Page 31

Loading...
Tips: Click on articles from page

More news at Page 31








Page 31 111 viewsPrint | Download

INVITATION TO BID – JAMES ARNOLD MANSION

NORTHEAST TERRACE RESTORATION

James Arnold Mansion, Inc., the Awarding Authority invites sealed bids from General Contractors for restoration of and accessibility improvements to the northeast terrace at the James Arnold Mansion, 427 County Street, New Bedford, MA, a property on the State Register of Historic Places. The project is being partially funded with a grant from the Massachusetts Preservation Projects Fund as well as ARPA funds. All work shall be performed in accordance with the project drawings and specifications, shall comply with applicable local and state historic preservation requirements, adhere to the Secretary of the Interior’s Standards for the Treatment of Historic Properties, and must be completed by June 30th, 2026. State law prohibits discrimination. Awarding of this contract is subject to Affirmative Action and Equal Opportunity guidelines. Bid Forms and Contract Documents are available electronically by request to [email protected]. Hard copies can be picked up at SSV Architects, 69 Milk Street, Westborough, MA 01581. A Pre-Bid Conference will be held at the James Arnold Mansion on February 5th, 2026 at 11:00 AM. Bids shall be evaluated on the basis of price, previous experience with similar projects, ability to perform the work in a timely manner, and professional references. To be eligible for consideration, bids must be received electronically at [email protected] no later than 2:00 PM on February 20th, 2026, at which time they will be opened.


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. A466-C4 HANSCOM NORTH AIRFIELD HANGARS 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 General Bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, FEBRUARY 18, 2026, 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 4, 2026, 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 JANUARY 20, 2026 ON ZOOM https://massport.zoom.us/j/87502024502 Meeting ID: 875 0202 4502

The work includes Procure and install roof mounted solar photovoltaic panels on hangars 47, 49 and 50. General Contractor is required to be DCAMM certified in Building and Electrical.

Bid documents will be made available beginning WEDNESDAY, JANUARY 14, 2026

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 ELECTRICAL The estimated contract cost is $2,260,000.

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 FIVE MILLION DOLLARS ($5,000,000). 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:

ROOFING AND FLASHING $129,000

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 TWO POINT FIVE PERCENT (2.5%) 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.

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