Page 27

Loading...
Tips: Click on articles from page

More news at Page 27










Page 27 257 viewsPrint | Download

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