Page 15

Loading...
Tips: Click on articles from page

More news at Page 15










Page 15 198 viewsPrint | Download

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. AP1833-C1 ENGINE MAINTENANCE AND REPAIRS FOR GENERATORS, ALL MASSPORT PROPERTIES, BOSTON, BEDFORD, FRAMINGHAM, AND WORCESTER, MASSACHUSETTS, will be received through the internet using Bid Express until the date and time stated below, and will be posted on www.bidexpress. com immediately after the bid submission deadline.

Electronic bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY DECEMBER 18, 2019 immediately after which the electronic bids will be opened and read publicly in a designated room at the Capital Programs Department Office, Suite209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128- 2909.

No paper copies of bids will be accepted.

NOTE:

PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:00AM LOCAL TIME ON WEDNESDAY DECEMBER 4, 2019

The work includes THE PROVISION OF LABOR, TOOLS, EQUIPMENT, AND INCIDENTAL MATERIALS FOR PREVENTATIVE MAINTENACE AND REPAIR OF ENGINE DRIVEN GENERATORS INCLUDING WEEKLY, MONTHLY, AND ANNUAL SERVICE AND TESTING REQUIREMENTS AT THE AUTHORITY’S PROPERTIES FOR A PERIOD OF THREE YEARS

Bid documents will be made available beginning WEDNESDAY, NOVEMBER 20, 2019

Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through https://www.bidexpress.com/businesses/27137/home in the listing for this Project.

The estimated contract cost is NINE HUNDRED FIFTY THOUSAND DOLLARS $950,000.

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 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 $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 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 LISA S. WIELAND CEO & EXECUTIVE DIRECTOR


The Massachusetts Water Resources Authority is seeking bids for the following:

BID NO. DESCRIPTION DATE TIME

OP-408 Groundskeeping Services – Metropolitan Boston

12/18/19 2:00 p.m.

To access and bid on Event(s) please go to the MWRA Supplier Portal at www.mwra.com.


REQUEST FOR PROPOSALS

Request for Proposals for the long term lease and redevelopment of Blair Lot and 29 Eustis Street in the Dudley Square area of Roxbury

The Boston Redevelopment Authority (“BRA”), doing business as the Boston Planning & Development Agency (“BPDA”), is soliciting responses to a Request for Proposals (“RFP”) for the redevelopment and ground lease of a vacant parcel of land, located at the current site of Blair Lot and a non-contiguous parcel located at 29 Eustis Street (the “Leased Premises”), located between Washington Street and Harrison Avenue in the Roxbury neighborhood of Boston, at 2148 Washington Street, 2180-2190 Washington Street, 12-4 Palmer Street, 2-6 Renfrew Street and 29 Eustis Street. The Leased Premises consists of approximately 87,879 square feet of land area. This RFP seeks to secure redevelopment of the Leased Premises for mixed use development, consisting of residential housing with ground floor commercial and/ or retail uses. This RFP requires that any redevelopment of the Leased Premises be consistent with applicable zoning, and consistent with the Roxbury Strategic Master Plan, Dudley Vision, and PLAN: Dudley Square. Proponents must incorporate the combined visions of these planning documents, while capturing and addressing the current needs of the community for affordable housing, economic development and job opportunities. The Leased Premises is intended for disposition by a long term ground lease by the BRA pursuant to the RFP. The Leased Premises is being offered as is, without warranty of any kind, express or implied. If concerned about the Leased Premises condition, legal or physical access and the maintenance thereof, property lines or boundaries or any other matter affecting the Leased Premises, prospective developers should investigate and conduct whatever due diligence and inspection deemed necessary. The RFP package will be available beginning November 20, 2019 at BPDA, Boston City Hall, One City Hall Square, Room 910, Boston, MA 02210, or download the package by registering at http://www.bostonplans. org/work-with-the-bpda/rfps-rfqs-bids. Completed proposal applications must be submitted as instructed and returned directly to BPDA, Room 910, City Hall, One City Hall Square, Boston, MA by February 19, 2020, no later than 12:00 PM. Late proposals will not be accepted. A fee of $100.00 is payable upon submission of proposals, refundable for those proponents not selected. A pre-bid conference will be held on January 6, 2020 at 10:00 AM at the Bruce C. Bolling Municipal Building 6th Floor Community Space, 2300 Washington St, Roxbury. Attendance at the pre-bid conference is optional, however, all bidders are strongly encouraged to attend. A site tour will follow the pre-bid conference. For more information about this RFP, contact Morgan McDaniel, Real Estate Development Officer at (617) 918-6250 or via email to: [email protected].

Brian Connolly, Director of Finance / Chief Procurement Officer