Page 20

Loading...
Tips: Click on articles from page

More news at Page 20



Page 20 399 viewsPrint | Download

Brookline Housing Authority (BHA) Request for Qualifications for Owner’s Project Management (OPM) Services

The BHA seeks qualified firms or individuals to provide OPM services for the planning, design, pre-construction and construction-related activities for the renovation of O’Shea House. Located at 61 Park Street in Brookline, MA, O’Shea House is a 100-unit elderly/disabled high-rise property that will be substantially renovated using the federal Rental Assistance Demonstration (RAD) program and tax-exempt bond financing. The buildings will be rehabbed with residents in-place and will be subject to MGL Ch. 149, Building Construction Contracts. We intend to utilize the Chapter 149A Construction Manager at Risk process. It is expected that financing for the property will close in the first quarter of 2019 with construction to begin in early March.

Fee to be negotiated.

The RFP will be available on June 27, 2018 at biddocsonline.com and on the BHA website at brooklinehousing.org/public-bids. To access it on BidDocs, click on the “Bidding” tab at the top and then click on the “Solicitations” tab at the left and then click on “Current Listings”.

Each respondent must submit one (1) signed original and three copies of its proposal. In addition to the hard copies, respondents must submit one exact copy of the proposal on a flash drive in Microsoft Office (2010 version or later) or Adobe PDF format. The original signed hard copy must be clearly labeled as such. If there are any differences between the original and any of the copies (or the electronic copy of the Proposal), the material in the hard copy original will prevail. The proposal must be submitted no later than 4 pm on July 24, 2018. Proposals received after this deadline will not be accepted.

Proposals should be delivered to: Patrick Dober, Executive Director and Chief Procurement Officer, Brookline Housing Authority, 90 Longwood Ave, Brookline, MA 02446

Pre-bid conference and site visit will be conducted on July 11, 2018 at 61 Park Street, Brookline, MA.

Inquiries or requests for clarification of the RFP must be submitted to: [email protected] by July 16, 2018 at 5:00 pm. Responses will be provided through addenda that will be posted to biddocsonline.com. Please note that in order to receive notification of addenda postings, firms and individuals must be registered as solicitation holders for this project on the BidDocs ONLINE.

The BHA reserves the right to reject any proposals, to cancel this RFP and to waive informalities if it is in the public interest to do so.

M/WBE & Section 3 certified firms are encouraged to apply.


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. L1459 MID-LIFE REBUILDS – BUSES, LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS. The Authority is seeking qualified multidiscipline consulting firm or team, with proven experience to provide professional services including planning, design, and inspection related services relative to conducting a mid-life bus refurbishment program for Authority’s Airport Shuttle Bus Fleet in order to bring the buses to the conditions to serve out the useful life of minimum 12 years from the original service date. The Consultant must be able to work closely with the Authority and other interested parties in order to provide such services in a timely and effective manner.

The consultant shall demonstrate: 1) the capability in transit bus design, technical specifications writing, and quality assurance inspections; 2) the familiarity of bus manufacturing and the industry standards; 3) the proven experience in bus operations and maintenance.

The contract will be work order based, and Consultant’s fee for each work order shall be negotiated; however, the total fee for the contract shall not exceed $1,000,000.

A Supplemental Information Package will be available, on Thursday, July 5, 2018 on the Capital Bid Opportunities webpage of Massport http:// www.massport.com/massport/business/bids-opportunities/capital-bids as an attachment to the original Legal Notice, and on COMMBUYS (www.commbuys.com) in the listings for this project. If you have problems finding it, please contact Susan Brace at Capital Programs [email protected] The Supplemental Information Package will provide detailed information about Scope of Work, Selection Criteria and Submission Requirements.

In recognition of the unique nature of the project and the services required to support it, the Authority has scheduled a Consultant Briefing to be held at 1:30 PM on Monday, July 9, 2018 at the Capital Programs Department, Suite 209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128. At this session, an overview of the project will be provided, the services requested by the Authority will be described, and questions will be answered.

By responding to this solicitation, consultants agree to accept the terms and conditions of Massport’s standard work order agreement, a copy of the Authority’s standard agreement can be found on the Authority’s web page at http://www.massport.com/massport/business/capital-improvements/ important-documents/. The Consultant shall specify in its cover letter that it has the ability to obtain requisite insurance coverage.

This submission, including the litigation and legal proceedings history in a separate sealed envelope as required shall be addressed to Houssam H. Sleiman, PE, CCM, FCMAA, NAC, Hon. D.Eng., Director of Capital Programs and Environmental Affairs and received no later than 12:00 Noon on Thursday, August 2, 2018 at the Massachusetts Port Authority, Logan Office Center, One Harborside Drive, Suite 209S, Logan International Airport, East Boston, MA 02128-2909. Any submission which is not received in a timely manner shall be rejected by the Authority as non-responsive. Any information provided to the Authority in any Proposal or other written or oral communication between the Proposer and the Authority will not be, or deemed to have been, proprietary or confidential, although the Authority will use reasonable efforts not to disclose such information to persons who are not employees or consultants retained by the Authority except as may be required by M.G.L. c.66.

MASSACHUSETTS PORT AUTHORITY THOMAS P. GLYNN CEO AND EXECUTIVE DIRECTOR


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Sealed General Bids for MPA Project No. L1474-C1 SOUTH GATE BARRIER MODIFICATIONS, LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS, will be received by the Massachusetts Port Authority at the Capital Programs Department Office, Suite 209S - Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909, until 11:00 A.M. local time on WEDNESDAY, AUGUST 1, 2018, immediately after which, in a designated room, the bids will be opened and read publicly.

NOTE:

PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:00 AM LOCAL TIME ON MONDAY, JULY 16, 2018.

The work includes CIVIL AND SITE WORK RELATED TO DEMOLITION OF THE EXISTING VEHICLE BARRIERS AND TILT GATES; INSTALLATION OF NEW VEHICLE BARRIERS AND PEDESTRIAN BARRIERS; CONCRETE FOUNDATIONS; ASPHALT PAVEMENT RESTORATION; MODIFICATIONS TO THE EXISTING FENCING; AND ASSOCIATED SITE ELECTRICAL WORK.

Bid documents will be made available beginning THURSDAY, JULY 12, 2018.

Bid Documents in electronic format may be obtained free of charge at the Authority’s Capital Programs Department Office, together with any addenda or amendments, which the Authority may issue and a printed copy of the Proposal form.

The estimated project cost is $631,000.00.

A proposal guaranty shall be submitted with each General Bid consisting of a bid deposit for five (5) percent of the value of the bid; when sub bids are required, each must be accompanied by a deposit equal to five (5) percent of the sub bid amount, in the form of a bid bond, or cash, or a certified check, or a treasurer’s or a cashier’s check issued by a responsible bank or trust company, payable to the Massachusetts Port Authority in the name of which the Contract for the work is to be executed. The bid deposit shall be (a) in a form satisfactory to the Authority, (b) with a surety company qualified to do business in the Commonwealth and satisfactory to the Authority, and (c) conditioned upon the faithful performance by the principal of the agreements contained in the bid.

The successful Bidder will be required to furnish a performance bond and a labor and materials payment bond, each in an amount equal to 100% of the Contract price. The surety shall be a surety company or securities satisfactory to the Authority. Attention is called to the minimum rate of wages to be paid on the work as determined under the provisions of Chapter 149, Massachusetts General Laws, Section 26 to 27G, inclusive, as amended. The Contractor will be required to pay minimum wages in accordance with the schedules listed in Division II, Special Provisions of the Specifications, which wage rates have been predetermined by the U. S. Secretary of Labor and/ or the Commissioner of Labor and Industries of Massachusetts, whichever is greater.

The successful Bidder will be required to purchase and maintain Bodily Injury Liability Insurance, Auto Liability Insurance, and Property Damage Liability Insurance for a combined single limit of $1,000,000.00. Said policy shall be on an occurrence basis and the Authority shall be included as an Additional Insured. See the insurance sections of Division I, General Requirements and Division II, Special Provisions for complete details.

This contract is subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than TWO POINT TWO PERCENT (2.2%) of the Contract be performed by minority and women owned business enterprise contractors. With respect to this provision, bidders are urged to familiarize themselves thoroughly with the Bidding Documents. Strict compliance with the pertinent procedures will be required for a bidder to be deemed responsive and eligible.

This Contract is also subject to Affirmative Action requirements of the Massachusetts Port Authority contained in the Non Discrimination and Affirmative Action article of Division I, General Requirements and Covenants, and to the Secretary of Labor’s Requirement for Affirmative Action to Ensure Equal Opportunity and the Standard Federal Equal Opportunity Construction Contract Specifications (Executive Order 11246).

The General Contractor is required to submit a Certification of Non Segregated Facilities prior to award of the Contract, and to notify prospective subcontractors of the requirement for such certification where the subcontract exceeds $10,000.

Complete information and authorization to view the site may be obtained from the Capital Programs Department Office at the Massachusetts Port Authority. The right is reserved to waive any informality in or reject any or all proposals.

MASSACHUSETTS PORT AUTHORITY THOMAS P. GLYNN CEO & EXECUTIVE DIRECTOR


MASSACHUSETTS PORT AUTHORITY NOTICE TO CONTRACTORS

Sealed General Bids for MPA Contract No. L1565-C1, WEST GARAGE BEAM REPAIRS, LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS, will be received by the Massachusetts Port Authority at the Capital Programs Department Office, Suite 209S - Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909, until 11:00 A.M. local time on WEDNESDAY, AUGUST 1, 2018, immediately after which, in a designated room, the bids will be opened and read publicly.

Sealed filed sub bids for the same contract will be received at the same office until 11:00 A.M. local time on WEDNESDAY, JULY 18, 2018, immediately after which, in a designated room, the filed sub bids will be opened and read publicly.

NOTE:

PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:00 AM LOCAL TIME ON TUESDAY, JULY 10, 2018.

The work includes REPAIR OF CONCRETE BEAMS AND GIRDERS INCLUDING CONCRETE REPAIR, EPOXY INJECTION, AND CARBON FIBER REINFORCEMENT; REPAIR OF DETERIORATED PREVIOUS CONCRETE SLAB REPAIRS AT SELECTED LOCATIONS; APPLICATION OF PENETRATING SEALERS, CAULKING AND TRAFFIC BEARING WATERPROOFING MEMBRANE; AND MISCELLANEOUS OTHER WORK RELATED TO THE ABOVE ITEMS INCLUDING BUT NOT LIMITED TO TEMPORARY CONDITIONS, PHASING OF WORK, TRAFFIC SIGNAGE, AND RELOCATION OF ELECTRICAL CONDUIT.

Bid documents will be made available beginning THURSDAY, JULY 5, 2018.

Bid Documents in electronic format may be obtained free of charge at the Authority’s Capital Programs Department Office, together with any addenda or amendments, which the Authority may issue and a printed copy of the Proposal form.

In order to be eligible and responsible to bid on this contract General Bidders must submit with their bid a current Certificate of Eligibility issued by the Division of Capital Asset Management & Maintenance and an Update Statement. The General Bidder must be certified in the category of GENERAL BUILDING CONSTRUCTION.

The estimated contract cost is SIX HUNDRED SIXTY-TWO THOUSAND DOLLARS ($662,000).

In order to be eligible and responsible to bid on this contract, filed Subbidders must submit with their bid a current Sub-bidder Certificate of Eligibility issued by the Division of Capital Asset Management & Maintenance and a Sub-bidder Update Statement. The filed Sub-bidder must be certified in the sub-bid category of work for which the Sub-bidder is submitting a bid proposal.

Bidding procedures and award of the contract and sub contracts shall be in accordance with the provisions of Sections 44A through 44H inclusive, Chapter 149 of the General Laws of the Commonwealth of Massachusetts.

A proposal guaranty shall be submitted with each General Bid consisting of a bid deposit for five (5) percent of the value of the bid; when sub bids are required, each must be accompanied by a deposit equal to five (5) percent of the sub bid amount, in the form of a bid bond, or cash, or a certified check, or a treasurer’s or a cashier’s check issued by a responsible bank or trust company, payable to the Massachusetts Port Authority in the name of which the Contract for the work is to be executed. The bid deposit shall be (a) in a form satisfactory to the Authority, (b) with a surety company qualified to do business in the Commonwealth and satisfactory to the Authority, and (c) conditioned upon the faithful performance by the principal of the agreements contained in the bid.

The successful Bidder will be required to furnish a performance bond and a labor and materials payment bond, each in an amount equal to 100% of the Contract price. The surety shall be a surety company or securities satisfactory to the Authority. Attention is called to the minimum rate of wages to be paid on the work as determined under the provisions of Chapter 149, Massachusetts General Laws, Section 26 to 27G, inclusive, as amended. The Contractor will be required to pay minimum wages in accordance with the schedules listed in Division II, Special Provisions of the Specifications, which wage rates have been predetermined by the U. S. Secretary of Labor and / or the Commissioner of Labor and Industries of Massachusetts, whichever is greater.

The successful Bidder will be required to purchase and maintain Bodily Injury Liability Insurance and Property Damage Liability Insurance for a combined single limit of $2,000,000.00. Said policy shall be on an occurrence basis and the Authority shall be included as an Additional Insured. See the insurance sections of Division I, General Requirements and Division II, Special Provisions for complete details.

Filed sub bids will be required and taken on the following classes of work:

WATERPROOFING, DAMP PROOFING, AND CAULKING $45,000.00

The Authority reserves the right to reject any sub bid of any sub trade where permitted by Section 44E of the above referenced General Laws. The right is also reserved to waive any informality in or to reject any or all proposals and General Bids.

This contract is subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than FOUR POINT THREE PERCENT (4.3%) of the Contract be performed by minority and women owned business enterprise contractors. With respect to this provision, bidders are urged to familiarize themselves thoroughly with the Bidding Documents. Strict compliance with the pertinent procedures will be required for a bidder to be deemed responsive and eligible.

This Contract is also subject to Affirmative Action requirements of the Massachusetts Port Authority contained in the Non Discrimination and Affirmative Action article of Division I, General Requirements and Covenants, and to the Secretary of Labor’s Requirement for Affirmative Action to Ensure Equal Opportunity and the Standard Federal Equal Opportunity Construction Contract Specifications (Executive Order 11246).

The General Contractor is required to submit a Certification of Non Segregated Facilities prior to award of the Contract, and to notify prospective subcontractors of the requirement for such certification where the subcontract exceeds $10,000.

Complete information and authorization to view the site may be obtained from the Capital Programs Department Office at the Massachusetts Port Authority. The right is reserved to waive any informality in or reject any or all proposals.

MASSACHUSETTS PORT AUTHORITY THOMAS P. GLYNN CEO & EXECUTIVE DIRECTOR