The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
WRA-4548 Purchase of Washdown Piping for Prison Point Site (or Equal) 07/18/18 11:00 a.m.
To access and bid on Event(s) please go to the MWRA Supplier Portal at www.mwra.com.
MASSACHUSETTS BAY TRANSPORTATION AUTHORITY 10 Park Plaza, Suite 5170 BOSTON, MASSACHUSETTS 02116 NOTICE TO BIDDERS
Electronic proposals for the following project will be received through the internet using Bid Express until the date and time stated below, and will be posted on www.bidx.com forthwith after the bid submission deadline. No paper copies of bids will be accepted. Bidders must have a valid digital ID issued by the Authority in order to bid on projects. Bidders need to apply for a digital ID with Bid Express at least 14 days prior to a scheduled bid opening date.
Electronic bids for MBTA Contract No. C14CN01, IRON HORSE PARK OPERATIONS CONTROL CENTER, BILLERICA, MASSACHUSETTS, CLASS 7 - BUILDINGS PROJECT VALUE $28,315,535 can be submitted at www.bidx. com until two o’clock (2:00 p.m.) on July 31, 2018 Immediately thereafter, in a designated room, the Bids will be opened and read publicly.
Work consists of site preparation, construction of the two-story Iron Horse Park Operations Control Center and adjacent parking lot, associated utility construction, and other items specified on the drawings or in the specifications. Bidders’ attention is directed to Appendix 1, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity; and to Appendix 2, Supplemental Equal Employment Opportunity, Anti-Discrimination, and Affirmative Action Program in the specifications. In addition, pursuant to the requirements of Appendix 3, Disadvantaged Business Enterprise (DBE) Participation Provision, Bidders must submit an assurance with their Bids that they will make sufficient and reasonable efforts to meet the stated DBE goal of 12 percent.
Bidders will affirmatively ensure that in regard to any contract entered into pursuant to this solicitation, minority and female construction contractors will be afforded full opportunity to submit Bids and will not be discriminated against on the grounds of race, color, religion, sex, age, or national origin in consideration for an award.
Additional information and instructions on how to submit a bid are available at http://www.mbta.com/business_center/bidding_solicitations/current_solicitations/ On behalf of the MBTA, thank you for your time and interest in responding to this Notice to Bidders Massachusetts Bay Transportation Authority
Luis Manuel Ramirez General Manager of the MBTA
June 29, 2018
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Sealed General Bids for MPA Contract No. L1294-C1 LOGAN EXPRESS BUS TERMINAL SITE IMPROVEMENTS, BRAINTREE AND PEABODY, 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, JULY 25, 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 11:00 A.M. LOCAL TIME ON TUESDAY, JULY 10, 2018.
The work includes EARTHWORK, STORM DRAIN UTILITIES, CONCRETE AND ASPHALT PAVING, PAVEMENT LINEWORK, GRANITE CURBING, FENCING, LANDSCAPING, SITE LIGHTING.
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.
The estimated contract cost is ONE MILLION, THREE HUNDRED THOUSAND DOLLARS ($1,300,000.00).
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 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 THREE POINT SEVEN PERCENT (3.7%) 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 Article 84 of the 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. L1332-C5 B TO C ROADWAY LED SIGNAGE COMMUNICATIONS, LOGAN INTERNATIONAL AIRPORT, BOSTON, MA, 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 JULY 25, 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 11:00 AM LOCAL TIME ON TUESDAY JULY 17, 2018.
The work includes PROVISION OF ALL EQUIPMENT, MATERIALS, LABOR AND SUPERVISION NECESSARY TO PROVIDE COMMUNICATIONS TO LED SIGNS. WORK UNDER THIS CONTRACT INCLUDES RUNNING, TESTING, AND TERMINATION OF FIBER FROM MASSPORT NETWORK CLOSETS TO ROADSIDE ENCLOSURES. PROOFING ROUTES USING ROD AND ROPE MAY BE REQUIRED TO VERIFY PATHWAYS. THIS CONTRACT WILL NOT INCLUDE THE INSTALLATION OF SIGNAGE, CONDUIT, OR PATHWAYS.
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 and Maintenance and an Update Statement. The General Bidder must be certified in the category of ELECTRICAL. The estimated contract cost is EIGHT HUNDRED THOUSAND DOLLARS ($800,000.00).
Bidding procedures and award of the contract and sub contracts shall be in accordance with the provisions of Sections 44A through 44J 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 $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.
No filed sub bids will be required for this contract.
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. M623-C1, NEW CONTAINER YARD AT COASTAL, SOUTH 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 LARGE ADMIN CONFERENCE ROOM OF CONLEY CONTAINER TERMINAL, 700 SUMMER STREET, BOSTON, MA 02127, ON THURSDAY, JULY 19, 2018, AT 10:00 AM LOCAL TIME. ALL ATTENDEES MUST BRING A VALID DRIVER’S LICENSE, US PASSPORT, OR TWIC TO OBTAIN ENTRY TO CONLEY TERMINAL. PLEASE ARRIVE AT LEAST 1/2 HOUR EARLY TO OBTAIN SECURITY CLEARANCE PRIOR TO ENTRY
The work includes CONSTRUCTION OF APPROXIMATELY TWO ACRES OF NEW ASPHALT PAVEMENT, WITH CONCRETE RUNWAY GRADE BEAMS FOR RUBBER TIRE GANTRY CRANES, ON FORMER COASTAL OIL SITE FOR CONTAINER STORAGE. THERE IS AN ADD ALTERNATE TO PROVIDE AN ADDITIONAL TWO ACRES OF CONTAINER STORAGE, ON FORMER COASTAL. THE PROJECT SCOPE OF WORK INCLUDES: SITE PREPARATION AND DEMOLITION; EXCAVATION AND EMBANKMENT; MANAGEMENT AND DISPOSAL OF CONTAMINATED SOILS AND OTHER REGULATED MATERIALS; HOT MIX ASPHALT PAVEMENT; CONCRETE GRADE BEAMS; HIGH-MAST SITE LIGHTING; DRAINAGE, WATER, ELECTRIC AND TELECOMMUNICATIONS INFRASTRUCTURE; SIGNAGE; AND PAVEMENT MARKINGS.
Bid documents will be made available beginning WEDNESDAY, JULY 11, 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 contract cost is FOUR MILLION, FOUR HUNDRED THOUSAND DOLLARS ($4,400,000.00).
The estimated Add-Alternate cost is TWO MILLION, SEVEN HUNDRED THOUSAND DOLLARS ($2,700,000.00).
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 and Property Damage Liability Insurance for a combined single limit of ONE MILLION DOLLARS ($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 FIVE AND TWO-TENTHS PERCENT (5.2%) 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 Article 84 of the 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 BAY TRANSPORTATION AUTHORITY
10 PARK PLAZA, SUITE 5170 BOSTON, MASSACHUSETTS 02116 NOTICE TO BIDDERS [Bond Funded Projects ]
Electronic proposals for the following project will be received through the internet using Bid Express until the date and time stated below, and will be posted on www.bidx.com forthwith after the bid submission deadline. No paper copies of bids will be accepted. Bidders must have a valid digital ID issued by the Authority in order to bid on projects. Bidders need to apply for a digital ID with Bid Express at least 14 days prior to a scheduled bid opening date.
Electronic bids for MBTA Contract No. W43CN04, ALEWIFE GARAGE STRUCTURAL REPAIRS, CLASS 7- BUILDINGS AND PROJECT VALUE - $6,570,394.00 an be submitted at www.bidx.com until two o’clock (2:00 p.m.) on August 1, 2018. Immediately thereafter, in a designated room, the Bids will be opened and read publicly.
Work consists of the following repairs: concrete repairs to precast concrete double tee beams and cast-in-place and precast concrete beams, including patching, external post-tensioning and carbon fiber reinforced polymer (CFRP) strengthening; concrete patching of concrete decks; removal of existing temporary shoring; recaulking of deck joints and cleaning and flushing of the existing drainage system.
Bidders’ attention is directed to Appendix 1, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity; and to Appendix 2, Supplemental Equal Employment Opportunity, Anti-Discrimination, and Affirmative Action Program in the specifications. While there is no DBE goal associated with this contract, the Authority strongly encourages the use of Minority, Women and Disadvantaged Business Enterprises as prime contractors, subcontractors and suppliers in all of its contracting opportunities.
Bidders will affirmatively ensure that in regard to any contract entered into pursuant to this solicitation, minority and female construction contractors will be afforded full opportunity to submit Bids and will not be discriminated against on the grounds of race, color, religion, sex, age, or national origin in consideration for an award.
Additional information and instructions on how to submit a bid are available at http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/ On behalf of the MBTA, thank you for your time and interest in responding to this Notice to Bidders Massachusetts Bay Transportation Authority
Luis Manuel Ramirez General Manager of the MBTA
July 2, 2018