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.
PUBLIC ANNOUNCEMENT
MASSACHUSETTS
BAY TRANSPORTATION AUTHORITY SOLICITATION FOR ARCHITECTURAL AND
ENGINEERING CONSULTING FOR MBTA DESIGN STANDARDS AND GUIDELINES MBTA
CONTRACT NO. Z94PS11
REQUEST FOR QUALIFICATIONS
The
Massachusetts Bay Transportation Authority is soliciting Architectural
and Engineering Consulting Services for the development and enhancement
of the MBTA’s Design Standards and Guidelines. The Scope of Service(s)
may include but is not limited to: multi-disciplined engineering and
architectural services. The scope of services will be authorized on a
standard contract basis. The duration of this contract will be five (5)
years with two (2) optional one (1) year extensions.
This
project is expected to utilize non-federal funding, and no DBE
participation goal has been attached to this project. However, the
Authority strongly encourages the use of Minority, Women and
Disadvantaged Business Enterprises as prime consultants, sub-consultants
and suppliers in all of its contracting opportunities.
The complete Request for Qualifications can be found on the MBTA website. Please see the following link:
http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/
This is not a Request for Proposal. The MBTA reserves the right to
cancel this procurement or to reject any or all Statements of
Qualifications.
Stephanie Pollack MassDOT Secretary & CEO
Steve Poftak General Manager
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
*WRA-4811 DASH for Control of Invasive 02/18/20 12:00 p.m.
Aquatic Plants Wachusett Reservoir Stillwater Basin *WRA-4813 Aquatic Macrophyte Survey Update 02/18/20 12:00 p.m.
MWRA/DCR Source *WRA-4814 DASH for Control of Invasive 02/18/20 12:00 p.m.
Aquatic Plants at Wachusett Reservoir’s Basin *WRA-4817 Purchase of Seventeen (17) New 02/18/20 12:00 a.m.
Utility
Vehicles *WRA-4818 Supply & Delivery of Carbon Dioxide to the John
J. Carroll Water Treatment Plant 02/18/20 12:00 p.m.
*WRA-4819 Landfill Services for Excavated 02/18/20 12:00 p.m.
Materials *WRA-4812 Quality Assurance Diver Services 02/18/20 2:00 p.m.
for Wachusett Reservoir **F257 Request for Letters of Interest 02/21/20 4:00 p.m.
Insurance and Associated Broker Services *S595 Grit and Screenings Hauling and Disposal Contract 03/05/20 2:00 p.m.
*To access and bid on Event(s) please go to the MWRA Supplier Portal at www.mwra.com.
**To obtain the bid documents please email request to: MWRADocumentDistribution@mwra.com.
MASSACHUSETTS BAY TRANSPORTATION AUTHORITY 10 PARK PLAZA BOSTON, MASSACHUSETTS 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. K78CN02, South Coast Rail, Building
Demolition, Southeastern Massachusetts, (CLASS 8 – DEMOLITION
$2,000,000, PROJECT VALUE - $2,662,429) can be submitted at www.
bidx.com until two o’clock (2:00 p.m.) on February 27, 2020. Immediately
thereafter, in a designated room, the Bids will be opened and read
publicly.
The
Work involves the demolition of buildings and other structures located
on MBTA controlled property at nine separate locations in Middleborough,
Taunton, Berkley, Freetown, Fall River, and New Bedford. This
demolition work is taking place in preparation for commuter rail system
construction.
Bidders
attention is directed to Appendix 1, Notice of Requirement for
Affirmative Action to Insure Equal Employment Opportunity; and to
Appendix 2, Supplemental Equal Employment Opportunity, Anti-
Discrimination, and Affirmative Action Program in the specifications.
While there is no DBE goal associated with this contract, the Authority
strongly encourages the use of Minority, Women, and Disadvantaged
Business Enterprises as prime contractors, subcontractors, and suppliers
in all of its contracting opportunities.
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
January 31, 2020
MASSDOT RAIL AND TRANSIT
INVITATION FOR BIDS TIE INSTALLATION ON 3 MASSDOT RAIL LINES
The
Massachusetts Department of Transportation Rail and Transit Division
(MassDOT) is accepting sealed bids to rehabilitate railroad
rights-of-way. This Invitation for Bids is issued pursuant to
Massachusetts General Laws, Chapter 30, §39M.
THE
PROJECT: Install up to 23,000 new wood mainline crossties on three
separate MassDOT-owned freight lines in SE Mass. The new crossties and
any needed relay tie plates will be supplied by MassDOT. Project
includes removing existing ties, placing new ties, spiking, gaging,
anchors restoration, tamping, ballast installation, shoulder
restoration, removed scrap tie disposal and OTM disposal. Contractor
must show evidence of having worked on an active railroad and was able
to complete the work with no impacts to railroad operations.
Construction cost estimate is $5.3 million.
Prospective
bidders must be prequalified in accordance with MBTA “Procedures
Governing Classification and Rating of Prospective Bidders.” Bidders
must provide the following to be considered qualified for this work: 1.
List of equipment that will be used 2. Completed Bid Bond; 3. List of
all work in the last 3 years of similar size and scope demonstrating
experience & qualifications; 4. List of ongoing projects and 3
references from projects listed; 5. Approved FRA drug & alcohol
testing plan.
Bid
documents available 2/7/2020 via COMMBUYS, the Commonwealth’s
procurement website (www.commbuys.com). Prospective bidders must be
registered in COMMBUYS and must download plans, specs and all other
documents required to submit a bid. Questions must be submitted through
the Q&A Tab in COMMBUYS. Respondents must sign in on COMMBUYS to
post questions.
A
mandatory pre-bid meeting & site tour to be held Tues., 2/11/20 @
10:30 a.m. Meet at Wareham Memorial Town Hall Auditorium (main floor),
54 Marion Rd., Wareham. No award will be given to a contractor not
prequalified by MBTA in Cl. 1, General Transit Construction, or Cl. 3,
Trackwork, for a $5.3 million contract value and not at the pre-bid. Bid
deadline is Thurs., February 27, 2020, 2:00 p.m.
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic
General Bids for AP1819-C1, FY19-21 AUTHORITY-WIDE TERM GLASS &
GLAZING CONTRACT, BOSTON, BEDFORD, WORCESTER, BRAINTREE, CHELSEA,
FRAMINGHAM, PEABODY, AND WOBURN, 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, FEBRUARY 26, 2020, 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 11:00AM LOCAL TIME ON THURSDAY FEBRUARY 13, 2020.
The
work includes PROVISION OF LABOR, MATERIALS, TOOLS AND EQUIPMENT TO
REPLACE GLASS & GLAZING SYSTEMS ON AN “AS NEEDED” BASIS OVER A TWO
YEAR TERM AT ALL MASSACHUSETTS PORT AUTHORITY AVIATION AND NON-AVIATION
FACILITIES.
Bid documents will be made available beginning WEDNESDAY FEBRUARY 5, 2020.
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.
In
order to be eligible and responsible to bid on this contract General
Bidders must submit with their bid a current Certificate of Eligibility
issued by the Division of Capital Asset Management and Maintenance and
an Update Statement. The General Bidder must be certified in the
category of GLASS & GLAZING
The estimated contract cost is FIVE HUNDRED THOUSAND DOLLARS ($500,000.00).
Bidding
procedures and award of the contract and sub contracts shall be in
accordance with the provisions of Sections 44A through 44J inclusive,
Chapter 149 of the General Laws of the Commonwealth of Massachusetts.
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 TEN MILLION DOLLARS ($10,000,000.00). 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.
No filed sub bids will be required for this contract.
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.
MASSACHUSETTS PORT AUTHORITY LISA S. WIELAND CEO & EXECUTIVE DIRECTOR
INVITATION FOR BIDS FOR LONG WHARF SEAWALL STABILIZATION
The
Boston Redevelopment Authority d/b/a Boston Planning & Development
Agency (the “BRA”), is issuing an Invitation for Bids (“IFB”) entitled
“LONG WHARF SEAWALL STABILIZATION” at 206 Atlantic Avenue, (Long Wharf),
Boston MA, 02110. The IFB is being issued in accordance with
Massachusetts General Law c. 30, §39M, as may be amended. The project
number for the work associated with this IFB is 5014G (hereinafter, the
“Project”). he lowest responsible and eligible bidder for this Project
will be invited to enter into a contract with the BRA to perform the
scope of work as set forth in the provided bid documents, including
addenda. The scope of work generally consists of: Installation of new
steel sheet pile over 189-linear feet length as close as possible to the
toe of the existing granite block wall; and, Capping the new sheet pile
bulkhead with a 4-wide concrete cap and fill the area between the new
and existing walls with a flow-able concrete fill.
ESTIMATED
CONSTRUCTION PROJECT VALUE: One Million One Hundred Thirty Thousand
Dollars and Zero Cents ($1,130,000.00). TIME AND PLACE FOR FILING BIDS:
All bids shall be filed with the BRA at One City Hall Square, 9th floor,
Boston, MA, 02201 before 12:00 P.M. (Noon) on March 18, 2020 at which
time and place respective bids will be opened immediately and read
aloud. No bids will be accepted after the due date and time. Upon a
determination of the lowest responsible and eligible bidder by BRA
staff, BRA staff shall recommend to the BRA Board that the Director be
authorized to enter into a contract with the lowest responsible and
eligible bidder. The BRA reserves the right to waive any and all minor
informalities in the bidding process or to reject any and all bids if it
is in the public interest to do so. IFB PACKAGE AND PRE-BID CONFERENCE:
Plans and specifications for this Project will be available to all
interested parties on February 5, 2020, at 9:00 A.M. A pre-bid
conference will be held on February 18, 2020 at 1:30 P.M. at the Long
Wharf Shade Pavilion, 206 Atlantic Avenue (Long Wharf), Boston MA 02110.
Although attendance at the pre-bid conference is not mandatory, all
bidders are strongly encouraged to attend. For further information,
bidders shall submit an email to the BRA Procurement Office at
BPDA.CPO@boston.gov. Project Manager, Dolores Fazio, should be copied on
the email to the BRA Procurement Office. Dolores Fazio’s email address
is Dolores.Fazio@boston.gov. Download the IFB free-of charge from the
BPDA website at (http://www.bostonplans.org/). Under ‘Work with Us,’
follow the link http://www.bostonplans.org/work-with-us/procurement
to open the ‘Procurement’ page for “LONG WHARF SEAWALL STABILIZATION.”
Plan holders shall register by entering the information requested and
then follow the prompt to start file download. Bidders must submit with
their bid a bid deposit equal to five percent (5%) of the amount of the
total bid. The selected bidder will also be required to provide a
payment bond and a performance bond in the amount of one hundred percent
(100%) of the resulting contract price with the BRA. RULE FOR AWARD:
The resulting contract will be awarded to the bidder deemed to be the lowest responsible and eligible bidder.
Brian Connolly, Director of Finance/Chief Procurement Officer