Page 23

Loading...
Tips: Click on articles from page

More news at Page 23




Page 23 8 viewsPrint | Download

PUBLIC ANNOUNCEMENT

MASSACHUSETTS BAY TRANSPORTATION AUTHORITY

SOLICITATION FOR DESIGN AND CONSTRUCTION PHASE SERVICES FOR BLUE LINE AIRPORT PORTAL FLOOD PROTECTION PROJECT

REQUEST FOR QUALIFICATIONS

The Massachusetts Bay Transportation Authority is soliciting Design & Engineering Services for Blue Line Airport Portal Flood Protection. The Scope of Services may include but is not limited to: design and implementation of a hinged portal flood door, improvements to Orleans St and Prescott Tube pump rooms, and other necessary improvements to accommodate a flood door such as installation of third rail to remove conflicting OCS, General Project Management and Administration, Preliminary Design Services (0-30%), Final Design Services (30-100% & Bid Services), and Construction Phase Services. The selected consultant will support the MBTA in evaluating alternative delivery methods. The conceptual level construction cost estimate for the proposed improvements is $13,488,583. The contract duration will be five (5) years from Contract Notice-to-Proceed, with two (2) optional one (1) year extensions.

This project is expected to utilize Federal and non-federal funding. The DBE participation goal for this project is 22% of the total amount authorized. In addition, the Authority strongly encourages the use of Minority, Women, and Disadvantaged Business Enterprises as prime consultants, sub-consultants and suppliers in all its contracting opportunities.

The complete Request for Qualifications can be found on the MBTA BidExpress website at the following link:

https://www.bidexpress.com/businesses/83754/home

This is not a Request for Proposal. The MBTA reserves the right to cancel this procurement or to reject any or all Statements of Qualifications.

Monica Tibbits-Nutt MassDOT Secretary & CEO

Phillip Eng General Manager

115 Scranton Avenue Tel: (508) 548-1977

Falmouth, MA 025407 Fax: (508) 457-7573 www.falmouthhousing.org

ADVERTISEMENT FOR DESIGN SERVICES

Ventilation System Design and Upgrade – Harborview Apartments

Harborview Residential Apartments, 115 Scranton Ave, Falmouth, MA 02540

The Falmouth Housing Authority (FHA) is seeking qualified architectural or engineering firms to design and oversee the upgrade of the ventilation system at Harborview Apartments, a federally funded, four-story multifamily building. The project includes developing a comprehensive design, managing the bidding process, and overseeing construction to improve indoor air quality and compliance with federal and state regulations.

Scope of Work Includes:

• Designing and installing centralized Energy Recovery Ventilators (ERVs) to enhance ventilation and energy efficiency.

• Upgrading corridor and dwelling unit ventilation systems. • Managing bid process and construction oversight.

Submission Deadline: Proposals must be submitted by Wednesday, October 9, 2024, at 1:00 p.m.

Site Visits: Appointments for site walk-throughs are available from Monday, September 30, 2024, to Friday, October 4, 2024. Site visits are encouraged as drawings may be incomplete.

Contact Information: Bobbi Richards, Executive Director Phone: 508-548-1977, Ext. 212 Email: [email protected]

For more information, please contact Bobbi Richards.

REQUEST FOR QUALIFICATIONS RFQ Prequalification – Window Replacement and Common Stair Hall Renovations EOHLC Project #046112

The BROOKLINE HOUSING AUTHORITY, the Awarding Authority, invites qualified and experienced General Contractor (GC) and Subcontractor firms to submit a Statement of Qualifications (SOQ) online no later than Wednesday, October 23, 2024, 10:00AM EDT.

This Request for Qualifications (RFQ) is the first part of a two-step RFP process as provided in M.G.L. c. 149, §44D½. Based on the SOQs received in this Phase I, the Awarding Authority will select respondents it deems to be prequalified in accordance with the criteria set forth in the RFQ. In Phase II, the prequalified respondents will be invited to submit bids in response to an RFP. Only GC and Subcontractor firms prequalified for this project in Phase I will be permitted to submit bids in Phase II.

The Project consists of but not limited to:

Work at Egmont Street Veterans Apartments (200-2) and Trustman Apartments (705-1). Scope includes window replacement, exterior lighting, renovations to interior stairs (new flooring, painting, unit entry doors (select locations), lighting), and exterior vestibule door replacement at Trustman Apartments.

The work is estimated to cost $13,090,245.

The RFQ is available on Wednesday, September 18, 2024, 10:00AM EDT through BidDocs ONLINE. Go to biddocs.com and click on the “Bid Listings” tab at the top right and then click on the “Solicitations” button at the top and search and/or click on the RFQ name.

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

All Pre-Qualification Requests for Information (RFIs) shall be submitted online at biddocs.com by Wednesday, October 9, 2024, 10:00AM EDT.

General SOQs will be received until Wednesday, October 23, 2024, 10:00AM EDT. SOQs will not be displayed publicly.

Interested GCs must provide a currently valid Certificate of Eligibility issued by DCAMM for General Building Construction with a single limit greater than the estimated construction cost and a signed DCAMM Prime/General Contractor Update Statement.

Subcontractor SOQs for the trades listed below will be received until Wednesday, October 23, 2024, 10:00AM EDT. SOQs will not be displayed publicly.

Interested Subcontractors must provide a currently valid Certificate of Eligibility issued by DCAMM for the subtrade that the Subcontractor is seeking prequalification for, with a single limit greater than the estimated construction cost of the subtrade and a signed DCAMM Subcontractor Update Statement.

SUBTRADES SUBJECT TO PREQUALIFICATION

Section #Trade Category Estimate

05 01 00.FSB Miscellaneous and Ornamental Metals $73,000

09 20 00.FSB Lathing and Plastering $96,000

09 32 00.FSB Marble $242,146

09 65 00.FSB Resilient Flooring $329,034

09 90 00.FSB Painting $1,274,749

26 00 00.FSB Electrical Work $727,143

RFQ Informational Meeting Date and Time: 09/25/2024 at 10:00AM EDT Address: 341 St. Paul St., Brookline, MA 02446

Instructions: Meet at rear of 341 St. Paul St. at Community Center. Look for entry with Learning Center sign.


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

BID NO. DESCRIPTION DATE TIME

7484 Intermediate High Pipeline Improvements CPI Sections 75A and 47

10/18/24 2:00 p.m.

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


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. A433-C2 HANSCOM NORTH AIRFIELD HANGAR SOLAR, BEDFORD, 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 9, 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 HELD AT MASSAPORT CIVIL AIR TERMINAL, 200 HANSCOM DRIVE, BEDFORD, MASSACHUSETTS AT 9:00AM LOCAL TIME ON TUESDAY, SEPTEMBER 24, 2024.

The work includes PROCUREMENT AND INSTALLATION OF A SOLAR PANEL SYSTEM ON AN EXISTING HANGAR BUILDING.

Bid documents will be made available beginning WEDNESDAY, SEPTEMBER 18, 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.

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 Maintenance and an Update Statement. The General Bidder must be certified in the category of ELECTRICAL

The estimated contract cost is SIX HUNDRED AND FOUR THOUSAND DOLLARS ($ 604,000.00).

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, or cash, or a certified check, or a treasurer’s or a cashier’s check issued by a responsible bank or trust company, payable to the Massachusetts Port Authority 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, Auto Liability Insurance, and Property Damage Liability Insurance for a combined single limit of FIVE MILLION DOLLARS ($5,000,000.00). 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.

No filed sub bids will be required for this contract.

This contract is subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than TWO POINT NINE PERCENT (2.9%) 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 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.

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 RICHARD A. DAVEY CEO & EXECUTIVE DIRECTOR