Page 23

Loading...
Tips: Click on articles from page

More news at Page 23










Page 23 622 viewsPrint | Download

Section 00 11 13 ADVERTISEMENT TO BID MGL c.149 $50K to $150K

The NORTH ATTLEBOROUGH HOUSING AUTHORITY, the Awarding Authority, invites sealed bids from Contractors for the Elm Terrace Facility Renovations at State Aided Development: Elm Terrace (667-2) in North Attleboro, Massachusetts, in accordance with the documents prepared by RGB ARCHITECTS.

The Project consists of but not limited to: the replacement of unit ventilators at all 4 floors of the existing residential building. The replacement of a roof exhaust fan and the addition of a new maintenance office on the east side of the building adjacent to the stair tower which includes, but is not limited to, demolition of the existing exterior wall, new windows, and doors, reuse of existing electrical for lighting and a new minisplit HVAC system.

The work is estimated to cost $142,556.00.

All bidding Requests for Information (RFIs) shall be submitted online by 05/15/2024 at 5:00PM EDT for general bids.

Bids are subject to M.G.L. c.149 §44A-J & to minimum wage rates as required byM.G.L. c.149 §§26 to 27H inclusive.

THIS PROJECT IS BEING ELECTRONICALLY BID AND HARD COPY BIDS WILL NOT BE ACCEPTED. Please review the instructions in the bid documents on how to register as an electronic bidder. All Bids shall be submitted online at biddocs.com and received no later than the date and time specified.

General Bids will be received until 22 May 2024 on 10:30AM EDT and publicly opened online, forthwith.

General bids and sub-bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (including all alternates) and made payable to the NORTH ATTLEBOROUGH HOUSING AUTHORITY. Note: A bid deposit is not required for Projects advertised under $50,000.

Bid Forms and Contract Documents will be available for review at biddocs. com (may be viewed and downloaded electronically at no cost).

PRE-BID CONFERENCE / SITE VISIT: Scheduled Date and Time: 05/08/2024 at 10:00AM EDT Address: 100 Elm Street, North Attleboro, MA 02760 Instructions: Meet outside the front entry.

The hard copy Contract Documents may be seen at:

Nashoba Blue Inc. 433 Main Street Hudson, MA 01749 978-568-1167


The FALMOUTH HOUSING AUTHORITY, the Awarding Authority, invites sealed bids from Contractors for the Tataket Apartments Walkway Repairs at Tataket Apartments (47-5) in East Falmouth, Massachusetts, in accordance with the documents prepared by WINSLOW ARCHITECTS.

The Project consists of but not limited to: The project consists of: replacement of exterior walkway decking with composite decking and under deck drainage system.

The work is estimated to cost $814,500.00.

Bids are subject to M.G.L. c.149 §44A-J & to minimum wage rates as required by M.G.L. c.149 §§26 to 27H inclusive.

THIS PROJECT IS BEING ELECTRONICALLY BID AND HARD COPY BIDS WILL NOT BE ACCEPTED. Please review the instructions in the bid documents on how to register as an electronic bidder. All Bids shall be submitted online at www.biddocs.com and received no later than the date and time specified.

General bidders must be certified by the Division of Capital Asset Management and Maintenance (DCAMM) in the following category of work, General Building Construction, and must submit a current DCAMM Certificate of Eligibility and signed DCAMM Prime/General Contractor Update Statement.

General Bids will be received until 08 May 2024 on 1:00PM EDT and publicly opened online, forthwith.

Filed Sub-bid trades - NONE

General bids and sub-bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (including all alternates), and made payable to the FALMOUTH HOUSING AUTHORITY. Note: A bid deposit is not required for Projects advertised under $50,000.

Bid Forms and Contract Documents will be available for review at www.biddocs.com, project number BDO D24-9P8K (may be viewed and downloaded electronically at no cost).

PRE-BID CONFERENCE / SITE VISIT: By Appointment Contact Name: Kevin Donovan Contact Phone: 508-548-1977 Contact Email: [email protected] Instructions: Contact is Kevin Donovan at FHA, 508-548-1977 x233. Appt times are between 9am-12pm Mon-Friday.

The hard copy Contract Documents may be seen at:

Nashoba Blue Inc. 433 Main Street Hudson, MA 01749 978-568-1167


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

BID NO. DESCRIPTION DATE TIME

WRA-5456

OP-475

Air Emissions Compliance Testing for the Deer Island Treatment Plant and Biosolids Processing Facility

Phase 13 Sewer Manhole Rehabilitation

05/14/24 2:00 p.m.

05/23/24 2:00 p.m.

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


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. L1469, NET ZERO LIGHTING, LOGAN INTERNATIONAL AIRPORT – LANDSIDE, EAST BOSTON, MA 02128. The Authority is seeking qualified multidiscipline consulting firm or team, with proven experience to provide professional services, including planning, design, construction related services, and resident inspection relative to a study of the existing street lighting and providing inventory upgrade in CAD file format in and around Logan International Airport with the intent to upgrade to LED fixtures. 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 Electrical, Civil, Structural, Code Compliance, Cost Estimating, Construction Phasing, Climate Resiliency, and Sustainable Design.

The contract will be work order based, and Consultant’s fee for each work order shall be negotiated; however, the total fee for the contract shall not exceed $800,000.

A Supplemental Information Package will be available, on May 1, 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. If you have problems finding it, please contact Susan Brace at Capital Programs [email protected] 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 via zoom at 11:00 AM on May 8, 2024 https://massport.zoom.us/j/81526197800. 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, NAC, Director of Capital Programs and Environmental Affairs and received no later than 12:00 Noon on June 13, 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 General Bids for MPA Contract No. L1707-C1, REHABILITATION OF TAXIWAY BRAVO NORTH, LOGAN INTERNATIONAL AIRPORT, EAST 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 22, 2024, immediately after which the electronic bids will be opened and posted publicly on Bid Express.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE CONDUCTED BY WAY OF A VIRTUAL VIDEO CONFERENCE AT 1:00 PM LOCAL TIME ON TUESDAY, MAY 7, 2024. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/83681050399

DIAL IN: +1 (301) 715-8592 OR +1 (312) 626-6799 MEETING ID: 836 8105 0399 #.

The work includes PAVEMENT MILLING, HOT MIX ASPHALT PAVING, CRACK SEALING AND CRACK REPAIR, SEMI-FLUSH LIGHT BASE ADJUSTMENTS, TAXIWAY LIGHT BASE AND CONDUIT INSTALLATION, PAVEMENT MARKINGS, UTILITY STRUCTURE ADJUSTMENTS.

Bid documents will be made available beginning WEDNESDAY, MAY 1, 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 listing for this Project.

The estimated contract cost is NINE MILLION THREE HUNDRED NINETEEN THOUSAND DOLLARS ($9,319,000).

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 for a combined single limit of $10,000,000. 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.

This contract is subject to a Disadvantaged Business Enterprise participation provision requiring that not less than SIXTEEN AND EIGHT TENTHS PERCENT (16.8%) 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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. L1830, DANVERS LOGAN EXPRESS, 100 INDEPENDENCE WAY, DANVERS, MASSACHUSETTS 01923 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 programming, design and construction of a ticketing & information building approximately 6,100 square feet in size. 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 Architectural, Civil, Structural, Mechanical, Electrical, IT/Communications/Security, Fire Protection, Plumbing, Horizontal Transportation, Geotechnical, Code Compliance, Lean Design and Construction, Virtual Design and Construction, Cost Estimating, Construction Phasing, Climate Resiliency, Sustainable Design, 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 $3,000,000.

A Supplemental Information Package will be available, on Wednesday, May 1, 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 at 4:00PM on Tuesday, May 14, 2024. https://massport.zoom.us/j/85907351640 Meeting ID: 859 0735 1640 One tap mobile +12678310333, 85907351640# US (Philadelphia)

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, June 20, 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 INTERM CEO & EXECUTIVE DIRECTOR


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. L916-C1 INSTALL AIRFIELD DUCTBANK FROM TERMINAL B/C ALLEYWAY TO TAXIWAY M AT TAXIWAY C, LOGAN INTERNATIONAL AIRPORT, EAST 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 22, 2024 immediately after which the electronic bids will be opened and posted publicly on Bid Express.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE CONDUCTED BY WAY OF A VIRTUAL VIDEO CONFERENCE AT 10:00 AM LOCAL TIME ON WEDNESDAY, MAY 8, 2024. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/81395962153

DIAL IN: +1 (312) 626-6799 OR +1 (646) 518-9805 MEETING ID: 813 9596 2153.

The work includes INSTALLATION OF AIRFIELD DUCT BANK IN EXISTING HOT MIX ASPHALT PAVEMENT AND INFIELD AREAS, INCLUDING EXCAVATION AND SITE RESTORATION AND INSTALLATION OF MANHOLES.

Bid documents will be made available beginning WEDNESDAY MAY 1, 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 listing for this Project.

The estimated contract cost is FOUR MILLION FOUR HUNDRED THOUSAND DOLLARS ($4,400,000).

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 for a combined single limit of $10,000,000. 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.

This contract is subject to a Disadvantaged Business Enterprise participation provision requiring that not less than 4.9% 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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION