Where Standards, Specifications, and Codes are referred to herein, it will be understood, that such reference is to the issue in effect as of the date of the Bid, including all revisions and addenda, if any. 

      See the Attachments Section Project Specifications 

    • Night Work, Town Holidays, and Weekend Work

      Unless permission is given by the Owner work hours will be Monday – Friday 8:00 am to 6:00 pm. Holidays will be defined by the Town.

       

    • Sales Tax

      The Town of Hingham and all of its departments are exempt from Massachusetts Sales Tax.  A copy of the Certificate of Exemption is available upon request.

    • Supervision and Inspection

      The Contractor further agrees that the work shall be at all times under the immediate supervision of the Town,  Engineer or Consultant, who shall at all times have free access to all parts of the work and all places where materials for the same are prepared, and shall have every facility made available for the proper inspection of (a) all materials used in, and (b) workmanship executed for the work under this contract.  It is expressly understood and agreed that the inspection of the work and materials by the Town Engineer or Consultant will in no way diminish the responsibility of the Contractor or release from the Contractor’s obligation to perform and deliver to the Owner sound and satisfactory work.  It is further agreed that the Contractor shall obey orders of the Town, Engineer or Consultant and by all persons employed on the work.

    • Hours of Operation

      8:00AM - 6:00PM, Monday - Saturday

    • Staffing Responsibility

      The Contractor must accept full responsibility for providing licensed, qualified, experienced workers who can perform the work required. 

    • Damage to Property

      The contractor is responsible and liable for any damages that is done to/on the property with machinery and/or related tools. All Town property must be handled with care.

    • Condition of Work

      Each Bidder must familiarize themselves fully with the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful Bidder of their obligation to furnish all material and labor necessary to carry out the provisions of their Contract. Insofar as possible the Contractor, in carrying out their work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor.

    • Protection against Water and Storm

      The Contractor shall take all precautions to prevent damage to the work, the building structure or its contents by storms or water entering the site of the work.  In case of damage by storm or water, the Contractor shall make such repairs or replacements or rebuild such parts of the work as the Town may require assuring that the finished work is completed as required by the drawings and specifications.

      The Town may, at any time, prohibit the carrying out of any work when, in his/her judgment, the conditions are not suitable or the proper precautions are not being taken, whatever the weather may be and in any season.

    • Prevailing Wage

      The contract requires Prevailing Wage, See updated sheets in the Attachments Section.

    • Time of Beginning of Work

      The Contractor shall provide all necessary paperwork (insurance certification, bonds, etc.) within 10 days of the award notice.

      The time of starting may be postponed by written agreement between the Owner and the Contractor because of expected delays in receipt of materials and equipment, or if the season is unsuitable for commencement of the work, or because of other contingencies clearly beyond the control or responsibility of the Contractor. Legitimacy of allowable delays will be validated by the Owner solely.

    • Time of Completion

      It is agreed that the rate of progress herein required has been conservatively adjusted to allow for ordinary delays incidental to construction work of this character.  No extension of time will be allowed for ordinary delays, inclement weather and accidents, and the occurrence of such will not relieve the Contractor from the necessity of maintaining this rate of progress.

      If delays are caused by acts of God, acts of Government or State, strikes, extra work, floods or other contingencies clearly beyond the control or responsibility of the Contractor, the Contractor shall be entitled to as much additional time to perform and complete this Contract on his part as the Town Engineer shall certify in writing to be equitable. The time in which this Contract is to be performed and the work is to be completed is of the essence of this Agreement. Legitimacy of allowable delays will be validated by the Owner solely. 

    • Performance and Payment Bonds
      1. Before Contract signing, the Contractor shall furnish the Town with a Payment Bond and a Performance Payment Bond
      2. All bonds shall be written in conformance with Massachusetts General Laws, Chapter 149, Section 29, as amended
    • Delay by Owner

      The Owner may delay the beginning of all or any part of the work if the necessary.  The Contractor shall have no claim for damages on account of such delay, but shall be entitled to as much additional time in which to perform and complete this Contract on his part as the Town Engineer shall certify in writing to be equitable.

    • Contractor's Liability Insurance

      Each successful bidder will be required to present to the Town a Certificate of Insurance, which is to include coverage for General Liability, Automobile Liability, Property Damage, and Worker Compensation and Employer’s Liability. The Town of Hingham, Massachusetts shall be named as additional insured on the company’s Certificate of Insurance. Certificates are required within ten (10) days from the award.

      Insurance Requirements:

       

      General Liability Includes:

      • Comprehensive form
      • Premises/Operations
      • Underground Explosion & Col- lapse Hazard
      • Products / Completed Operations
      • Independent Contractors
      • Broad from Property Damage
      • • Personal Injury Each Occurrence $1,000,000

       

      Automobile Liability Includes:

      • All Owned Vehicles
      • Hired Vehicles
      • Non-owned Vehicles Bodily Injury & Property Damage Combined

      $1,000,000

       

      Workers Compensation & Employers Li-

      ability

      • As Required by State of Massa- chusetts Each Accident $100,000
      • Bodily Injury by Disease (Policy Limit) $500,000
      • Bodily Injury by Disease (Each Employee) $100,000

       

      Additional Insurance / Requirements

      • The Town of Hingham Shall be named as Additional Insured
      • Aggregate $2,000,000

       

    • Substantial Completion

      Substantial completion shall be defined by statute M.G.L. c.30, 39G, or owner has taken possession of a building for occupancy M.G.L. c.30, 39K

    • Contractor's Contractual Liability

      The Contractor hereby assumes the entire responsibility and liability for any and all injury to or death of any and all persons, including the Contractor’s employees, and for any and all damage to property caused by, resulting from or arising out of any act, omission, or neglect on the part of the Contractor or of any subcontractor or of anyone directly or indirectly employed by any of them, or of anyone for whose acts any of them may be liable in connection with operations under the Contract.

      The Contractor further agrees to indemnify and hold harmless the Owner including the agents, employees, and representatives from and against all claims, damages, losses and expenses, including attorneys’ fees, arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting there from, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder.

      In any and all claims against the Owner or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under Workmen’s Compensation Acts, disability benefit acts or other employee benefit acts.

      The intent of the specifications regarding insurance is to specify minimum coverages and minimum limits of liability acceptable under the Contract. However, it shall be the Contractor’s responsibility to purchase and maintain insurance of such character and in such amounts as will adequately protect him and the Owner from and against all claims, damages, losses and expenses resulting from exposure to any casualty liability in the performance of the work, except for exclusions defined herein before.

    • Discrepancies, Error and Omissions

      The drawings and specifications are intended to be explanatory of each other.  Should any discrepancy appear, or any misunderstanding arise as to the import of anything contained in either, the interpretation and decision of the Town shall be final and binding on both parties to this Contract.

      Any correction of errors or omissions in drawings and specifications may be made by the Town when such correction is necessary for the proper fulfillment of their intention as interpreted by the Town.  Where said correction of errors or omissions, except as provided in the next two paragraphs below, adds to the amount of work to be done by the Contractor, compensation for said additional work shall be made under the item for Extra Work except where the additional work may be classified under some item of work for which a unit price is included in the bid.

      The fact that specific mention of a fixture, or of any part of the work, is omitted in the specifications, whether intentionally or otherwise, when the same is clearly shown or indicated on the drawings, or is usually and customarily required to fully complete such work as is specified herein, will not entitle the Contractor to consideration in the matter of any claim for extra compensation, but the said fixtures or-work, or both, must be installed or done the same as if called for by both the drawings and specifications.

      All work indicated on the drawings and not mentioned in the specifications, or vice-versa, and all work and material usual and necessary to make the work complete in all its parts, whether or not they are indicated on the drawings or mentioned in the specifications, shall be furnished and executed the same as if they were called for by both the drawings and specifications.

    • Compliance
      1. The contractor awarded shall be expected to comply with all applicable federal and state and local laws in the performance of its work and labor. 
      2. The consideration of all Bids and subsequent selection of the successful applicant shall be made without regard to race, color, religious creed, national origin, sex, sexual orientation, age, ancestry, or handicap.
      3. The successful applicant shall adhere to the provisions of the Fair Employment Practices Law of the Commonwealth of Massachusetts, M.G.L. Chapter 151B.
      4. The provisions relating to nondiscrimination and affirmative action in employment shall flow through all contracts and subcontracts that the successful applicant may receive or award as a result of this contract.
    • Information not Guaranteed

      All information given in the Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Owner. All such information is furnished only for the information and convenience of Bidders and is not guaranteed.

      It is agreed and understood that the Owner does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes, or other structures encountered during construction will be the same as those indicated in the Contract Documents.

      If is further agreed and understood that no Bidder or Contractor shall use or be entitled to use any of the information made available to or obtained in any examination made by the Contractor in any manner as a basis of or ground for any claim or demand against the Owner or the Town, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents.

    • Out of Scope of Work and Labor

      Any out of scope work and labor unforeseen by the Town shall be presented to the Town.

    • Use of Town Water

      Where connections are feasible through an existing water source, at no charge to the Contractor, water will be made available for short-term use where the facilities exist to supply water. Conduits (pipe, hoses etc.) for the water shall be supplied by the Contractor. If the facilities are not accessible it will be the Contractor’s responsibility to supply their own water source.

    • Change Orders

      Any and all requested change orders by the Contractor must be approved by the Town. In addition, a new quote must be submitted with a description and justification of change order that requires Town Administrator final signature authorization.

       

      The requirements for authorized change orders would fall under the categories of 1. Unforeseen Site Conditions, 2. Suspension and/or Delay of Project by the Town, and 3. Changes to Plans and/or Specifications.

    • Amended Contracts

      In the event that a change order is deemed necessary, an amended contract/agreement must be signed by the Contractor and Town.

    • Use of Electricity

      Where connections are feasible through an existing electrical source, at no charge to the Contractor, electricity will be made available for short-term use where the facilities exist to supply electricity. Conduits (extension cords etc.) for the electricity shall be supplied by the Contractor. If the facilities are not accessible it will be the Contractor’s responsibility to supply their own electrical source.

    • Notification to Utility Companies

      It is the Contractor’s responsibility to contact DIG SAFE or any other utility company not notified per Dig Safe such as the Weir River Water System, Hingham Sewer Department and the Hingham Municipal Light Plant.

    • Final Payment

      The Town’s liability for payments are subject to the appropriation of sufficient funds.

      The acceptance of final payment by the Contractor shall constitute a waiver of any and all claims against the Town by the Contractor arising under this Agreement.

    • Minimum Qualifications
      • DCAMM Certification in the required area of work
      • The Bidder must demonstrate an understanding of the needs of the Town identified in this IFB through their approach in responding to this Invitation to Bid and shows an ability to undertake and complete this work.
      • The Town requires that the Contractor has performed similar work in the Commonwealth of Massachusetts.
      • Any bidder, if requested, shall submit a financial statement, experience records, and an equipment schedule. Financial statements shall reflect the true financial conditions of the bidder within three months prior to the date of bid opening and shall be validated by a Certified Public Accountant.
      • A bidder, in order to be eligible for the contract must, if requested, be able to show their financial ability to carry on the work until the project is complete and accepted by the Town of Hingham.
      • Documented experience information provided must be relevant in size and scope to the work being bid on and current.
      • A minimum of 3 similar public projects is required. 
    • Warranty

      The Contractor warrantees to the Owner that all materials and equipment furnished under this Contract will be new and of recent manufacture unless otherwise permitted in writing by the Owner and that all Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective and, promptly after written notification of non-conformance, shall be repaired or replaced by the Contractor with Work conforming to such requirements at the Contractor’s expense. If required by the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. The Contractor will warranty all aspects of the work for a minimum of one (1) year for labor and a minimum two (2) years for material, or as may be provided for under the Bidder’s Bid submission, whichever is greater.

      Any remedial work and/or repairs performed under the warranty will be warranted for one (1) additional year from the date or the remedial work and/or repair. The warranty shall start upon final acceptance as submitted in writing by the Owner. Any warranties listed in the specification or offered by the manufacture shall be extended to their full extent to the owner. 

    • Police Details

      Off-duty police officers: if required by the Owner for traffic control will be paid for by the Owner directly. If Town of Hingham police officers (hereinafter police officers) are to direct and control traffic during construction, as instructed and directed by the Town Engineer or his Consultant of the user department.  This item will be used only at the discretion of the Town Engineer or Consultant. 

    • Storage of Materials and Equipment

      The Contractor will be required to store material and equipment in a location, which will not interfere with the normal operations of other Contractors or employees of the Owner, and in a manner which will afford them maximum protection.  The Owner will not guaranty the security nor be responsible for loss, damage or theft of stored materials or equipment at the Owner’s facility or on a Town street.  Security of materials and equipment is the Contractor's responsibility.  The Contractor will replace such items, as required, at the Contractor's own expense.

    • Protection of Property

      The Contractor will pay the cost of any such work or materials required in the repairing or replacement of said items or facilities.  This restoration work must be entirely completed, to the satisfaction of the Town, before final payment to the Contractor is approved by the Town. It will be the Contractor's responsibility to protect and secure their own property and equipment at all times.

    • Safety and Code Requirements

      Due to the nature of the work, Contractor will be familiar with recent modifications to the OSHA regulations.  Conduct operations as required by OSHA regulations at all times.

      The Contractor will immediately advise the Owner of inspections conducted by OSHA at the work site. Immediately provide copies of citations and violations to the Owner. All areas of this project are hard-hat areas.  All persons within the project limits are required to wear protective headgear.

    • Cleanup of Premises and Equipment

      The Contractor will not allow waste material or rubbish caused by work under this contract to accumulate in or about the premises but will promptly and thoroughly remove rubbish and excess tools from the site including immediate work area. Upon Final Completion, the Contractor will leave the site thoroughly cleaned and ready for use. Clean all spilled equipment fluids to the satisfaction of the Owner.  In case of a dispute, the Owner may remove the rubbish and do such cleanup as required and back charge the cost thereof to the Contractor responsible.

       

      Final payment will not be made until the premises is properly cleaned by the Contractor that is deemed satisfactory by the Town 

    • Contractor Responsible until Work is Completed

      The Contractor further agrees to assume charge of and be responsible for the entire work until completed and accepted by final payment; and that they will personally supervise the faithful performance of the work, and that they will keep it under Contractor’s exclusive control.  In case of absence, the Contractor will designate a competent representative to continue such supervision of the work uninterrupted, and such representative shall receive orders and instruction as appropriate from the Town and enjoy full authority to execute any such Town orders and to supply materials, tools and labor without delay.

    • Building Department and other Town Departments

      The Contractor shall possess all the necessary permits to complete this project applicable by law. 

      Furthermore, by responding to this bid, the Contractor agrees to a professional working manner  with other Town Departments that may be involved with this project.

    • Applicable Laws

      In the event of any inconsistencies related to the solicitation, all applicable laws shall control. 

    Submission Requirements

    • Are you an out-of-state bidder? (required)
    • If out-of-state bidder, upload certification from the MA Secretary of State's Office verifying qualification to do business in the Commonwealth.
    • By confirming, I, an out-of-state bidder, certifies the following:

      The out-of-state bidder certifies under the penalties of perjury they shall not enter into a contract with a foreign corporation which has not received a certificate from the state secretary stating that such a corporation has complied with sections three and five of Chapter 156D Section 1.40 of  Massachusetts  General Law and the date with which compliance was obtained and shall report to the state secretary and the department of corporations and taxation any foreign corporation performing work under contract, and residing or having a principal place of business outside the Commonwealth.

    • Business Experience (required)

      Please indicate how long the bidder has been in business under present entity. 

    • ADA Construction Experience (required)

      Has the bidder completed a project that meets ADA compliancy in a municipality facility? 

    • ADA Experience

      If yes, please list the following information:

      Name of Project

      Town/City

      Value of Project

      Date Completed

    • Statement of Qualifications (required)

      Contractor shall briefly list and describe the qualifications of the entity to complete the project

    • Certificate of Insurance (required)
    • What form of Bid Guaranty will Contractor be submitting? (required)

      Bid security must be a bid bond, a treasurer's, certified or cashier's check payable to the Town of Hingham. Fully executed bid bonds must be scanned and uploaded. If submitting a check, it can be scanned and uploaded, followed up by submitting by mail or deliver to: Hingham Town Hall, 210 Central St., Hingham, MA 02043 Attn: David Sequeira, checks scanned and uploaded before the date and time bids are due will be considered received.

    • Bid Guaranty (required)

      Upload a scanned copy of your fully executed bid bond here if Contractor is submitting a bid bond. If securing the bid by a treasurer's, certified or cashier's check, upload a scanned copy of the completed check. Original check must also be mailed to the Awarding Authority.

    • Signatory and Contract Manager Information (required)

      Provide the full contact name, title, and e-mail of the signatory for your firm. Provide contact information for the Contract Manager or admin for your firm in order to distribute Contract Documents, if awarded. 

      Signatory: (name, title, email)

      Contract manager/admin staff: (name, email)

    • Authorized Signatures (required)

      Please download the below documents, complete, and upload.

    • Bid Validity (required)

      By confirming, the bidder affirms that the Bid is effective for at least sixty (60) calendar days from the deadline date for receipt of sealed Bids, or from the date upon which this IFB is cancelled, whichever occurs first. 

    • Certificate of Eligibility issued by the Division of Capital Asset Management and Maintenance (required)

      Required Document for Bidder.

      Failure to upload shall result in automatic disqualification and may not be uploaded after bid opening.

    • Update Statement issued by the Division of Capital Asset Management and Maintenance (required)

      Required Document for Bidder.

      Failure to upload shall result in automatic disqualification and may not be uploaded after bid opening.

    • Certificate of Authority (required)

      Please download the below documents, complete, and upload.

    • Debarment (required)

      Please download the below documents, complete, and upload.

    • OSHA and Harmony Certificate (required)

      Please download the below documents, complete, and upload.

    • Tax Compliance Certification (required)

      Required Document for Bidder.

      Failure to upload shall result in automatic disqualification and may not be uploaded after bid opening.

    • Certificate of Non-Collusion and Good Faith (required)

      Required Document for Bidder.

      Failure to upload shall result in automatic disqualification and may not be uploaded after bid opening.

    • Construction Schedule (required)

      Is the bidder able to complete the work before June 18, 2026?

    • By confirming, the bidder is certifying to the following: (required)

      The bidder agrees that upon notice of award as the Contractor, they will within ten (10) business days Saturday, Sunday, and legal Holidays excluded execute a contract in accordance with the terms of this bid and furnish sureties and insurance certificates as outlined in the conditions of this contract. 

      As set forth herein in accordance with these specifications, plans, and conditions, the undersigned agrees to enter into a standard contract form with the Owner’s awarding authority. 

      Subsequent to the award notice and prior to commencement of work, a compulsory contract agreement form with a place for signatures for the Owner authorized awarding agent and the awarded will be signed ratifying and finalizing the contract.

      The Bidder understands that all bids are subject to the applicable laws of the Commonwealth of Massachusetts and Town Bylaws. General Laws. The terms of this contract have been read and fully understood by the person whose signature appears below. By endorsing this contract the Bidder agrees to adhere to the general conditions, plans, and specifications of this contract. The parties agree to comply with the terms and conditions set forth on the preceding pages along with any addenda that may be issued. 

       

    • General Bid Form (required)

      Required Document for Bidder.

      Failure to upload may result in automatic disqualification

    • The General Contractor shall carry the electrical work (required)

      Please list the electrical sub contractor the GC plans to use for this project. 

    • Bid Form (required)

      By submitting this bid and confirming below, the bidder affirms the following: 

      To the Town of Hingham, Massachusetts (hereinafter called the "Town”): 

      In compliance with your invitation for bids for the “Lincoln School Apartments Kersey Community Room, Kitchen and Laundry Room Renovation Project LSAADARENOGC126”, having examined the specifications and the related documents, hereby proposes to furnish all labor and materials, in accordance with the contract documents, within the time set forth therein, and at the prices stated in the Pricing Table. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this bid is a part. Bidder agrees to perform all of the work described in the specifications and shown on the plans for the proposed contract prices submitted with the bid.  

      The bidder agrees that upon notice of award as the Contractor, they will within ten (10) business days Saturday, Sunday and legal Holidays excluded execute a contract in accordance with the terms of this bid and furnish sureties qualified to do business under the laws of the Commonwealth and insurance certificates as outlined in the conditions of this contract and; as set forth herein in accordance with these specifications, plans and conditions, the undersigned agrees to enter into a standard contract form with the Town Awarding Authority. The bidder agrees that upon notice of award by the Town's authorized awarding agent, a compulsory contract agreement form will be provided to the awardee by the Town. This contract will serve as a signatory page for the Owner’s authorized awarding agent and the awarded.  (A sample is enclosed; do not fill out the sample page(s)).


      The bidder understands that all bids are subject to the applicable laws of the Commonwealth of Massachusetts and Municipal Ordinances including General Laws. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) days after the opening of Bids. By endorsing this contract the Bidder agrees to adhere to the general conditions, plans and specifications of this contract. The parties agree to comply with the terms and conditions set forth on the preceding pages along with any addenda that may be issued. 

       

    • C. 149 Sample Agreement (required)

      By confirming, the bidder acknowledges the Sample Agreement in the Attachments Section

    • Prevailing Wage Certification (required)

      The undersigned bidder hereby certifies, under pains and penalties of perjury, that the foregoing bid is based upon the payment to laborers to be employed on the project of wages in an amount no less that the applicable prevailing wage rates established for the project by the Massachusetts Department of Labor and Workforce Development.  The undersigned bidder agrees to indemnify the awarding authority for, from and against any loss, expense, damages, actions or claims, including any expense incurred in connection with any delay or stoppage of the project work arising out of or as a result of (1) the failure of the said bid to be based upon the payment of the said applicable prevailing wage rates or (2) the failure of the bidder, if selected as the contractor, to pay laborers employed on the project the said applicable prevailing wage rates.

    • Certifications (required)

      The Contractor certifies that it is qualified and certified to provide the labor, work and materials hereunder and that the person executing this Agreement on behalf of the Contractor is duly authorized to execute this Agreement.

    • Compliance with Applicable Laws (required)

      By confirming, the Contractor shall comply with all federal, state and local laws, regulations, bylaws and rules applicable to this Agreement and shall obtain all necessary bonds, licenses, permits and approvals applicable to this Agreement.

    • Certification of Conflict of Interest Laws (required)

      By confirming, the Contractor certifies that the execution of this Agreement and the providing of labor, work and materials hereunder by the Contractor and any third party or subcontractor is and shall be in full compliance with the applicable conflict of interest laws including M.G.L. c. 268A and that there are no existing conflicts of interest which would prohibit the Contractor from providing labor, work and materials hereunder.

    • Addenda, Notices and Questions (required)

      By confirming, the Contractor has acknowledged on the bid form and is aware, has received and fully understands any and all posted addendum, notices and questions during this IFB posting.  

      Failure to acknowledge may result in disqualification. 

    • Drawings, Manuals, Schematics and other Related Bid Documents (required)

      By confirming, the Contractor has reviewed any and all bid documents in the Attachments Section and fully understands the assigned work by the Town;

      and,

      the Contractor agrees to the terms in this solicitation and is authorized to submit this bid response on behalf of my company 

    • Public Projects (required)

      A minimum of 3 similar public projects is required. Provide the information below: 

      1. Town/City
      2. Description of Project
      3. Date Completed 
      4. Cost of Project
    • References (required)

      Contractor shall  upload a PDF with at least 3 refences of similar work with 1 being a Massachusetts municipality within the last 2 years. The information must include the following:

      1. Reference Name  
      2. Title:
      3. Business Entity
      4. Address
      5. Email
      6. Phone Number
      7. Description of Project
      8. Date Completed 
    • Consultant Collaborating (required)

      Is a consultant collaborating with you on this project? 

    • Consultant Information (required)

      Consultant Name, Contact Person, Email 

    • Payment (required)

      Select the payment method below: 

    • Permits (required)

      Please select from the permit options below: 

    Questions & Answers

    Q (Acoustical Ceiling): do you have the type of ceiling tile to be matched?

    A: No


    Q (door relocation at laundry to Corridor.): the corridor side has a wallpaper finish. is this to be matched?

    A: There are plans to renovate the hallways in the near future. No need to replace wallpaper at this time. Okay to repair and replace drywall and primer hallway wall surfaces.


    Q (Hallway Finish): The existing door into the laundry appears to be in an area that is wallpapered, does the HA have attic stock or is the entire hallway to be stripped and painted?

    A: There are plans to renovate the hallways in the near future. No need to replace wallpaper at this time. Okay to repair and replace drywall and primer hallway wall surfaces.


    Q (Millwork Package): there are several items listed for Millwork. 1. Kitchen island what is the finish, thickness ect 2. is the island support GWB? 3. coat Drop material, finish? 4. Alternate millwork. material and finishes? 5. window sill, material?

    A: 1. Island Material - Quartz 3cm thick 2. Yes - - GWB to match wall 3. Plywood construction with clear coat finish on interior and painted poplar faces 4. Refer to LINCOLN SCHOOL APARTMENTS KERSEY COMMMUNITY ROOM, KITCHEN, AND LAUNDRY ROOM RENOVATION PROJECT MANUAL 5. Painted pine molding


    Q (Phasing): Are there areas that are not accessible that require phasing? If so, which areas and during what times?

    A: Please refer to the Renovation Project Manual in the Attachments Section


    Q (Specifications): Under MGL 149 the specifications are required to provide product by name, part number ect to be used as a standard with (3) equals in order to be able to price on an equal bases.

    A: Please refer to Addendum #6 that was issued


    Q (Existing Building): is there an asbestos report with chain of custody for this area? the existing ceiling has an old sound board with dots that is glued to the deck, which will be impacted during this construction. also joint compound, caulking, tile glazing, floor and mastics.

    A: An Environmental Assessment was completed before the Town of Hingham purchased the property in 2008. The Phase I Environmental Site Assessment for the former Lincoln School Building at 86 Central Street, dated October 17, 2008, is attached. The report notes that “most areas located behind walls, above finished ceilings, and below finished floors were not assessed or included in this survey.” It also states that the linoleum, joint compound, and mastic samples tested in the kitchen and common areas at that time were negative for asbestos. Please see Addendum 7 for documentation.


    Q (New ACT ceiling in Laundry): there is a new ACT ceiling in the new expanded laundry room roughly 12 x 12. the existing ceiling in the laundry is lower in elevation than the community area. will this new ceiling match the laundry or community ceiling. reason being there are existing Sprinkler head and other MEP devices that will be impacted if lowered.

    A: Please refer to Addendum 8


    Q (Door, frame and hardware): 1. the new solid core door. flush?, veneer species?, factory finish? 2. the existing door has a view lite is this to be matched? 3. frame Hollow metal? welded, Knock down? 4. Hardware, provide more information. a. lockset type, function, Manuf, finish. b. a note is for one door to have an electrical strike. more information is required. what will be operating this strike and which door. c. there is a note in the submittals for an auto opener. is there one? d. kick plate? e. Closer?

    A: Please refer to Addendum #6


    Q (Flooring ): we require additional information for the LVP, what look is being sot after. wood, stone ect. pricing varies.

    A: Please refer to Addendum #6


    Q (Wall splash in kitchen): please provide additional information regarding style, size ect.

    A: Please refer to Addendum #6


    Q (Kitchen appliances): the plans note GE Profile ADA compliant. 1. controls for the hood and cooktop, location? 2. Wall oven is shown on the elevation but not specified. please advise. 3. Refrigerator side x side, CF? 4. power requirements for each appliance. 5. is the hood to be vented, if so where does it go? 6. the Wall oven scales to be 24" so is the wall oven cabinet, this will need to be wider.

    A: Please refer to Addendum #6


    Q (Kitchen Cabinets): what is the finish to be carried. the plans note laminate and wood. the existing is wood raised panel. 1. what is the folding table material finish?

    A: Please refer to the Renovation Project Manual in the Attachments Section and Addendum #6


    Q (Workforce Requirements): What are the Workforce Requirements for this project?

    A: 15.3% Minority Workforce Participation 6.9% Women Workforce Participation


    Q (MBE/WBE Goals): What are the MBE/WBE participation goals for this project?

    A: MBE 8.8% WBE 9.5% VBE/SDVOBE 3.0%


    Key dates

    1. February 25, 2026Published
    2. March 18, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.