MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Sealed
General Bids for MPA Contract No. L199-C1 NORTH CARGO REHABILITATION –
PHASE 1 AND OTHER AIRFIELD IMPROVEMENTS, 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, MARCH 6, 2019,
immediately after which, in a designated room, the proposal will be
opened and read publicly.
NOTE:
PRE
BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE
ADDRESS) AT 10:00 A.M. LOCAL TIME ON WEDNESDAY, FEBRUARY 20, 2019.
The
work includes PAVEMENT MILLING, HOT MIX ASPHALT PAVING, CRACK REPAIR,
UTILITY STRUCTURE ADJUSTMENTS, PORTLAND CEMENT CONCRETE REMOVAL AND
REPLACEMENT, NEW CONDUIT, CABLE, AND LIGHT BASE INSTALLATION (OWNER
SUPPLIED) IN PCC REPLACEMENT AREA, PCC APRON CRACK AND SPALL REPAIR AND
PCC HARDSTANDS.
Bid documents will be made available beginning WEDNESDAY, FEBRUARY 13, 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 SIX MILLION, THREE HUNDRED THOUSAND DOLLARS ($6,300,000.).
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.
Bidders
must submit a Buy American Certificate with all bids or offers on AIP
funded projects. Bids that are not accompanied by a completed Buy
American Certificate must be rejected as nonresponsive.
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 TEN MILLION DOLLARS ($10,000,000). 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 subject to a Disadvantaged Business Enterprise
participation provision requiring that not less than five percent (5.0
%) of the Contract be performed by disadvantaged 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.
A
Contractor having fifty (50) or more employees and his subcontractors
having fifty (50) or more employees who may be awarded a subcontract of
$50,000 or more will, within one hundred twenty (120) days from the
contract commencement, be required to develop a written affirmative
action compliance program for each of its establishments.
Compliance
Reports - Within thirty (30) days of the award of this Contract the
Contractor shall file a compliance report (Standard Form [SF 100]) if:
(a)
The Contractor has not submitted a complete compliance report within twelve (12) months preceding the date of award, and
(b)
The Contractor is within the definition of “employer” in Paragraph 2c(3) of the instructions included in SF100.
The
contractor shall require the subcontractor on any first tier
subcontracts, irrespective of the dollar amount, to file SF 100 within
thirty (30) days after the award of the subcontracts, if the above two
conditions apply. SF 100 will be furnished upon request. SF 100 is
normally furnished Contractors annually, based on a mailing list
currently maintained by the Joint Reporting Committee. In the event a
contractor has not received the form, he may obtain it by writing to the
following address:
Joint Reporting Committee 1800 G Street Washington, DC 20506
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 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. Bid Documents for this Project are not available
through the E-Bid Room.
Sub-Bids at 12:00 Noon: March 13, 2019
General Bids at 2:00 PM: March 27, 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: General Building Construction
Mass. State Project No. DPH1901 Contract No. FC1 Anti-Ligature Upgrades, Lemuel Shattuck Hospital Boston, MA
And the following Filed Sub-Bids: Fire Protection; Plumbing; HVAC; Electrical.
E.C.C: $1,158,922
This
project is scheduled for 224 calendar days to substantial completion.
Scope: Exterior masonry repairs; reconstruction of front entrance
stairs, ramps and walkways; Replacement of membrane and slate roofing;
replacement of rooftop HVAC equipment; Replacement of fire alarm system;
life safety and accessibility upgrades.
A
Pre-Bid meeting will be held on February 22, 2019 @ 10:00 AM at Lemuel
Shattuck Hospital, 170 Morton St., Boston, MA 02130. Meet in the front
lobby of the building.
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.
The
bidding documents may be examined at the DCAMM Bid Room, One Ashburton
Place, 1st Floor, Room 107, Boston, MA 02108, Tel (617) 727- 4003, [email protected].
Copies may be obtained by depositing a company check, treasurer’s
check, cashier’s check, bank check or money order in the sum of $150
payable to the Commonwealth of Massachusetts. No personal checks or cash
will be accepted as deposits. Refunds for paper copies will be made to
those returning the documents in satisfactory condition on or before ten
business days after the opening of General Bids, otherwise the deposit
shall become the property of the Commonwealth.
Carol W. Gladstone
COMMISSIONER
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. K02CN01, CHELSEA COMMUTER RAIL STATION,
CHELSEA, MA (CLASS I, GENERAL TRANSIT CONSTRUCTION, PROJECT VALUE
$26,700,000.00) can be submitted at www.bidx.com
until two o’clock (2:00 PM) on Wednesday, March 13, 2019. Immediately
thereafter, in a designated room, the Bids will be opened and read
publicly.
The
scope of work consists of the construction of the Chelsea Commuter Rail
Station, including, but not limited to, new high level platforms,
canopies, foundation systems, track work, signage, bench/windscreens,
walls, earth support systems, sidewalks, stairways, lighting systems,
communications systems, structures for maintenance and bus operations
personnel, and landscaping. The work under this contract will also
consist of upgrades to the railroad signal systems, installation of new
traffic signal systems at local intersections and demolition of the
existing Chelsea commuter rail station.
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.
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
Steve Poftak MBTA General Manager
February 8, 2019
LEGAL NOTICE
Notice is hereby given that the Mayor’s Office of Consumer Affairs and Licensing has received the following application:
To
amend their current entertainment license to add live entertainment
which will consist of disc jockey, karaoke, and instrumental/vocal music
from Wednesday through Sunday until l:00 am. Currently, the license
permits instrumental/vocal music and karaoke on Thursdays from 8 p.m.
until 12:00 a.m.
At:
4187-4195 Washington Street Roslindale, MA 02131. Known as: Napper
Tandy’s. The applicant is: Alasty Corp. Manager of record is: Paul
Buckley
A public hearing on this application will be held at Boston City Hall, Room 809A, on Wednesday, March 6, 2019, at 11:30 a.m.
Anyone
wishing to speak on this matter is invited to attend the hearing.
Interpretation Services in Spanish, Mandarin, Cantonese, Vietnamese,
Haitian Creole, Cape Verdean Creole and American Sign Language may be
available upon request if the request is made two weeks prior to the
public hearing. Call 617-635-4165 to request an interpreter. Written
comments may be made prior to the hearing by writing to:
Kathleen
Joyce, Esq., Executive Director Mayor’s Office of Consumer Affairs and
Licensing Room 817, Boston City Hall, Boston, MA 02201 Telephone (617)
635-4165 Fax (617) 635-0709