Page 16

Loading...
Tips: Click on articles from page

More news at Page 16



Page 16 1,000 viewsPrint | Download

LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. H290-D1 RELOCATE PINE HILLS T-HANGARS, L.G. HANSCOM FIELD, BEDFORD, MASSACHUSETTS. The Authority is seeking qualified multidiscipline consulting firm or team, with proven aviation experience to provide professional services including planning, design and construction related services. The intent of this project is to design and construct several hangars for the cold storage of aircraft. The total square footage of new hangar space is approximately 25,000 square feet. The design and construction of a new section of taxiway, to provide access to the hangars, is included in the scope. These services are expected to be provided at L.G. Hanscom Field Bedford, MA. A study has been completed to identify site location options and the study will be provided upon request to [email protected]. 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 Architectural, Civil, Structural, Mechanical, Electrical, Plumbing, Fire Protection, Geotechnical, Environmental, Licensed Site Professional, Airfield Engineering, Security Landscape Architecture, Code Compliance, Cost Estimating, Construction Phasing, Resident Engineering and Sustainable Design.

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 NINE HUNDRED THOUSAND DOLLARS ($900,000).

A Supplemental Information Package will be available, on Wednesday March 13, 2019 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.

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 8:00 AM on Friday March 15, 2019 at Hanscom Civil Air Terminal, 200 Hanscom Drive, Bedford, MA 01730. 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/. 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 Thursday April 25, 2019 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 JOHN P. PRANCKEVICIUS ACTING CEO & EXECUTIVE DIRECTOR


MASSACHUSETTS PORT AUTHORITY NOTICE TO CONTRACTORS

Sealed General Bids for MPA Contract No. AP1824-C1 FY19-22 TERM VEGETATION MANAGEMENT L.G. HANSCOM FIELD, BEDFORD, MA AND WORCESTER REGIONAL AIRPORT, WORCESTER MA, 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 APRIL 3, 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 10:00 A.M. LOCAL TIME ON THURSDAY MARCH 21, 2019.

The work includes REMOVAL OF VEGETATION BY VARIOUS METHODS AND HERBICIDE APPLICATION ON AIRPORT PROPERTY. THE FOLLOWING TYPES OF REMOVAL ARE ANTICIPATED: MECHANIZED FELLING, MOWING, CUT AND CHIP, DROP AND LOP, AND TOPPING AND GIRDLING IN ENVIRONMENTALLY SENSITIVE AREAS. ALL WORK SHALL INCLUDE CAREFUL AND COMPLETE COMPLIANCE WITH ORDERS OF CONDITIONS FOR THE PROJECT BY THE RESPECTIVE CONSERVATION COMMISSIONS OF BEDFORD, CONCORD, LEXINGTON, LINCOLN, WORCESTER, AND LEICESTER.

Bid documents will be made available beginning WEDNESDAY, MARCH 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 HUNDRED THOUSAND DOLLARS ($600,000).

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.

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 $5,000,000. 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


LEGAL ADVERTISEMENT

COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE DIVISION OF CAPITAL ASSET MANAGEMENT & MAINTENANCE

Request for Qualifications for Trade Contractors

Masonry; Miscellaneous & Ornamental Iron; Waterproofing, Dampproofing & Caulking; Roofing & Flashing; Metal Windows; Glass & Glazing; Tile; Acoustical Tile; Resilient Floors; Painting; Elevators; Fire Protection Sprinkler System; Plumbing; HVAC; Electrical;

Chelsea Soldiers’ Home Community Living Center Mass. State Project No. CHE1604 DC1

The Commonwealth of Massachusetts, through its Division of Capital Asset Management & Maintenance (DCAMM), requests that qualified and experienced Trade Contractors submit Trade Contractor Statement of Qualifications Forms to the DCAMM Bid Room no later than 12:00 PM, April 4, 2019.

SCOPE: This project is a replacement of the Quigley Hospital with a new 154-bed, approximately 240,000 GSF Community Living Center. The new building, 6 stories tall with basement, will be built on the existing Quigley Building parking lot.

This Request for Qualifications (“RFQ”) is the first phase of a two-phase procurement process as set forth in MGL Chapter 149A. DCAMM, through its Trade Contractor Prequalification Committee, is prequalifying firms interested in providing public Trade Contractor services on this Public Construction Manager at Risk (“CM at Risk”) Project for the construction of the Chelsea Soldiers’ Home Community Living Center, Chelsea, MA through this RFQ process.

Trade Contractor Statement of Qualifications Forms from interested Trade Contractors are sought for the following Fifteen (15) categories of work: Masonry ($4,227,368); Miscellaneous and Ornamental Iron ($3,203,405); Waterproofing, Dampproofing and Caulking ($1,618,318); Roofing and Flashing ($2,401,774); Metal Windows ($5,465,988); Glass and Glazing ($1,218,840); Tile ($1,572,770); Acoustical Tile ($1,146,233); Resilient Floors ($1,448,402); Painting ($843,186); Elevators ($1,404,000); Fire Protection Sprinkler System ($1,743,644); Plumbing ($7,748,404); Heating, Ventilation & Air Conditioning ($18,346,474); Electrical ($15,312,464); Only prequalified firms will be permitted to submit bids for the categories of work in which they were prequalified. The Construction Manager is to be determined.

The Request for Qualifications may be downloaded from http://www. commbuys.com or DCAMM’s E-Bid Room at https://www.bidexpress.com/ businesses/10279/home or copies may be obtained by contacting the DCAMM Bid Room, One Ashburton Place, Boston, MA 02108, 617-727-4003, [email protected] on or after Wednesday, March 6, 2019.

Carol W. Gladstone, Commissioner