Page 23

Loading...
Tips: Click on articles from page

More news at Page 23








Page 23 611 viewsPrint | Download

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. M549-C1, CONLEY TERMINAL STORAGE – PHASE 1, CONLEY TERMINAL, SOUTH 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, OCTOBER 11TH, 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 HELD, OUTDOORS AT CONLEY CONTAINER TERMINAL, 700 SUMMER STREET, BOSTON, MA 02127, ON THURSDAY, SEPTEMBER 28TH, AT 10:00 AM LOCAL TIME. ALL ATTENDEES MUST BRING A VALID DRIVER’S LICENSE, US PASSPORT, OR TWIC TO OBTAIN ENTRY TO CONLEY TERMINAL. PLEASE ARRIVE AT LEAST 1/2 HOUR EARLY TO OBTAIN SECURITY CLEARANCE PRIOR TO ENTRY. PLEASE MEET IN LARGE PARKING AREA AT NORTH SIDE OF SECURITY BUILDING

The work includes:

SITE CLEARANCE AND MISCELLANEOUS DEMOLITION OF EXISTING STRUCTURES: WORK INCLUDES, BUT IS NOT LIMITED TO, REMOVAL OF TREES, SHRUBS AND OTHER VEGETATION, DEMOLITION OF CONCRETE SLABS, CONCRETE WALLS AND CONCRETE FOUNDATIONS, REMOVAL OF ASPHALT PAVEMENT, DEMOLITION OF STRUCTURES (INCLUDING, BUT NOT LIMITED TO, GRANITE SEAWALL, STEEL SHEETPILES, CONCRETE TUNNELS) AND EQUIPMENT AS REQUIRED FOR BULKHEAD INSTALLATION TOGETHER WITH DEBRIS AND OBSTRUCTION REMOVAL, FILLING PORTIONS OF EXISTING TUNNELS TO REMAIN, DEMOLITION OF MISCELLANEOUS LIGHT PILLARS, PIPE SUPPORTS, CATWALKS, OLD PIPING, UTILITIES, ETC., STORING AND DELIVERY TO THE AUTHORITY OF ITEMS AS NOTED AND DISPOSAL OF ALL SURPLUS MATERIALS.

BULKHEAD CONSTRUCTION: WORK INCLUDES, BUT IS NOT LIMITED TO, INSTALLATION OF A NEW STEEL BULKHEAD SYSTEM SEAWARD OF THE EXISTING GRANITE SEAWALL AND BULKHEAD. STEEL BULKHEAD WILL BE INSTALLED TO THE TIP ELEVATIONS SHOWN ON THE CONTRACT DRAWINGS. THE WORK WILL INCLUDE A COMPLETE TIEBACK SYSTEM WITH WALES, TIE RODS, SOIL ANCHORS, CONCRETE DEADMEN AND ALL FASTENERS AND CONNECTIONS. BULKHEAD CONSTRUCTION INCLUDES ALL EXCAVATION, BACKFILL, COMPACTION OF SITE MATERIALS AND IMPORTED MATERIALS AS REQUIRED INCLUDING EXCAVATION, BACKFILLING AND COMPACTING THE AREA BETWEEN THE NEW BULKHEAD AND THE EXISTING WALLS AND BULKHEAD. BULKHEAD CONSTRUCTION ALSO INCLUDES SEALING TO THE EXISTING STONE SEAWALL AT THE WESTERN LIMIT AND PLACEMENT OF RIPRAP AT THE NORTHEASTERN LIMIT..

UTILITY REMOVALS, DIVERSIONS AND MODIFICATIONS: WORK INCLUDES, BUT IS NOT LIMITED TO, PARTIAL REMOVAL OF THE EXISTING STORM DRAINS AND CONSTRUCTION OF EXTENDED DRAIN RUNS WITH NEW CONCRETE HEADWALL THROUGH THE NEW BULKHEAD.

Bid documents will be made available beginning WEDNESDAY SEPTEMBER 20th, 2023

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)

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 with a combined single limit of ONE MILLION DOLLARS ($1,000,000) and a TWO MILLION DOLLARS ($2,000,000) policy aggregate. 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 THIRTEEN AND NINE-TENTHS PERCENT (13.9 %) 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 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.

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


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. L1740-C1R, 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 OCTOBER 25, 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 OCTOBER 11, 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 SEPTEMBER 28, 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 ROOFTOP 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 SEPTEMBER 20, 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 GENERAL BUILDING CONSTRUCTION. The estimated contract cost is $5,500,000.00 [Five Million Five Hundred Thousand Dollars].

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 [One Million Dollars]. 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 $1,820,000

ROOFING AND FLASHING $165,500

ELECTRICAL $659,000

PAINTING $27,400

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 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


Falmouth Housing Authority Public Notice

Designers registered in Massachusetts are advised that proposals are available for preparation of plans and specifications and construction administration for The Falmouth Housing Authority (FHA). FHA seeks a qualified “Designer” within the meaning of M.G.L., Chapter 7C, Section 33, to provide professional design and construction administration services for FHA at 10 buildings in the federally subsidized property, “Rose Morin Apartments” at 58 Rose Morin Ln, Falmouth, MA 02540. Asbestos Testing/Abatement/Removal may be required. This project is to remove existing Federal Pacific panels, furnish, deliver and install new upgraded panels to code.

The firm must provide full basic services including investigation and initial design through preparation of contract documents, bidding and construction contract administration. The project manager or person charged with handling this project must be a(n) Engineer registered in Massachusetts. Proposals are due no later than October 4, 2023 at 12:00 noon via email ([email protected]) or via mail to: Falmouth Housing Authority, 115 Scranton Ave, Falmouth, MA 02540, Attn: B. Richards. The Falmouth Housing Authority is an equal opportunity housing agency.


Project Name: Central Stores Replacement – Shelving Procurement

Amory Central Stores Developer LLC c/o The Community Builders (ACSD) seeks professional shelving and fixtures services for its new warehouse in South Boston. ACSD is issuing this RFP to solicit proposals from interested companies to provide a complete shelving system and reserve the right to reject any and all proposals. To view the Solicitation, go to biddocs.com and click on the “Bid Listings” tab at the top and then click on the “Solicitations” button at the top of the list and click on the project name. The solicitation will be available on 9/18/23 at 10:00AM, bids will be dues Monday 10/2/23 @ 2:00 PM. LATE PROPOSALS WILL NOT BE ACCEPTED.


ECONOMIC DEVELOPMENT AND INDUSTRIAL CORPORATION OF BOSTON (“EDIC”) D/B/A BOSTON PLANNING & DEVELOPMENT AGENCY (“BPDA”) INVITATION FOR BID 12 CHANNEL STREET STAIRWELL PRESSURIZATION PROJECT Dolores Fazio; 617-918-6209; [email protected]

The Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief Procurement Officer is pleased to issue this Invitation for Bid (“IFB”) entitled “12 Channel Street Stairwell Pressurization Project”. The IFB is issued in accordance with M.G.L. c. 149, as may be amended. This IFB package including requirements for this project will be available to download on the BPDA Procurement Portal free-of charge in digital print form to all interested respondents on September 18, 2023 at 9:00 A.M at www.bostonplans.org/work-with-us/procurement.

All responses to this IFB must be returned no later than 12:00 noon on December 1, 2023, to: Teresa Polhemus, Clerk, Economic Development and Industrial Corporation of Boston, One City Hall Square, Room 900A/Reception, Boston MA 02201. Michelle Goldberg, Chief Procurement Officer