Page 20

Loading...
Tips: Click on articles from page

More news at Page 20




Page 20 935 viewsPrint | Download

Age Strong Commission

REQUEST FOR PROPOSAL Health and Support Services

Contact information Alison Freeman alison.freeman@boston.gov 617-635-0027

The City of Boston Age Strong Commission/Area Agency on Aging Region VI invites all interested agencies serving Boston’s older adults to submit proposals for Title III B (Support Services), Title III D (Health Promotion Evidence-Based) and Ombudsman under American Rescue Act Plan Act and/ or Regular Standard funding:

Title III-B Support Services (both funding sources), Bid event EV00010770 ONE YEAR FUNDING PERIOD, WITH OPTION TO EXTEND TO 2nd YEAR OCTOBER 1, 2022 TO SEPTEMBER 30, 2023

Title III-D Health Promotion Evidence Based-Services (both funding sources), Bid event EV00010773 ONE YEAR FUNDING PERIOD, WITH OPTION TO EXTEND TO 2nd YEAR OCTOBER 1, 2022 TO SEPTEMBER 30, 2023

Ombudsman Services (only American Rescue Act Plan), Bid event EV00010526 ONE YEAR FUNDING PERIOD, WITH OPTION TO EXTEND TO 2nd YEAR OCTOBER 1, 2022 TO SEPTEMBER 30, 2023

The purpose of the funding is to support a comprehensive health and social service system for Boston’s older adults by ensuring good service, effective programming, and quality care.

The Request for Proposal (RFP) will be made available at 9:00 AM on Monday, June 6, 2022 on the City’s purchasing website and Supplier Portal, www.boston.gov/procurement, and will be available until 5:00 PM, Tuesday, July 12, 2022.

An optional Virtual Bidders’ Conference for Titles III-B, -D, and Ombudsman will be held from 2:00 to 4:30 PM on Monday, June 6, 2022 on the virtual meeting platform, Zoom. Registration is required to access the link for this meeting and can be completed here: https://us06web.zoom.us/meeting/ register/tZcpde-pqz4vEtJRg720eGL287eEUCWbS25C. All interested parties may attend the Virtual Bidders’ Conference.

Completed proposals must be submitted via the Supplier Portal or to the Area Agency on Aging no later than 5:00 PM, Tuesday, July 12, 2022. All agencies will be notified of funding decisions by Monday, August 8, 2022 for start-up on Saturday, October 1, 2022.


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. L1696-C1, NORTH CARGO REHABILITATION – PHASE 2, 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 bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, JUNE 29, 2022 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 CONDUCTED BY WAY OF A VIRTUAL VIDEO CONFERENCE AT 9:00 AM (LOCAL TIME) ON THURSDAY, JUNE 16, 2022. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS:

The work includes: PAVEMENT MILLING, HOT MIX ASPHALT PAVING, CRACK REPAIRS, PAVEMENT MARKINGS, PCC PAVEMENT REMOVAL, AND UTILITY ADJUSTMENTS. https://massport.zoom.us/j/85875497966 DIAL IN: +1 (646) 558-8656 OR +1 (267) 831- 0333 MEETING ID: 858 7549 7966

Bid documents will be made available beginning WEDNESDAY, JUNE 8, 2022. Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through www.bidexpress.com/businesses/27137/home in the listing for this Project.

The estimated contract cost is FOUR MILLION THREE HUNDRED THOUSAND DOLLARS ($4,300,000.00).

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.

Bidders must submit a Buy American Certificate with all bids or offers on AIP funded projects. Bids that are not accompanied by a completed Buy American Certificate must be rejected as nonresponsive.

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 subject to a Disadvantaged Business Enterprise participation provision requiring that not less than EIGHTEEN AND SEVEN TENTHS PERCENT (18.7)% of the Contract be performed by disadvantaged 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 Article 84 of the 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.

A Contractor having fifty (50) or more employees and his subcontractors having fifty (50) or more employees who may be awarded a subcontract of $50,000 or more will, within one hundred twenty (120) days from the contract commencement, be required to develop a written affirmative action compliance program for each of its establishments.

Compliance Reports - Within thirty (30) days of the award of this Contract the Contractor shall file a compliance report (Standard Form [SF 100]) if:

(a) The Contractor has not submitted a complete compliance report within twelve (12) months preceding the date of award, and

(b) The Contractor is within the definition of “employer” in Paragraph 2c(3) of the instructions included in SF100.

The contractor shall require the subcontractor on any first tier subcontracts, irrespective of the dollar amount, to file SF 100 within thirty (30) days after the award of the subcontracts, if the above two conditions apply. SF 100 will be furnished upon request. SF 100 is normally furnished Contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address:

Joint Reporting Committee 1800 G Street Washington, DC 20506

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


Economic Development & Industrial Corporation of Boston (“EDIC”) Request for Proposals for Ground Lease 7 Channel St. (Parcel U) in the Raymond L. Flynn Marine Park, South Boston

Contact information:

Reay L. Pannesi; Reay.l.pannesi@boston.gov; 617.918.6239

The Economic Development and Industrial Corporation of Boston (“EDIC”), doing business as the Boston Planning & Development Agency (“BPDA”), conducts dispositions of EDIC-owned properties to encourage redevelopment and economic development in the City of Boston. This Request for Proposals (“RFP”) offers qualified developers an opportunity to submit proposals for the redevelopment and ground lease of Parcel U (the “Premises”), located at 7 Channel Street in the Raymond L. Flynn Marine Park (“RLFMP”) in South Boston, Massachusetts for the purpose of: enhancing its potential uses and value in a manner consistent with the zoning and other regulatory standards that define the uses of the Premises and capturing the opportunities presented by the 2022 RLFMP Master Plan Update. The Premises consists of land area of approximately 45,310 square feet, with a masonry and metal building thereon of approximately 27,049 square feet. Potential redevelopment of the Premises could include commercial, general office, high-tech manufacturing, life sciences, research and development, marine industrial, aquaculture and general manufacturing, or more traditional distribution and cold storage. Residential and hotel uses would not be considered. The location of the Premises could include a single engine company Boston Fire Department Station (“BFDS”) within a proposed development. Therefore, this RFP requires proponents to include two development scenarios in their submitted proposals – Program A and Program B. Program A should consist of uses that conform to the goals articulated above. Program B shall conform to those goals, but also include the delivery to the BPDA of a core and shell space that the BPDA could dedicate to community and/or government use, a community benefit that shall come at no cost to the BPDA. To the extent permissible under applicable law, the BPDA anticipates that this space may serve as a BFDS as needed to better serve the South Boston Seaport and the City of Boston overall. The BPDA expects a ground lease price per year at project stabilization of at least $15.00 per gross square foot (“GSF”) of floor area constructed for Program A and $10.50 per GSF for Program B. The Premises are being offered as is, without warranty of any kind, express or implied. If concerned about the Premises’ condition, legal or physical access and the maintenance thereof, property lines or boundaries or any other matter affecting the Premises, prospective developers should investigate and conduct whatever due diligence and inspection deemed necessary.

The RFP package will be available on the BPDA Procurement Portal at http://www.bostonplans.org/work-with-us/procurement beginning June 8, 2022. Completed proposal applications must be submitted as instructed and returned directly to the BPDA Real Estate, 22 Drydock Ave., 2nd floor, RLFMP, South Boston, attention: Reay L. Pannesi, by August 8, 2022 no later than 12:00 PM. Late proposals will not be accepted. A fee of $10,000.00 is payable upon submission of proposals, and is refundable for those proponents not selected. For more information about this Request for Proposals, contact Reay Pannesi, Senior Real Estate Development Officer at (617) 918- 6239 or Reay.L.Pannesi@boston.gov

Michelle Goldberg, Director of Finance & Chief Procurement Officer