Page 19

Loading...
Tips: Click on articles from page

More news at Page 19




Page 19 355 viewsPrint | Download

Brookline Housing Authority (BHA) Request for Qualifications for Accounting Services

The Brookline Housing Authority is seeking proposals from qualified accounting firms to provide accounting services associated with the redevelopment of O’Shea House and Morse Apartments utilizing a 4% LIHTC and tax-exempt bond execution. Both properties, each a 100-unit public housing development, will convert at closing to Section 8 Project-Based Vouchers (PBV) under HUD’s Rental Assistance Demonstration (RAD) and Section 18 programs. The first transaction, O’Shea, is expected to close in Spring 2019; Morse Apartments is projected to close by the end of 2019. The BHA is looking for firms with particular expertise in low income housing tax credits. Experience with RAD conversions and working with a Public Housing Authority are highly desirable.

The RFP will be available on October 1, 2018 on the BHA website at brooklinehousing.org/public-bids. Proposals must be submitted by email to [email protected] as described in Section 6 of the RFP. Proposals must be received by Wednesday 24, 2018 no later than 4:00 PM EST. Proposals received after this deadline will not be accepted.

Inquiries or requests for clarification of the RFP must be submitted to: [email protected] by October 10, 2018 at 4:00 pm. Responses will be provided through addenda that will be posted to the BHA website. Please note: to automatically receive notification of addenda postings, firms and individuals must be registered as solicitation holders for this project on the BHA website

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.


Brookline Housing Authority (BHA) Request for Qualifications for Relocation Services

The Brookline Housing Authority is seeking proposals from qualified relocation firms to provide relocation services associated with the redevelopment of O’Shea House and Morse Apartments utilizing a 4% LIHTC and tax-exempt bond execution. Both properties, each a 100-unit public housing development, will convert at closing to Section 8 Project-Based Vouchers (PBV) under HUD’s Rental Assistance Demonstration (RAD) and Section 18 programs. The first transaction, O’Shea, is expected to close in Spring 2019; Morse Apartments is projected to close by the end of 2019. Renovation will begin immediately following closing and is expected to last between twelve and fourteen months. The buildings will be occupied during the renovation, with residents relocated while their units are renovated to units within their building that are currently being held vacant. The construction scope is intended to address all significant repair needs for the long-term and residents’ ability to age in place. The BHA is looking for firms with particular expertise in affordable housing, seniors/disabled housing, occupied rehab, and working with housing authorities.

The RFP will be available on October 1, 2018 on the BHA website at brooklinehousing.org/public-bids.

Each respondent must submit one (1) signed original and two copies of its proposal. 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 October 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

Inquiries or requests for clarification of the RFP must be submitted to: [email protected] by October 10, 2018 at 4:00 pm. Responses will be provided through addenda that will be posted to the BHA website. Please note: to automatically receive notification of addenda postings, firms and individuals must be registered as solicitation holders for this project on the BHA website

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.


INVITATION TO BID

The Trustees of Old Dartmouth Historical Society dba New Bedford Whaling Museum, New Bedford, Massachusetts, the Awarding Authority, requests bids for the exterior restoration of the windows, doors, railings, rakes, bellyboards and eaves of the circa 1911 Bourne and circa 1935 Wood Buildings, New Bedford, MA which are listed in the State and National Registers of Historic Places.

The project is being partially funded with a grant from the Massachusetts Preservation Projects Fund through the Massachusetts Historical Commission. All work must be performed in accordance with the documents prepared by Civitects, Architect, 66 Troy Street, Fall River, Massachusetts 02720 (Telephone: 774-357-5353) and meet the Secretary of the Interior’s Standards for the Treatment of Historic Properties. State law prohibits discrimination. Awarding of this contract is subject to Affirmative Action and Equal Opportunity guidelines. A copy of the bidding documents may be obtained by writing or telephoning the architect at the above address.

A pre-bid meeting will be held at the New Bedford Whaling Museum at the corner of William Street and Johnny Cake Hill, on Friday, October 5, 2018, at 10:00 AM.

Bids shall be evaluated on the basis of price, previous experience with similar types of construction projects, ability to perform the work in a timely manner, and references. All bids must be delivered to the architect’s office at the above address prior to October 23, 2018, in order to be eligible for consideration and all of the grant-funded work must be completed by June 30, 2019.


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. M560, NEW GATE PROCESSING FACILITIES, CONLEY TERMINAL, 700 SUMMER STREET, SOUTH BOSTON, MASSACHUSETTS The Authority is seeking the services of qualified multidiscipline consulting firm or team with proven experience in container ter minal

gate processing planning, design and implementation for the design, permitting and construction of the new gate complexes at Conley Terminal to increase terminal throughput and optimize traffic flow. 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 disciplines including but not limited to Container Port Operations Planning, IT infrastructure design and integration, Architectural, Civil, Structural, Mechanical, Electrical, Plumbing, Transportation, Environmental, Geotechnical, Waterfront Engineering, Permitting, Cost Estimating, Construction Phasing, and Sustainable Design.

The contract will be work order based, and Consultant’s fee for each work order shall be negotiated; however, the total project budget, which includes all design, permitting and construction cost is $34,000,000.

A Supplemental Information Package will be available, on Wednesday, October 10, 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 SBrace@ massport.com 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 11:00 AM on Tuesday, October 23, 2018 at the Capital Programs Department, Suite 209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts. 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/. 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, November 29, 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