Page 19

Loading...
Tips: Click on articles from page
Page 19 561 viewsPrint | Download

NOTICE TO CONTRACTORS - CLASSIFIED LEGAL ADVERTISEMENT MASSACHUSETTS EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE

Electronic Bids submitted in the format furnished by the Division of Capital Asset Management & Maintenance (DCAMM) and clearly identified as a bid will be received through DCAMM’s E-Bid Room at www.bidexpress.com/businesses/10279/home no later than the date and time specified and will forthwith be publicly opened remotely by DCAMM Bid Room personnel and read aloud over a conference call line. Persons interested in accessing the remote bid opening can do so by using the following phone number: Audio Conferencing Dial-In Number (617)-315-0704, Meeting Number 2333 916 4237#. If prompted for attendee ID, please press #.

Mass. State Project No. MMP-10 Mechanical & Plumbing Preventive Maintenance and Control Center Monitoring for Certain State Buildings in Boston, Salem and Lowell, MA

General Bids at 2:00 PM: May 15, 2024

Every General Bidder must be certified by DCAMM for the category of work listed below and for no less than the bid price plus all add alternates of this project, if applicable.

Category of Work: Mechanical Systems OR HVAC

E.C.C: $5,734,292

This project is scheduled for 1,095 calendar days to substantial completion, with three one-year option terms. Scope: Provide a Preventive Maintenance Service Contract to include testing, inspection, preventive maintenance (including all PM required parts and materials), repairs and requested emergency services and incidental extra services for all Mechanical Equipment and Plumbing Equipment. Contract will include the following seven locations, including Monitoring Services of the Control Center in the McCormack Building: Massachusetts State House, John W. McCormack Building, Charles F. Hurley Building, Erich V. Lindemann Mental Health Center, Lowell Superior Courthouse, Lowell District Court, Salem Superior Courthouse/County Commissioners Building.

A Pre-Bid/Site Visit will be held on April 25, 2024 at 9:00 AM at the McCormack State Office Building, 1 Ashburton Place, Boston, MA. Bring valid ID and proceed through Security. Meet in the Lobby.

Minimum rates of wages to be paid on the project have been determined by the Commissioner of the Department of Labor Standards. These rates are incorporated into the bid documents.

Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through DCAMM’s E-Bid Room https://www.bidexpress.com/businesses/10279/home, A hard copy set can be made available for viewing in DCAMM’s Bid Room located at One Ashburton Place, 15th Floor, Boston, MA during normal business hours by appointment only by contacting DCAMM’s Bid Room. In order to access bid documents and submit bids through DCAMM’s E-Bid Room potential bidders must first be verified by DCAMM’s Bid Room and then register with the E-Bid Room vendor. Instructions on the processes can be found on DCAMM’s website www.mass.gov/dcamm/bids or contact DCAMM’s Bid Room at [email protected] or (617) 727-4003.

Adam Baacke COMMISSIONER


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

BID NO. DESCRIPTION DATE TIME

623TA RFQ/P Real Estate Appraisal 05/05/24 11:00 a.m.

Services Technical Assistance Services

A642 RFQ/P Medical Services 05/10/24 11:00 a.m.

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


MASSACHUSETTS BAY TRANSPORTATION AUTHORITY 10 PARK PLAZA BOSTON, MASSACHUSETTS 02116

LEGAL NOTICE

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. A26CN03, SYMPHONY STATION IMPROVEMENTS PROJECT, HUNTINGTON AVE., BOSTON, MA, CLASS 1 & 7, PROJECT VALUE - $70,911,615.00, can be submitted at www.bidx.com until two o’clock (2:00 p.m.) on May 23, 2024. Immediately thereafter, in a designated room, the Bids will be opened and read publicly.

Work consists of but is not limited to the following: Renovations to MBTA’s Symphony Station. Installing 4 elevators, raising the platforms to accommodate train heights and level boarding, customer assistance areas on the IB and OB platforms, adding egress stairs on each platform, expanding the lobbies, and upgrading life safety systems, lighting, finishes and wayfinding. This Contract is subject to a financial assistance Contract between the MBTA and the Federal Transit Administration of U.S. Department of Transportation. FTA Participation: 80% percent.

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. In addition, pursuant to the requirements of Appendix 3, Disadvantaged Business Enterprise (DBE) Participation Provision, Bidders must submit an assurance with their Bids that they will make sufficient and reasonable efforts to meet the stated DBE goal of 25% percent.

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

April 10, 2024


NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING TO BE HELD BY THE BOSTON WATER AND SEWER COMMISSION CONCERNING ITS PROPOSED ESTABLISHMENT OF THE SHELTERED MARKET PROGRAM (SMP) ON MAY 9, 2024.

Pursuant to its Enabling Act, Chapter 436 of the Acts of 1977, the Boston Water and Sewer Commission will hold a public hearing commencing at 6:00 p.m., on Thursday, May 9, 2024, at the Boston Water and Sewer Commission, Second Floor Training Room, 980 Harrison Avenue, Boston, Massachusetts, for the purpose of giving interested persons an opportunity to present data, views or arguments relative to the establishment of the Sheltered Market Program (SMP). Under the provisions of Chapter 2 of the Acts of 2023, signed into law by tbe Governor on March 29, 2023, further extending certain provisions of the Open Meeting Law until March 31, 2025, this hybrid meeting will also be conducted virtually via ZOOM.

PROPOSED SHELTERD MARKET PROORAM

Following the findings of the Disparity Study conducted by BBC Research & Consulting in 2020, the Commission developed a Sheltered Market Program (SMP) to address the disparities in the use of minority-owned business enterprises (MBEs) and women-owned business enterprises (WBEs) in govemment contracting.

Please note that the SMP will be limited to good and services where disparity in the utilization of disadvantage business enterprise have been found. The SMP will not apply to construction contracts.

SMPs are authorized under Section 18 of the Uniform Procurement Act, M.G.L., Chapter 30B. Section 18 provides that once an SMP is authorized by the governing body of an agency, the agency’s chief procurement officer will present proposed written procedures at a properly noticed public hearing which detail the process for soliciting certain procurements from not fewer than three disadvantaged vendors. Disadvantaged vendors eligible for SMP participation include certified minority businesses, woman-owned businesses, and veteran -owned businesses defined in M.G.L. Chapter 7, Section 40N, as well as businesses certified by another government body’s sheltered market program.

The written procedures governing the Sheltered Market Program must specify the types of contracts which will be included, as well as other requirements set forth in the statute. The types of contracts covered must be those that were identified as areas of disparity in the Disparity Study.

For the procurement of supply or services in the amount of one thousand dollars but less than ten thousand dollars, the receipt of written or oral quotations from no fewer than three certified disadvantaged vendors customarily providíng such supply or service and who have been certified by the City of Boston’s and or / the State’s Supplier Diversity Office. For contracts in amounts more than ten thousand dollars that are limited to the Sheltered Market Program, responses from at least three certified and qualified vendors must be received. SMP procurements that do not receive at least three responsive and responsible submissions by the submission deadline, the procurement will restart following the same procedure. The advertisement for goods or services must state that the contract will be awarded under the Sheltered Market Program, and the type of disadvantaged vendor must be noted.

A disadvantaged vendor may only have one active, current contract through an SMP at any given time, and will not be awarded more than three SMP contracts within a one-year period. No contract shall be awarded under a sheltered market program for a term exceeding three years, including any renewal, extension, or option.


LEGAL NOTICE 

REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. A456, FY24–26 PROJECT AND PROGRAM MANAGEMENT SUPPORT SERVICES AT ALL MPA FACILITIES. The Authority is seeking qualified multidiscipline consulting firms or teams, with proven experience to provide professional services in two areas of expertise. First, Project Manager on design and construction projects relative to budget and schedule development/management; design oversight and review; construction coordination and monitoring; and punch list and closeout management.

Second, Program Management Support Services consisting but not limited to the following: estimating including life cycle and benefit cost analysis, scheduling including CPM, change management, and overall general support including capital planning, data management, risk assessment, owner representative services and other miscellaneous requests. 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 Authority expects to select three (3) 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. Each contract will be work order based, and Consultant’s fee for each work order shall be negotiated; however, the total fee for each contract shall not exceed $3,000,000.

A Supplemental Information Package will be available, on WEDNESDAY APRIL 17, 2024 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 via Zoom https://massport.zoom.us/j/81853882587 Meeting ID: 818 5388 2587 at 2:00 PM on Tuesday, April 23, 2024. 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, NAC, Director of Capital Programs and Environmental Affairs and received no later than 12:00 Noon on THURSDAY MAY 30, 2024 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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. L1599-C3 LOC FITNESS CENTER RENOVATION, EAST BOSTON, MASSACHUSETTS 02128 , 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, MAY 8, 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, MAY 1, 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 ON ZOOM AT 11:00AM LOCAL TIME ON MONDAY, APRIL 22, 2024

Link: https://massport.zoom.us/j/86883524540

The work includes RENOVATION OF THE FITNESS CENTER AT LOGAN OFFICE CENTER.

Bid documents will be made available beginning WEDNESDAY, APRIL 17, 2024.

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 $ 2,530,213.

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 $1,000,000 (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:

HVAC $239,137 TILE $40,064 PAINTING $31,463 PLUMBING $136,913 RESILIENT FLOORS $124,490 ACOUSTICAL TILE $94,103 ELECTRICAL $136,913 FIRE PROTECTION SPRINKLER SYSTEM $70,868

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 3.7% 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