CITY OF BOSTON
MAYOR’S OFFICE OF WORKFORCE DEVELOPMENT (A division of the Boston Planning Development Agency)
PUBLIC NOTICE OF REQUEST FOR PROPOSALS (RFP) For Job Training Services funded by NEIGHBORHOOD JOBS TRUST (NJT)
On Tuesday, February 25th on behalf of Mayor Walsh and the City of Boston Neighborhood Jobs Trust, the Mayor’s Office of Workforce Development (OWD) will issue an open and competitive Request for Proposal (RFP) for services under the Neighborhood Jobs Trust (NJT). The RFP solicits proposals for job training services provided by an eligible nonprofit organization or a workforce intermediary/funder collaborative. Programs funded through this RFP will provide low and moderate income Boston residents with training that leads to quality employment in tech-related jobs.
You can download the RFP online at owd.boston.gov starting on February 26th 2020. A bidder’s conference will be held on Wednesday, March 11th at 1:00PM in the 9th floor Boardroom located at the Boston Planning Development Agency, One City Hall Square, Boston, MA 02201. Potential applicants are strongly encouraged to attend; accommodations for persons with disabilities available upon request.
A Letter of Intent to Bid is required and must be submitted to [email protected] by March 27th, 2020, using the form available at owd.boston.gov. Applicants who are invited to submit a full proposal will be notified by April 13th, 2020 and full applications will be due no later than May 8th, 2020.
Contracts awarded under this RFP will begin on July 1, 2020. For any questions, please contact Katy Gall, Deputy Director for Workforce and Policy Development, at [email protected].
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
*WRA-4827
Supply, Deliver, Remove and Install Activated Carbon at Nut Island
03/17/20 2:00 p.m.
*WRA-4825 Supply and Installation of Carpet 03/18/20 2:00 p.m.
*WRA-4824
*WRA-4826
Purchase of One (1) Liquid Chromatograph/Tandem Mass Spectrometer
Purchase of Glassware Washing System
**7696 RFQ/P Top of Shafts 6, 8, 9A Interim Improvements Resident Engineering and Inspection Services
03/18/20 3:00 p.m.
03/19/20 3:00 p.m.
04/03/20 11:00 a.m.
*To access and bid on Event(s) please go to the MWRA Supplier Portal at www.mwra.com.
**To obtain bid documents, please email request to: [email protected].
OneUnited Bank
Notice is hereby given that OneUnited Bank whose corporate headquarters is located at 100 Franklin Street, Boston, Massachusetts 02110 has filed with the Federal Deposit Insurance Corporation, an application to establish a Branch Office to be located at 1495 North Wilmington Avenue, Compton, CA 90222.
Any person wishing to comment on this application may submit written comments to the regional director of the Federal Deposit Insurance Corporation at its regional office, 25 Jessie Street at Ecker Square, Suite 2300, San Francisco, California 94105, not later than March 20, 2020. The public portion of the application is on file in the regional office and is available for public inspection during regular business hours. Photocopies of the public portion of the application are available upon request.
Published pursuant to sections 303.7 and 303.44 of the rules and regulations of the Federal Deposit Insurance Corporation.
OneUnited Bank Teri Williams President & Chief Operating Officer
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic bids for MPA Contract No. A359-C1 AIR TRAFFIC CONTROL TOWER FLOOR 16 RENOVATION, LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, 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 General Bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, APRIL 8, 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.
Electronic filed sub-bids for the same contract will be received at the same office until 11:00 A.M. local time on WEDNESDAY, MARCH 25, 2020, immediately after which, in a designated room, the filed sub-bids will be opened and read publicly.
No paper copies of bids will be accepted.
NOTE: PRE-BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT ONE HARBORSIDE DRIVE, EAST BOSTON, MASSACHUSETTS AT 8:00AM LOCAL TIME ON FRIDAY, MARCH 6, 2020.
The work includes THE PROJECT INCLUDES THE SELECTIVE DEMOLITION AND REPLACEMENT OF INTERIOR FINISHES. DEMOLITION OF EXISTING CASEWORK TO ALLOW THE CONSTRUCTION OF A NEW OFFICE. HVAC AND ELECTRICAL IMPROVEMENTS ARE INCLUDED IN THE SCOPE. THE SITE WILL BE OCCUPIED AND OPERATIONAL DURING THE ENTIRE CONSTRUCTION PERIOD.
Bid documents will be made available beginning WEDNESDAY, MARCH 4, 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 General Bid 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 & Maintenance and an Update Statement. The General Bidder must be certified in the category of GENERAL BUILDING CONSTRUCTION.
The estimated contract cost is THREE HUNDRED TWENTY-THREE THOUSAND DOLLARS ($323,000).
In order to be eligible and responsible to bid on this contract, filed Subbidders must submit with their bid a current Sub-bidder Certificate of Eligibility issued by the Division of Capital Asset Management & Maintenance and a Sub-bidder Update Statement. The filed Sub-bidder must be certified in the sub-bid category of work for which the Sub-bidder is submitting a bid proposal.
Bidding procedures and award of the contract and sub-contracts shall be in accordance with the provisions of Sections 44A through 44H 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 $1,000,000. 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.
Filed sub-bids will be required and taken on the following classes of work:
HEATING, VENTILATING, AND AIR-CONDITIONING $35,560 ELECTRICAL $85,037
The Authority reserves the right to reject any sub-bid of any sub-trade where permitted by Section 44E of the above-referenced General Laws. The right is also reserved to waive any informality in or to reject any or all proposals and General Bids.
This contract is subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than TWO AND SEVEN TENTHS PERCENT (2.7%) of the Contract be performed by minority and women owned 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 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
MASSDOT RAIL AND TRANSIT
INVITATION FOR BIDS HYANNIS YARD NORTH END TRACK RECONSTRUCTION
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: At MassDOT’s Hyannis Yard, re-align existing tracks, install new track, install 2 new No. 10 turnouts and install new 115RE rail. Project includes clearing/grubbing; earthwork; installing block retaining wall, chain link fence & granite boulders; preparing subgrade & ballast; constructing new track; re-aligning existing tracks; ballast and surfacing; dismantling, salvaging and stockpiling track materials; clean-up & disposal of crossties. MassDOT will supply the 2 new No. 10 turnouts. 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 $1.5 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 3/13/2020 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 3/19/20 @ 10:30
a.m. Meet at CCRTA Administration Office conference room at Hyannis
Transportation Ctr., 215 Iyannough Rd., Hyannis. No award will be given
to a contractor not prequalified by MBTA in Cl. 1, General Transit
Construction, or Cl. 3, Trackwork, for a $1.5 million contract value and
not at the pre-bid. Bid deadline is Thurs., April 2, 2020, 2:00 p.m.
ADVERTISEMENT
REQUEST FOR PROPOSALS Request for Proposals for the purchase and redevelopment of Parcel 8 in the Dudley Square area of Roxbury
The
Boston Redevelopment Agency (“BRA”), doing business as the Boston
Planning & Development Agency (“BPDA”), is soliciting responses to a
Request for Proposals (“RFP”) for the redevelopment and sale of a
vacant parcel of land that fronts Melnea Cass Boulevard and is located
on a block bounded by Washington Street, Eustis Street and Harrison
Avenue in the Roxbury neighborhood of Boston (the “Proposed Property
Site”).
The
Proposed Property Site consists of approximately 47,333 square feet of
land area and is comprised of two parcels: Assessor’s Parcel Number
08-02426-030 with an address of Washington Street (“SR-25”), and
Assessor’s Parcel Number 08-02426-040 with an address of Harrison Avenue
(the “City Parcel”). SR-25 is currently under the care and control of
the Commonwealth of Massachusetts’ Department of Conservation and
Recreation (“DCR”), and the City Parcel is currently under the care,
custody, and control of the City of Boston’s Department of Neighborhood
Development (“DND”).
This
RFP seeks to secure redevelopment of the Proposed Property Site to
allow the mixed use development, consisting of residential housing with
ground floor commercial and/or retail use. Any development or other
improvement on SR-25 shall delineate and preserve the northeast corner
of the parcel as a public park. Certain areas of the Proposed Property
Site will be subject to a Preservation Restriction and Conservation
Restriction. The selected proponent will be required to complete the
Massachusetts Environmental Policy Act (“MEPA”) process prior to closing
on any transfer of the Proposed Property Site.
Any
proposal for the Proposed Property Site must reflect a minimum purchase
price of $5,010,000 for SR-25. The BPDA expects a price proposal of
$1,360,000 for the City Parcel. However, the BPDA may consider an offer
price below the asking price for the City Parcel if the proponent
demonstrates that the proposed use of the City Parcel qualifies as a
public purpose and/or the proposed use of the City Parcel will require
public subsidy.
This
RFP requires that any redevelopment of the Proposed Property Site be
consistent with applicable zoning and Architectural Conservation
District guidelines, and consistent with the Roxbury Strategic Master
Plan, Dudley Vision, and PLAN: Nubian Square, formerly known as 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 Proposed Property Site is located in the Eustis
Street Protection Area for the Eustis Street Architectural Conservation
District.
The Proposed Property Site is intended for disposition by a sale by the BPDA pursuant to the RFP. The Proposed Property Site is being offered as is, without warranty of any kind, express or implied. If concerned about the Proposed Property Site condition, legal or physical access and the maintenance thereof, property lines or boundaries or any other matter affecting the Proposed Property Site, prospective developers should investigate and conduct whatever due diligence and inspection deemed necessary.
The RFP package will be available beginning February 26, 2020 at the BPDA, Boston City Hall, One City Hall Square, Room 910, Boston, MA 02210, or download the package by registering at http://www.bostonplans.org/workwith-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 May 27, 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-proposal conference will be held on March 10, 2020 at 10:00 AM at the Bruce C. Bolling Municipal Building 2nd Floor School Committee Room, 2300 Washington St, Roxbury. Attendance at the pre-proposal conference is optional, however, all proponents are strongly encouraged to attend. A site tour will follow the pre-proposal conference. For more information about this Request for Proposals, 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