Page 22

Loading...
Tips: Click on articles from page

More news at Page 22



Page 22 150 viewsPrint | Download

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Sealed General Bids for MPA Contract No. AP1821-C1, FY19-21 AUTHORI- TY-WIDE TERM PAINTING CONTRACT, ALL MASSPORT FACILITIES, BOSTON, BEDFORD, AND WORCESTER, 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, OCTOBER 10, 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 PRO- GRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:30 A.M. LOCAL TIME ON TUESDAY, SEPTEMBER 25, 2018.

The work includes LABOR, TOOLS, EQUIPMENT, AND MATERIALS FOR SUR- FACE PREPARATION AND PAINTING AT ALL MASSPORT PROPERTIES ON AN ON-CALL, AS-NEEDED BASIS OVER A TWO-YEAR PERIOD.

Bid documents will be made available beginning THURSDAY, SEPTEMBER 20, 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 PAINTING.

The estimated contract cost is THREE HUNDRED THOUSAND DOLLARS ($300,000.00).

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 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.

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


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. A403 SUSTAINABILITY PLANNING AND REPORTING SERVICES, BOSTON, MASSACHUSETTS. The Authority is seeking an innovative, diverse, and experienced sustainability consultant to help the Authority advance its sustainability and resiliency program, impact and communications to the next level of achievement. Having achieved four goals set for 2020 in the original Boston Logan International Airport Sustainability Management Plan and expanding its sustainability and resiliency program to cover all MPA facilities, the sustainability and resiliency program is evolving with a focus on identifying and creating the next iteration of program goals. 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 experience in several fields including sustainability management, resiliency management, airport operations (Part 139 and General Aviation), seaport operations (container shipping ports, cruise ports, fish piers, auto ports), various real estate development activities, reporting and production design, energy management, and resiliency.

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 $500,000.

A Supplemental Information Package will be available, on September 19, 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.

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 October 25, 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


Notice of Public Comment Period and Public Meeting

The City of Peabody and the North Shore HOME Consortium, an organization comprised of thirty cities and towns in the Merrimack Valley and the North Shore, are seeking public comment on their respective Consolidated Annual Performance and Evaluation Reports (CAPERs) for the 2017 Program Year. These written documents are intended to 1.) Report on the use of HOME funds for the development of affordable housing in this region over the past year, and 2.) Report on the use of CDBG funds in the City of Peabody over the past year, to the United States Department of Housing and Urban Development (HUD) and to the general public. The City of Peabody and the Consortium will make these documents available to the general public and will encourage comments from all interested parties.

The member communities of the Consortium include: Amesbury, Andover, Beverly, Boxford, Danvers, Essex, Georgetown, Gloucester, Hamilton, Haverhill, Ipswich, Lynnfield, Manchester-by-the-Sea, Marblehead, Merrimac, Methuen, Middleton, Newburyport, North Andover, North Reading, Peabody, Rockport, Rowley, Salem, Salisbury, Swampscott, Topsfield, Wenham, West Newbury and Wilmington. A draft of Consortium’s CAPER will be forwarded to each member community at their respective City or Town Hall, and will be forwarded to a number of nonprofit organizations. A copy of both draft CAPERS will also be available at the Community Development & Planning Department of the City of Peabody, City Hall, 24 Lowell Street, Peabody during normal business hours, and on the City’s website at www.peabody-ma. gov.

The public comment period will begin on Friday, September 14th, 2018 and will end on Monday, October 15th, 2018. All interested parties, representatives from the Consortium’s member communities, and nonprofit providers whose clients are impacted by the need for affordable housing are urged to review these documents and to respond with comments.

A Public Meeting will also be held on Thursday, September 27th, 2018 in the Community Development Conference Room, Peabody City Hall, 24 Lowell Street, Peabody at 5:00 p.m. to provide the public with an opportunity to offer comment.

Written comments are also encouraged, and may be addressed, on or before September 29th, to:

The Department of Community Development City Hall, 24 Lowell Street Peabody, Massachusetts 01960 FAX (978) 538-5987 e-mail addresses: [email protected] or [email protected]


NOTICE TO CONTRACTORS - CLASSIFIED LEGAL ADVERTISEMENT MASSACHUSETTS EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE DIVISION OF CAPITAL ASSET MANAGEMENT & MAINTENANCE

Electronic Bids submitted in the format furnished by the Division of Capital Asset Management & Maintenance (DCAMM) and clearly identified as a bid will be received through DCAMM’s E-Bid Room at www.bidexpress.com/ businesses/10279/home no later than the date and time specified and will forthwith be publicly opened at One Ashburton Place, Room 220, Boston, MA 02108.

Sub-Bids at 12:00 Noon: October 11, 2018

General Bids at 2:00 PM: October 22, 2018

Every Filed Sub-Bidder must be certified by DCAMM in the category for which they bid.

Every General Bidder must be certified by DCAMM for the category of work listed below and for no less than the bid price plus all add alternates of this project, if applicable.

The Category of Work is: General Building Construction

Mass. State Project No. DCP1640 Contract No. FC1

Roof and Cooling Tower Upgrades, McCormack State Office Building

Boston, MA

And the following Filed Sub-Bids: Roofing and Flashing; Plumbing; HVAC; Electrical.

E.C.C: $2,152,240

This project is scheduled for 180 calendar days to substantial completion. Scope:

Re-roofing the McCormack Building and upgrading two rooftop cooling towers.

A Pre-Bid meeting will be held on September 26, 2018 @ 10:30 AM at the McCormack Building Lobby, One Ashburton Place, Boston, MA 02108.

Minimum rates of wages to be paid on the project have been determined by the Commissioner of the Department of Labor Standards. These rates are incorporated into the bid documents.

Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through DCAMM’s E-Bid Room https://www. bidexpress.com/businesses/10279/home One hard copy set is also available for viewing in DCAMM’s Bid Room located at One Ashburton Place, 1st Floor, Room 107, Boston, MA during normal business hours.

In order to access bid documents and submit bids through DCAMM’s E-Bid Room potential bidders must first be verified by DCAMM’s Bid Room and then register with the E-Bid Room vendor. Instructions on the processes can be found on DCAMM’s website www.mass.gov/dcamm/bids or contact DCAMM’s Bid Room at (617) 727-4003 or [email protected]

Carol W. Gladstone COMMISSIONER


PUBLIC ANNOUNCEMENT

MASSACHUSETTS BAY TRANSPORTATION AUTHORITY SOLICITATION FOR PLANNING, DESIGN, AND CONSTRUCTION PHASE SERVICES FOR BUS SYSTEM INFRASTRUCTURE IMPROVEMENTS REQUEST FOR QUALIFICATIONS

The Massachusetts Bay Transportation Authority is soliciting Planning, Design and Construction Phase Services for Bus System Infrastructure Improvements.

The Scope of Services includes, but is not limited to: Feasibility Surveys/ Analyses; Multidisciplined Engineering (i.e. Civil, Structural, Electrical, and Mechanical); Urban and Transportation Planning; Bus Service Planning; Traffic Engineering and Analysis; Roadway and Streetscape Design; Intermodal Transportation Facility and Station Design; Intelligent Transportation Systems (ITS) Design; Environmental Approvals and Permitting; Code Compliance; Architecture; Municipal Coordination; Stakeholder and Public Participation; Contract Management Assistance; Scheduling; Quality Control/Quality Assurance; Construction Planning and Methods; Construction Staging and Constructability; Construction Cost Estimating; Design Phase Services; Bid Phase Service; and Construction Phase Services.

This project is expected to utilize Federal and non-federal funding. The DBE participation goal for this project is ten (10%) percent of the total amount authorized. In addition, the Authority strongly encourages the use of Minority, Women and Disadvantaged Business Enterprises as prime consultants, sub-consultants and suppliers in all of its contracting opportunities.

The complete Request for Qualifications can be found on the MBTA website. Please use the following link:

http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/ This is not a Request for Proposal. The MBTA reserves the right to cancel this procurement or to reject any or all Statements of Qualifications.

Stephanie Pollack MassDOT Secretary & CEO

Luis Manuel Ramirez MBTA General Manager & CEO