Page 15

Loading...
Tips: Click on articles from page
Page 15 135 viewsPrint | Download

ADVERTISEMENT

The North Attleborough Housing Authority (“NAHA”) requests competitive sealed proposals from qualified bidders /offerors to provide Special Laundry Services and Maintenance to the NAHA at THREE (3) locations in the town of North Attleborough for a period of five years. Under this proposal, the Contractor shall perform and furnish all necessary work and insurance affidavits required as described herein. NAHA issues this RFP (and not IFB) because it places high value on service delivery and customer services responses. Questions may be directed to Dan Ouellette by email below. Bids are to be separated into two envelopes: Price and Service. This RFP is available in print at the office address noted below, and by email: Dan@ NorthAttleboroHousing.org Bidders must respond with four copies in writing (not by email or fax) on or before 11:00 am March 24, 2023, to:

Dan Ouellette North Attleborough Housing Authority 20 South Washington Street North Attleborough, MA 02760-1629


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. R44CN03, MISCELLANEOUS IMPROVEMENTS AT CABOT MAINTENANCE FACILITY, BOSTON, MASSACHUSETTS, (CLASS 7, BUILDINGS – $9,500,000.00) can be submitted at www.bidx.com until two o’clock (2:00 p.m.) on March 30th, 2023.

Immediately thereafter, in a designated room, the Bids will be opened and read publicly.

The Cabot Maintenance Facility Improvements project scope consists of the replacement of elements throughout Cabot Maintenance Facility in South Boston and includes improvements to the maintenance facility which was originally built in the l 970’s. These building upgrades include the installation of new overhead cranes, wheel truing machine, spray paint booth and other specialty equipment; and an upgraded carwash. This project will allow for storage, the safe operation, proper maintenance, and reliable servicing of the new Red Line vehicle fleet.

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.

https://bc.mbta.com/business_center/bidding_solicitations/currentsolicitations/

On behalf of the MBTA, thank you for your time and interest in responding to this Notice to Bidders.

Massachusetts Bay Transportation Authority

Jeffrey Gonneville Interim General Manager of the MBTA

March 1, 2023


Commonwealth of Massachusetts LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. L1802 PRESCOTT STREET BUILDING FIT-OUT, BOSTON LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS. The Authority is seeking qualified multidiscipline consulting firms or teams, with proven experience to provide professional services including planning, design, and construction related services including resident inspection relative to the redevelopment of an existing multi-story building that is currently unoccupied shell space. 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 Programming, Site Planning for both landside and airside, Architectural including building envelope and interiors, Site Civil, Structural, Mechanical with an emphasis on energy efficiency, Electrical, Plumbing, Vertical Transportation, Landscape Architecture, Code Compliance, Cost Estimating, Construction Phasing, Climate Resiliency and Sustainable Design, Security, Telecommunications Design as well as ADA compliance, and energy efficiency

The contract will be work order based, and that Consultant’s fee for each work order shall be negotiated; however, the total fee for the contract shall not exceed $1,000,000.

A Supplemental Information Package will be available, on Wednesday, March 8, 2023 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 SBrace@ massport.com 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 on Wednesday March 13, 2023 at 10:00 A.M. via Zoom Meeting at https:// massport.zoom.us/j/83287368872 Meeting ID: 832 8736 8872 One tap mobile +16465189805,,83287368872# 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/. Consultant shall specify in its cover letter that it has the ability to obtain requisite insurance coverage.

This submission shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, Director of Capital Programs and Environmental Affairs and received no later than 12:00 Noon on Thursday, April 20, 2023 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 by the deadline 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 LISA S. WIELAND CEO & EXECUTIVE DIRECTOR


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

BID NO. DESCRIPTION DATE TIME

WRA-5269

Aquatic Macrophyte Survey Update at MWRA/MDC Source

03/21/23 2:00 p.m.

WRA-5270

Invasive Aquatic Plant Monitoring and Control Chestnut Hill Reservoir

03/21/23 2:00 p.m.

WRA-5272

Quality Assurance Diver Services for Wachusett and Sudbury Reservoir

03/21/23 2:00 p.m.

WRA-5273

WRA-5275

DASH for Control of Invasive Aquatic Plants at Wachusett Reservoir’s Basins

Laser and Belt Alignment Support Services

03/21/23 2:00 p.m.

03/21/23 2:00 p.m.

WRA-5266 Purchase of Four (4) Grit Screws 03/22/23 4:00 p.m.

WRA-5271

Automated ION Chromatography Systems

7680 RFQ/P Intermediate High Pipeline Improvements CP2 Sections 24 and 25 Resident Engineer/Resident Inspection Services

03/24/23 12:00 p.m.

04/12/23 11:00 a.m.

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


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. L1740-C1, LOC CRAC UNIT REPLACEMENT, ONE HARBORSIDE DRIVE, 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 12, 2023, 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 29, 2023, 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 (ABOVE ADDRESS) AT 9:00 AM LOCAL TIME ON THURSDAY MARCH 16, 2023.

The work includes THE REMOVAL AND REPLACEMENT OF THE EXISTING CRAC UNITS SERVING THE 1ST AND 2ND FLOOR COMPUTER ROOMS. USE CHILLED WATER CRAC UNITS AND IN-ROW COOLING UNITS FOR THE 1ST FLOOR COMPUTER ROOM AND ELECTRIC ROOM, UTILIZING EXISTING CHILLED WATER INFRASTRUCTURE. REPLACE THE 1ST FLOOR COMPUTER ROOM CRAC UNITS IN-KIND WITH FOUR (4) 7.5 TON CHILLED WATER DOWN- FLOW CRAC UNITS. REPLACE THE 1ST FLOOR COMPUTER ROOM IN-ROW COOLING UNITS WITH EIGHT (8) 15.1KW/51.7 MBH 12” WIDE CHILLED WATER IN-ROW COOLING UNITS. REPLACE THE 1ST FLOOR ELECTRIC ROOM CRAC UNITS IN-KIND WITH TWO (2) 12 TON CHILLED WATER UP-FLOW CRAC UNITS. REPLACE THE 2ND FLOOR COMPUTER ROOM CRAC UNITS WITH THREE (3) 5 TON GLYCOL UP-FLOW CRAC UNITS WITH NEW ROOF MOUNTED DRY-COOLERS AND DUAL PUMP PACKAGES. PROVIDE CRAC UNITS/DRY-COOLERS WITH AN ECONOMIZER AND ASSOCIATED 3-WAY VALVES FOR “FREE COOLING” DURING THE WINTER. THE 2ND FLOOR COMPUTER ROOM CRAC UNITS/SYSTEMS TO BE REPLACED IN MULTIPLE (3) PHASES; 1; EXTEND THE NORTH WALL OF THE NORTH SCREENED-IN ENCLOSURE, REMOVE ABANDONED DRY-COOLERS AND INSTALL ONE NEW CRAC UNIT/SYSTEM. 2; REPLACE CRAC UNIT ON NORTH WALL. 3; REPLACE CRAC UNIT ON SOUTH WALL AND INSTALL NEW CRAC UNIT. THROUGH THE USE OF NEW BMS CARDS IN EACH CRAC UNIT, INTERFACE WITH EXISTING JCI METASYS SYSTEM. UPDATE CONTROLS AND GRAPHICS. PROVIDE TEMPORARY COOLING CONSISTING OF TWO (2) DX R OOFTOP UNITS AND ASSOCIATED DUCTWORK AND PORTABLE COMPUTER ROOM AIR CONDITIONING UNIT(S) TO ENABLE CRAC UNITS TO BE REPLACED WHILE MAINTAINING COOLING FOR THE 1ST FLOOR ELECTRIC ROOM, 1ST FLOOR COMPUTER ROOM AND 2ND FLOOR COMPUTER ROOM. EXTEND THE NORTH WALL OF THE NORTH SCREENED-IN ENCLOSURE TO ACCOMMODATE THE LARGER FUTURE RTU-1 AND 3RD DRY-COOLER. EXTEND THE NORTH WALL OF THE SCREENED-IN ENCLOSURE APPROXIMATELY 9’-6” FEET TO

THE NORTH. ENCLOSE WALL EXTENSION WITH SOLID METAL PANELS AND LOUVERS (MATCH EXISTING). PROVIDE NEW ENCLOSED RAISED PLATFORM ABOVE THE ROOF TO SUPPORT SNOW DRIFTING. PROVIDE NEW CIRCUIT BREAKERS, DISCONNECT SWITCHES, CONDUIT AND WIRING TO PROVIDE POWER FOR THE NEW CRAC UNITS. PROVIDE TEMPORARY POWER, INCLUDING TEMPORARY TRANSFORMER, POWER PANELS, CONDUIT AND WIRING TO ENABLE SHUTDOWN OF EXISTING PANELBOARDS TO ENABLE NEW WORK AND AVOID ANY POWER INTERRUPTION TO THE DATA CENTER EQUIPMENT. PROVIDE NEW DUCT SMOKE DETECTORS, CONNECT TO EXISTING FIRE ALARM SYSTEM. FIRE ALARM REPROGRAMMING AND TESTING IN ACCORDANCE WITH NFPA 72-14. PROVIDE COMMISSIONING OF NEW CRAC UNITS.

Bid documents will be made available beginning WEDNESDAY MARCH 8, 2023.

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 MECHANICAL. The estimated contract cost is $4,600,000.00.

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 $1,000,000.00. 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.

Filed sub bids will be required and taken on the following classes of work:

HEATING, VENTILATING, AND AIR CONDITIONING MISCELLANEOUS AND ORNAMENTAL IRON LATHING AND PLASTERING ROOFING AND FLASHING PLUMBING ELECTRICAL

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 TW0 POINT ONE PERCENT (2.1%) 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 Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, all bidders/proposers will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.

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