Page 22

Loading...
Tips: Click on articles from page

More news at Page 22



Page 22 750 viewsPrint | Download

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

Pursuant to Massachusetts General Laws Chapter 149, Sections 44A and 44E1/2, as amended, the Commonwealth of Massachusetts, Division of Capital Asset Management and Maintenance requests Proposals from qualified firms for services to be performed on the Historic Massachusetts State House located on Beacon Hill in Boston, Massachusetts. Proposals must specifically identify certain of the subcontractors that the offeror proposes to use on this project as required by this Request for Proposals (RFP) and of those subcontractors identified must meet the experience requirements set forth in the RFP.

Electronic RFP submitted in the format furnished by the Division of Capital Asset Management & Maintenance (DCAMM) and clearly identified as a Proposal will be received through DCAMM’s E-Bid Room at www.bidexpress.com/businesses/10279/home no later than the date and time specified.

Mass. State Project No. BSB2005 Request for Proposals – State House Backup Chiller Replacement, Boston, MA

RFP due by 2:00 PM: June 7, 2024

Every Proposer must be certified by DCAMM for the category of work listed below and for no less than the total cost plus all add alternates, if applicable.

Category of Work: HVAC

E.C.C: $7,789,295.00

This project is scheduled for 685 calendar days to substantial completion. Scope: Upgrades to the chilled water plant; upgrades to the chillers and condensing units serving the archives (vault); replacement of insulation on piping in the “Coal Pocket” and adjacent tunnel, and installation of change over valves.

An RFP Informational Meeting is scheduled for May 15, 2024 at 10:00 AM at the State House, Ashburton Park Entrance located on Bowdoin Street.

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 RFP documents.

RFP documents for this project may be accessed or downloaded at no cost to potential submitters 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 RFP documents and submit proposals through DCAMM’s E-Bid Room, firms 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

WRA-5464 Laboratory Instruments Preventative and Corrective Maintenance Service

WRA-5461 Purchase of Vacuum Circuit Breakers

WRA-5462 Purchase of Emergency Battery Units

7392 RFQ/P Cottage Farm CSO Facility PCB Abatement Design, ESDC/ REI Services

05/21/24 12:00 p.m.

05/23/24 3:00 p.m.

05/23/24 3:00 p.m.

06/12/24 11:00 a.m.

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


Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”) INVITATION FOR BID South Jetty Bulkhead Rehabilitation Jack Toland; 857-465-1779; [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 entitled “South Jetty Bulkhead Rehabilitation” (the “IFB”). The IFB is issued in accordance with M.G.L. c. 30, §39M, 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 May 13, 2024 at 9:00 A.M at www.bostonplans.org/workwith-us/procurement. All responses to this IFB must be returned no later than 12:00 noon on June 5, 2024 to: Teresa Polhemus, Clerk, Economic Development and Industrial Corporation c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Tim Mathis, Interim Chief Procurement Officer


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. L1468-C1, TERMINAL B GENERATOR REPLACEMENT, 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 General Bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, JUNE 12, 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 29, 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 AT THE CAPITAL PROGRAMS DEPARTMENT ONE HARBORSIDE DRIVE, EAST BOSTON, MASSACHUSETTS AT 10:00AM LOCAL TIME ON MONDAY, MAY 13, 2024.

The work includes THE DEMOLITION AND REPLACEMENT OF AN EXISTING GENERATOR INCLUDING GENERATOR ROOM UPGRADES.

Bid documents will be made available beginning WEDNESDAY, MAY 8, 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 $ 3,700,000.00.

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 $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.

Filed sub-bids will be required and taken on the following classes of work:

HEATING, VENTILATING, AND AIR-CONDITIONING $321,739 PLUMBING $25,985 ELECTRICAL $1,507,649

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 THREE POINT FIVE PERCENT (3.5%) 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


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. A442-C1, AUTHORITY WIDE ELEVATOR, ESCALATOR AND MOVING WALKWAY PROGRAM, 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 General Bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, JUNE 12th, 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 29TH, 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 AT VIA ZOOM AT 9:00 AM LOCAL TIME ON Wednesday MAY 15, 2024

https://massport.zoom.us/j/89626668152

Meeting ID: 896 2666 8152

The work includes CONSTRUCTION SERVICES TO MODERNIZE AND RENOVATE EIGHT (8) EXISTING ESCALATORS LOCATED IN TERMINAL B CONNECTING BRIDGE AND TERMINAL C AT LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MA 02128; DEMOLITION AND RECONSTRUCTION OF SURROUNDING AREAS; ELECTRICAL WORK AND UPGRADE; THE UNITS ARE DESIGNATED AS:

(Units B34E, B35E, B36E, B37E, C8E, C9E, C10E, C11E)

Bid documents will be made available beginning WEDNESDAY, MAY 8, 2024 @ 9am.

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 FOURTEEN MILLION SIX HUNDRED THOUSAND DOLLARS ($ 14,600,000).

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 THIRTY MILLION DOLLARS ($ 30,000,000). 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:

050001 MISCELLANEOUS AND ORNAMENTAL IRON $343,275

090006 TERRAZZO $33,448

090007 PAINTING $72,392

140001 ELEVATORS $8,958,678

260001 ELECTRICAL WORK $97,568

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 ZERO POINT FOUR PERCENT (0.4%) 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


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

CONSTRUCTION MANAGEMENT AT RISK SERVICES

The MASSACHUSETTS PORT AUTHORITY (Massport) is soliciting Construction Management at Risk Services for MPA PROJECT NO. H319, CIVIL AIR TERMINAL ARCHITECTURAL AND SECURITY UPGRADES, HANSCOM. In accordance with Massachusetts General Laws, Chapter 149A, Sections 1 thru 13, Massport is seeking a highly qualified and competent Construction Manager (CM) to provide preconstruction services and implement the construction of the Project in accordance with an agreement where the basis for payment is the cost of the work plus a fee with a negotiated guaranteed maximum price. This Request for Qualifications (RFQ) is being utilized to prequalify and shortlist CM firms who will be invited to submit proposals in response to a Request for Proposals (RFP) to be issued by Massport.

The project involves accessibility upgrades to exterior ramps, construction of a new ramp, and interior modifications to comply with code. Renovations aim to improve passenger experience and security, including restroom upgrades, ACS doors, and camera installations. Car rental desks will be relocated, and IT operations will be moved to level 3, with a new server room facilitating network connections. The radio room will integrate with a new UPS system, and upgrades to the emergency electric room will support IT and elevator enhancements.

A Supplemental Information Package which will provide more details on the scope of the Project as well as the selection process and evaluation criteria shall be available as of Wednesday, May 8th, 2024 on Massport website, http://www.massport.com/massport/business/bids-opportunities/ capital-bids as an attachment to the original Legal Notice, on CommBuys (www.commbuys.com) in the listings for this project or by contacting Susan Brace by email at [email protected].

In addition, a Project Briefing shall be held via Zoom on Monday, May 13th, 2024 at 12:30PM. The briefing is not mandatory; however, it is strongly encouraged in order to best familiarize your firm with the project details and prequalification process. https://massport.zoom.us/j/84114947174

Responses shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, NAC, Director of Capital Programs and Environmental Affairs and no later than 12:00PM Noon Local Time on Thursday, June 13th via Bid Express https://www.bidexpress.com/businesses/27137/home.

All questions relative to your submission shall be directed to [email protected]. In the subject lines of your email, please reference the MPA Project Name and Number. It is strictly prohibited for any proponent to contact anyone else from Massport about this project from the time of this solicitation until award of the project to the successful proponent.

MASSACHUSETTS PORT AUTHORITY EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION