MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic Bids for MPA Contract No. L1662-C1 LOGAN SOUND INSULATION PROGRAM, WINTHROP & REVERE, 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, February 21, 2024 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.

Sealed filed sub-bids for the same contract will be received at the same office until 11:00 A.M. local time on Wednesday, February 7, 2024 , 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 9:00am LOCAL TIME ON January 23, 2024

The work includes 10 HOME PILOT TO RECEIVE FAA GRANT MONEY TO IMPROVE SOUND INSULATION.

Bid documents will be made available beginning Wednesday, January 17, 2024

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 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 and an Update Statement. The General Bidder must be certified in the category of GENERAL BUILDING CONSTRUCTION. The estimated contract cost is $988,154.

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 and an 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.

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 $4,000,000. 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, $241,763

ELECTRICAL, $51,082

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 Disadvantaged Business Enterprise participation provision requiring that not less than 3% 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 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.

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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION


MASSACHUSETTS BAY TRANSPORTATION AUTHORITY 10 PARK PLAZA BOSTON, MASSACHUSETTS 02116

NOTICE TO BIDDERS

The Small Business Enterprise (SBE) Program promotes business opportunities for small business enterprises (as defined by the federal Small Business Administration (SBA). The SBE Program is designed to create and sustain opportunities for small businesses to participate in capital construction projects at the MBTA, as well as stimulate the Massachusetts economy by providing sustained revenue opportunities to local small businesses. This is an SBE Program procurement.

Electronic proposals for the following project will be received through the internet using Project Bids 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 Project Bids at least 14 days prior to a scheduled bid opening date.

Electronic bids for MBTA Contract No. A91CN01, SBE SYSTEMWIDE TRANSIT RESTROOM ACCESSIBILITY IMPROVEMENTS, NAICS CODES-238220 Plumbing, Heating and Air Conditioning Contractors, 236210 Industrial Building Construction and 236220 Commercial and Institutional Building Construction- and Project Value--$1,200,000.00 can be submitted at www.bidx.com until two o’clock (2:00 p.m.) on FEBRUARY 29, 2024. Immediately thereafter, in a designated room, the Bids will be opened and read publicly.

The work consists of MBTA Subway Station public restroom accessibility improvements including, but not limited to: accessibility maneuvering and operating clearances, plumbing fixtures, restroom accessories and door hardware at (10) Stations.

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.

To view the full Notice to Bidders, please see link below.

http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/

On behalf of the MBTA, thank you for your time and interest in responding to this Notice to Bidders Massachusetts Bay Transportation Authority

Phillip Eng General Manager & CEO of the MBTA

January 10, 2024

Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”) INVITATION FOR BIDS Building Envelope Repairs at China Trade Center Riley Moran; 857-294-5009; [email protected]

The Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief Procurement Officer (“CPO”), is pleased to issue this Invitation for Bids (“IFB”) to perform construction services for the “Building Envelope Repairs at China Trade Center”. The IFB is issued in accordance with M.G.L. c. 149, as may be amended. This IFB package will be available to download on the BPDA Procurement Portal free-of charge in digital print form to all interested respondents on January 22, 2024, 9:00 A.M. at bostonplans.org/work-with-us/procurement-portal. All responses to this IFB must be returned no later than 12:00 (noon) on February 29, 2024, to: Teresa Polhemus, Secretary, Boston Planning & Development Agency, One City Hall Square, Room 900A/Receptionist, Boston, MA 02201-1007. Michelle R. Goldberg, Chief Procurement Officer


Roxbury Community College Roof Repairs RCC2451/J#236853

Replace aged and failing ballasted flat roof systems, flashings, and copings, apply new coating to the sloped metal roof systems, repair precast concrete panels, repair integral gutters and drains, and remove skylights/vents to provide infill where applicable across Buildings 1, 2 and 4. Bid Forms/Contract Documents available 1/17/24 at www.biddocs.com, DCAMM Certified General Bidders and Filed Sub-Bidders are invited to submit General Bids by 02/15/24 at 2:00PM and Filed Sub-Bids by 02/01/24 at 2:00PM. NOTE THIS PROJECT IS BEING BID ELECTRONICALLY. Pre Bid conference is scheduled for 1/23/24 at 9:00AM at 1234 Columbus Ave, Boston, MA 02120


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. H213-C1, SALT STORAGE FACILITY, LAURENCE G. HANSCOM FIELD AIRPORT, 200 HANSCOM DR., BEDFORD,

MA 01730, 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, FEBRUARY 21, 2024, immediately after which, the electronic bids will be opened and posted publicly on Bid Express.

Electronic filed sub-bids for the same contract will be received at the same office until 11:00 A.M. local time on WEDNESDAY FEBRUARY 07, 2024, immediately after which, the filed sub-bids will be opened and posted publicly on Bid Express.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE HELD VIA VIDEO-CONFERENCE AT 10:00 AM LOCAL TIME ON THURSDAY JANUARY 25, 2024. THE FOLLOWING LINK SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/87109946019?pwd= NjNqNE5mNkxESlMzRFRpSHF3UEszZz09

DIAL IN: +1 646 518 9805 or +1 267 831 0333; Meeting ID: 871 0994 6019

The work includes CONSTRUCTION OF A TENSION MEMBRANE SALT STORAGE STRUCTURE WITH CONCRETE FOUNDATION AND WALLS, ASSOCIATED UTILITIES AND SITE IMPROVEMENTS INCLUDING TREE CLEARING, SEEDING, TOPSOILING, AND PLANTING, HOT MIX ASPHALT PAVING WITH PAVEMENT MARKINGS. THE WORK INCLUDES DEMOLITION OF AN EXISTING SALT STORAGE SHED.

Bid documents will be made available beginning WEDNESDAY, JANUARY 17, 2024 AT 11:00 AM

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 TWO MILLION SEVEN HUNDRED AND EIGHT THOUSAND DOLLARS ($ 2,708,000.00).

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 Massachusetts Department of Labor Standards, 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 ONE MILLION DOLLARS ($ 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:

WATERPROOFING, DAMP-PROOFING, AND CAULKING..................... $31,000

ROOFING AND FLASHING.............................................................. $108,000

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 EIGHT AND EIGHT TENTHS PERCENT (8.8%) 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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION


Print | Back