Page 22

Loading...
Tips: Click on articles from page
Page 22 217 viewsPrint | Download

LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. A447, TERM ROOFING AND BUILDING ENVELOPE CONSULTING SERVICES. The Authority is seeking qualified multidiscipline consulting firms or teams, with proven experience in the evaluation and design of retrofit or replacement of roof and building envelope systems, to provide professional services including conditions assessment, design, bid document preparation, construction, and resident inspection related services, on an on-call, as needed basis. These services are expected to be provided for all Authority properties. 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 roof material technologies, and roof and building envelope design and remediation, and have Registered Roof Consultants (RRCs) on staff. Related disciplines and services may include but not be limited to Architectural, Structural, Plumbing, Electrical, Code Compliance, Cost Estimating, Construction Phasing, Energy Modeling, Climate Resiliency and Sustainable Design, preparation of Bid Documents under MGL Chapter 149, Bidding Support, Construction Phase Services, and Resident Inspection..

The Authority expects to select multiple consultants. However, the Authority reserves the right to select a different number if it is deemed in its best interest to do so. Each consultant shall be issued a contract in an amount not to exceed Two Million Dollars ($2,000,000). The services shall be authorized on a work order basis.

A Supplemental Information Package will be available, on WEDNESDAY, MAY 10, 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.

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 at 11:00AM on THURSDAY, MAY 18, 2023 via Zoom at https://massport. zoom.us/j/81040793503, Meeting ID: 810 4079 3503; One tap mobile: +16465189805,,81040793503# US (New York). 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/. The 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, JUNE 22, 2023 via Bid Express https://www.bidexpress.com/businesses/27137/home. Any submission which is not received by the deadline, shall be rejected by the Authority as non-responsive.

MASSACHUSETTS PORT AUTHORITY LISA S. WIELAND CEO & EXECUTIVE DIRECTOR


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. AP2402-C1 FY24-26 WATERFRONT REPAIR TERM CONTRACT, 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, MAY 31, 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.

No paper copies of bids will be accepted.

NOTE: PRE BID CONFERENCE WILL BE CONDUCTED BY THE CAPITAL PROGRAMS DEPARTMENT VIA ZOOM VIRTUAL MEETING AT 10:00 AM LOCAL TIME ON THURSDAY, MAY 18th, 2023.

The following information can be used to connect to the Zoom Virtual Meeting:

• Zoom Link: https://massport.zoom.us/j/85048621328?pwd= WTcwV1VrTjFVbWFjTm5McnQ4ejZRZz09 • One tap mobile: +16465189805,,85048621382#,,,,*742882# • Meeting ID: 850 4862 1328 • Passcode: 742882

The work includes INSTALLATION, MAINTENANCE AND REMOVAL OF SPILL CONTAINMENT BOOMS, DEBRIS BOOMS OR BOTTOM ANCHORED SILT CURTAINS, RETRIEVAL AND DISPOSAL OF FLOATING DEBRIS, EXTRACTION AND DISPOSAL OF EXISTING TIMBER PILES, REMOVAL AND DISPOSAL OF DAMAGED TIMBER OR TIMBER DEBRIS, SUPPLY AND INSTALLATION OF NEW TIMBER FENDER WALES, CHOCKS, ETC., SUPPLY AND INSTALLATION OF NEW TIMBER CURBS OR SIMILAR, SUPPLY AND INSTALLATION OF NEW TIMBER PILES, REPLACEMENT OF BUOY MOORING CHAINS AND HARDWARE, REATTACHMENT OF RUBBER FENDERS OR SIMILAR, AND MISCELLANEOUS REPAIRS AS REQUESTED BY MASSPORT.

Bid documents will be made available beginning WEDNESDAY, MAY 10. 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 listing for this Project.

The estimated contract cost is $1,225,000.

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 $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.

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 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


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

BID NO. DESCRIPTION DATE TIME

WRA-5308

Purchase of One (1) One new Electric Pickup Truck and Transit Van

05/23/23 1:00 p.m.

WRA-5309 Purchase of Various GMC Vehicles 05/23/23 1:00 p.m.

WRA-5305

WRA-5306

WRA-5307

Supply and Delivery of Sodium Hypochlorite to Various MWRA Wastewater Facilities and Clinton Wastewater Treatment Plant

Supply and Delivery of Sodium Hypochlorite to the John J. Carroll Water Treatment Plant William A. Brutsch Water Treatment Facility

Supply and Delivery of Sodium Bisulfite to the John J. Carroll Water Treatment Plant and Clinton Wastewater Treatment Plant

05/23/23 2:00 p.m.

05/23/23 2:00 p.m.

05/23/23 2:00 p.m.

S614 Groundskeeping Services, DITP 06/07/23 2:00 p.m.

OP-460

Fire Protection Sprinkler System Service

06/08/23 2:00 p.m.

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