Page 20

Loading...
Tips: Click on articles from page

More news at Page 20


Page 20 192 viewsPrint | Download

BROOKLINE HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTORS (TILE & RESILIENT FLOORS ONLY) ARTHUR O’SHEA HOUSE RENOVATION PROJECT

The Brookline Housing Authority, requests Statements of Qualifications for Trade Contractors for the Arthur O’Shea House Renovation Project at 61 Park St., Brookline, MA 02446. The Awarding Authority invites pre-qualifications, pursuant to M. G. L. Chapter 149A, Section 8 of Trade Contractors.

The following are the sub-trades for which qualification packages are being requested:

Tile & Resilient Floors

This request for qualifications (RFQ) will be used to pre-qualify trade contractors and who will be invited to submit bids pursuant to section 8 of Massachusetts General Law Chapter 149A. The estimated cost of construction is: $12,500,000.

Request for Qualification Packets may be downloaded from www. BidDocsonline.com under Solicitations or picked up on/after Thursday, May 2, 2019 between the hours of 9:00 am to 3:00 pm from the Owner’s Project Manager’s office: Hill International Inc., 75 Second Ave, Suite 300, Needham, MA 02494.

Statements of Qualifications, in response to this RFQ, shall be signed under the pains and penalties of perjury. Qualifications must be received on/ before 2:00 PM Thursday, May 16, 2019 at the Owner’s Project Manager’s office: Hill International, Arthur O’Shea House Renovation Project, c/o Rick Anderson, OPM, 75 Second Ave, Suite 300, Needham, MA 02494. Any responses submitted after this time will not be accepted. This Request for Qualifications is due to an insufficient number of RFQs received in the prior solicitation for this project.


Sealed Proposals are hereby solicited for multiple contractors for the provision of non-homemaker services* to the clients of Boston Senior Home Care, Central Boston Elder Services and Ethos (hereinafter referred to as ‘the Consortium’). The Consortium is comprised of three separate corporate entities designated as Aging Services Access Points (ASAPs) by the Executive Office of Elder Affairs (EOEA). For a complete list of the services, RFP instructions and contract requirements and details, visit the Ethos Web Site at http://www.ethocare.org. Contracts are awarded based upon individual ASAP’s agency needs.

A Bidders Conference will be held on May 15, 2019 from 2:00PM – 5:00PM at Boston Senior Home Care, 89 South Street, Boston, MA 02111. The purpose of this conference is to provide an overview of the RFP process and the services Consortium members are seeking to purchase.

Boston Senior Home Care, Central Boston Elder Services, and Ethos, are Affirmative Action and Equal Employment Opportunity (AA/EEO) agencies. The Consortium strongly encourages minority, and women owned businesses to respond to this RFP.

The deadline for Proposal submission is June 27, 2019 at 12:00PM.

*For Homemaker/Personal Care/Supportive Home Care Aide services, please consult the EOEA website, https://noi.800ageinfo.com/


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. L1622 TERMINAL A IMPROVEMENTS. The Authority is seeking a qualified multidiscipline consulting firm or team, with proven experience to provide professional services associated with airport architectural and engineering design, and construction related services including resident inspection and project controls relative to the improvements of Terminal A. The Terminal A work will include design of interior improvements at both the main terminal and satellite terminal, reconfiguration and improvements at the security checkpoint, new elevator construction and the study of post-security connectivity potential between Terminal A and Terminal E and post-security connectivity potential between Terminal A and Terminal B. These services are expected to be provided at Boston Logan International Airport, East Boston, Massachusetts. 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 Airport Design, Interior Design, Civil, Structural, Mechanical, Electrical, Plumbing, Fire Protection, Security System Design, Signage, Vertical and Horizontal Transportation Systems, Code Compliance, Asset Management, Lean Design and Construction, Cost Estimating, Construction Phasing, Virtual Design and Construction (VDC/ BIM) for all disciplines and Scheduling. The consultant shall also have demonstrated experience with Construction Management at Risk, MGL Chapter 149A.

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 $2,000,000.00.

A Supplemental Information Package will be available, on Wednesday May 1, 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 10:00 AM on Tuesday May 7, 2019 at the Capital Programs Department, Suite 209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128. 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 June 13, 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