Page 18

Loading...
Tips: Click on articles from page

More news at Page 18


Page 18 288 viewsPrint | Download

MASSACHUSETTS BAY TRANSPORTATION AUTHORITY TEN PARK PLAZA, SUITE 5170 BOSTON, MA 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. A49CN01, PARK STREET STATION WAYFINDING AND STATION IMPROVEMENTS, BOSTON, MA (CLASS I – GENERAL TRANSIT CONSTRUCTION, $10,000,000; CLASS 7 – BUILDINGS, $10,000,000), PROJECT VALUE $11,772,846 can be submitted at www. bidx.com until two o’clock (2:00 PM) on Wednesday, February 20, 2019. Immediately thereafter, in a designated room, the Bids will be opened and read publicly.

The scope of work consists of the following Wayfinding and Station Improvements: demolish/replace/retrofit all station lighting throughout the public areas and relocate existing cameras due to impacts with new lighting/signage; demolition and replacement of all existing wayfinding signage; provide compliant braille signage at the two historical headhouses and throughout the public areas of the station platforms; provide illuminated exit signage throughout the station; repair floor finishes, benches and 23 stairways; reopen the Temple Place stairs on Tremont Street; improve station brightening (cleaning and painting) and cleaning of artwork.

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 14 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://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


MASSACHUSETTS BAY TRANSPORTATION AUTHORITY

Date: January 23, 2019 By: Stephanie Pollack Secretary and Chief Executive Officer of MassDOT

Steve Poftak MBTA General Manager and CEO

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Sealed General Bids for MPA Contract No. MP1803-C1, FY19-21 SMALL ITEM WATERFRONT REPAIR TERM CONTRACT, 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, FEBRUARY 20, 2019, 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 3:00 PM LOCAL TIME ON THURSDAY, FEBRUARY 7, 2019.

The work includes VARIOUS WATERFRONT REPAIRS, ON AN AS-NEEDED BASIS, INCLUDING BUT NOT LIMITED TO INSTALLATION, MAINTENANCE, AND REMOVAL OF SPILL CONTAINMENT BOOMS; RETRIEVAL AND DISPOSAL OF FLOATING DEBRIS; REMOVAL AND DISPOSAL OF DAMAGED TIMBER OR TIMBER DEBRIS; AND SUPPLY AND INSTALLATION OF NEW TIMBER CURBS.

Bid documents will be made available beginning WEDNESDAY, JANUARY 30, 2019.

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 TWO HUNDRED THOUSAND DOLLARS ($200,000.00).

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. 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 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 JOHN P. PRANCKEVICIUS ACTING CEO & EXECUTIVE DIRECTOR


NOTICE TO TRADE CONTRACTORS REQUEST FOR TRADE CONTRACTOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY is soliciting Statements of Qualifications from TRADE CONTRACTORS interested in performing work for L338-C2 Phase I, TERMINAL E MODERNIZATION, LOGAN INTERNATIONAL AIRPORT. The Authority is seeking Qualification Statements from Trade Contractors who have a demonstrated experience in the construction and implementation of similar work in terms of scale and complexity as required for the Terminal E - Logan International Airport. In accordance with Massachusetts construction manager at-risk requirements, MGL Chapter 149A Section 8, Qualification Statements are being requested from trade contractors capable of performing the following classes of work: Masonry, Glass and Glazing, Tiles and Resilient Flooring.

The contract includes the following scope of work: Relocation of existing Massport Customer Service Group, Terminal C Manager, Massport Aviation Business Office and Massport Aviation Security Office into the existing old State Police space. The estimated cost of all the trade contractors’ portion of this phase of the Project is approximately $237,200.00 and the construction duration for this phase is approximately 12 months. The estimated value of work to be performed by trade contractors is as follows:

Masonry......................................................................................... $21,700

Glass and Glazing........................................................................... $71,800

Tiles............................................................................................... $31,000

Resilient Flooring & Carpet........................................................... $112,700

The Authority is implementing this project in accordance with MGL Chapter 149A, Sections 1 thru 13. This selection of trade contractors conforms to MGL Chapter 149A, Section 8, subsections (b) to (k) inclusive. This Request for Qualifications (RFQ) will be utilized to prequalify trade contractors capable and experienced in the construction of parking garages and terminal buildings. The Authority shall utilize a two-step process including the prequalification of trade contractors based on an evaluation of the Statement of Qualifications received in response to this solicitation, followed by an Invitation to Bidders that will only be issued to the prequalified trade contractors. A Prequalification Committee consisting of four representatives, one each from the Designer and the CM at Risk and two Massport staff. This Prequalification Committee will be conducting a qualifications-based evaluation of submittals received from interested trade contractors in order to identify prequalified trade contractors who will be invited to respond to a written Invitation to Bidders. Please note that the Authority is not utilizing this process to prequalify subcontractors who are not trade contractors, which shall be done separately in accordance with MGL C149A, Section 8, subsection (j). Qualification Statements shall be evaluated in accordance with the following criteria; (1) Management Experience; (2) Project References including a Public Project Record and (3) Capacity to Complete including a demonstration that the contractor has the financial stability and long-term viability to successfully implement the Project.

A Supplemental Information Package will be available, on 1/30/19 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]

Six (6) copies of a bound document each limited to 20 sheets (40 pages), exclusive of covers and dividers and resumes which shall be limited to one page, shall be printed on both sides of the sheet (8 ½” x 11”) and shall be addressed to Mr. 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, 2/14/2019, at the Massachusetts Port Authority, Logan Office Center, One Harborside Drive, Suite 209S, Logan International Airport, East Boston, MA 02128-2909. Any submittal that exceeds the page limit set here or that is not received in the Capital Programs Department by the above deadline shall be rejected as non-responsive. Questions regarding this RFQ shall be submitted in writing and directed to [email protected] with the Project name and number included in the subject line of the email by 5:00pm 01/30/19.

MASSACHUSETTS PORT AUTHORITY JOHN P. PRANCKEVICIUS ACTING CEO & EXECUTIVE DIRECTOR


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: March 7, 2019

General Bids at 2:00 PM: March 21, 2019

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: Mechanical Systems

Mass. State Project No.

IFM1907

Mechanical Systems Maintenance Services for Certain State Buildings Boston, Cambridge, Chelsea, and Lawrence, MA

And the following Filed Sub-Bid: Electrical.

E.C.C: $15,696,388

This project is scheduled for 1,096 calendar days to substantial completion. Scope:

Testing, inspection, preventive maintenance, repair, replacement and emergency services and requested incidental extra services for all Mechanical Systems and Equipment, and Electrical Systems Equipment, collectively Systems and Equipment.

A Pre-Bid meeting will be held on February 7, 2019 @ 9:00 AM at One Ashburton Place, 2nd Floor, Room 201, Boston, MA 02108. Building tour schedule can be found in the specifications.

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 ENGINEERING AND DESIGN SERVICES GREEN LINE CENTRAL TUNNEL TRACK AND SIGNAL REPLACEMENT

MBTA CONTRACT NO. Q21PS01

REQUEST FOR QUALIFICATIONS

The Massachusetts Bay Transportation Authority is soliciting Engineering and Design Services for replacement of Track, Signal, and Drainage Infrastructure in the Green Line Central Tunnel located in Boston, MA. The limits of the track replacement and drainage upgrades is from Kenmore and Symphony Stations to the west to North Station to the east. Signal upgrades will be between Copley Station and Government Center Station. Verification of the power and ventilation systems is also required.

The Scope of Services includes, but is not limited to: Feasibility Surveys/ Analyses; Current System Impacts, Multi-disciplined Engineering (i.e. Electrical, Signal, Mechanical, Civil, Structural); Historical Assessment; Code Compliance; Environmental Approvals and Permitting; Scheduling; Quality Control/Quality Assurance; Construction Planning and Methods; Construction Staging and Constructability; Construction Cost Estimating; Design Phase Services; Bid Phase Services; Construction Phase Services; and Life Cycle Cost Analysis. The duration of this contract will be three (3) years with one (1), one (1) year option to extend the contract.

This contract will utilize Federal and State Funds. The DBE Participation Goal 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, subconsultants 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 Mass DOT Secretary & CEO

Steve Poftak General Manager


PUBLIC NOTICE BOSTON REDEVELOPMENT AUTHORITY D/B/A BOSTON PLANNING & DEVELOPMENT AGENCY (“BPDA”) PROPOSED MODIFICATION TO SOUTH END URBAN RENEWAL PLAN, PROJECT NO. MASS. R-56 FOR PARCEL 5

Public Notice is hereby given that the Boston Redevelopment Authority d/b/a the Boston Planning & Development Agency (“BPDA”) will consider at its scheduled meeting on Thursday, February 14, 2019, starting at 3:30 P.M. in the Board Room – Room 900, 9th Floor, Boston City Hall, One City Hall Square, a proposed modification to the South End Urban Renewal Plan (the “Plan”) regarding Parcel 5 (the ”Parcel”). Said modification of the Plan will allow the BRA to modify Section 604 of the Plan to change the Proposed Land Use by setting the proposed land use of the Parcel as open space and allow the “Land Use Controls” to be modified to account for an open space use. This Public Notice is being provided in accordance with a certain “Conciliation Agreement” by and among the U.S. Department of Housing and Urban Development, the BRA and others, dated as of January 16, 2001. Teresa Polhemus, Secretary


LEGAL NOTICE TOWN OF ARLINGTON

COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM (CDBG)

PUBLIC HEARING

Pursuant to Title I of the Housing and Community Development Act of 1974, as amended, and the regulations formulated thereunder, notice is hereby given that the Town of Arlington, acting through the Town Manager and the Select Board, will hold a Public Hearing on the Community Development Block Grant Program. The purpose of this hearing is to receive proposals for funds for our CDBG Program Year 45 (July 1, 2019 - June 30, 2020).

Said hearing will be held at 7:15 P.M., MONDAY, FEBRUARY 11, 2019 IN THE SELECT BOARD MEETING ROOM ON THE SECOND FLOOR OF THE ROBBINS MEMORIAL TOWN HALL, 730 MASSACHUSETTS AVENUE, ARLINGTON, MASSACHUSETTS.

The Town expects to receive approximately $1,000,000 in Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development for CDBG Program Year 45. There is a HUD requirement that all funded programs must principally benefit persons of low and moderate income; aid in the prevention of slums and blight; or meet other urgent community development needs that pose a threat to the health or welfare of the community. For further information and technical assistance, please contact the Department of Planning and Community Development, 730 Massachusetts Avenue, Arlington, Massachusetts 02476, or (781) 316-3094.

The Select Board Meeting Room is accessible for the mobility impaired. If you require other assistance in obtaining access to the hearing, or to the materials to be presented, please contact the Arlington Commission on Disabilities office at (781) 316-3431 during business hours.

Adam Chapdelaine Town Manager

Daniel J. Dunn, Chair Select Board