Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 6,1995 PSA#1257

Massachusetts Highway Department, Cashier's Office, Room 5441, 10 Park Plaza, Boston, MA 02116

Y -- CENTRAL ARTERY/TUNNEL PROJECT: PARCEL 7 FACILITY C15A3 Sealed proposals for the following project will be received at the Cashier's Office, Room 5441, 10 Park Plaza, Boston, Massachusetts, 02116, until the dates and times stated below and will, at that place and time, be publicly opened and read: Filed Sub-Bids: Wednesday, 8 March 1995 at 2:00 PM Local Legal Time. General Bids: Tuesday, 4 April 1995 at 2:00 PM Local Legal Time. Boston:FAP No:NH93-1 (339). Central Artery/Tunnel Project. Parcel 7 Facility C15A3. Proposal Guaranty: 5% of Bid. Project Value: $107,000,000. The Massachusetts Highway Department is committed to substantive participation of disadvantaged business enterprises in the performance of the work of this contract and has therefore established a DBE Utilization Goal of 11% for this contract. Bidders must be prequalified by the Division of Capital Planning and Operations in the category of General Building Construction to bid on the above project. The Scope of Work shall include, but not be limited to, Construction of Vent Building No. 4 including slurry wall construction of both soldier pile and reinforced concrete walls, exhaust and supply shafts, office and retail space. The work also includes construction of a parking garage, caisson installation within the MBTA station at Haymarket, reconstruction of MBTA facilities at the south entrance as well as platform, American Disabilities Act improvements, utility installation and final surface restoration for roadways and sidewalks. The bidding procedure and award of this Contract shall be in accordance with the provisions of Massachusetts General Laws, Chapter 149, Section 44A-44L, inclusive, including all current Amendments. Bidders are on notice that this project is subject to the schedule of prevailing wage rates, as determined by the Commissioner of the Department of Labor & Industries (Commonwealth of Massachusetts) and the United States Department of Labor, and in accordance with Chapter 149, Sections 26 to 27D, inclusive, of the above referenced General Laws. Each prospective General Bidder proposing to bid on the Work, shall first obtain a ``Certificate of Eligibility'' (DCPO Form CO7) for the Category of Work, as specified herein, from the Division of Capital Planning and Operations of the Commonwealth of Massachusetts. Contractors so certified must deliver their ``Certificate of Eligibility'' along with a current ``Contractor Update Statement'' (DCPO Form CO3) to the Department's Prequalification and Contract Manager, Room 7551, 10 Park Plaza, Boston, Massachusetts. General Bids must be accompanied by a copy of a valid ``Certificate of Eligibility'' (DCPO Form CO7) for General Building Construction and a completed and signed ``Contractor Update Statement'' (DCPO Form CO3), as issued by the Division of Capital Planning and Operations. The Certificate and Update Statement shall accompany the Bid in a separate sealed envelope. General Bids that are not accompanied by a valid Certificate of Eligiblity and an Update Statement will be declared ``Invalid'' and rejected. In addition, the removal and disposal of asbestos or material containing asbestos must be performed by a general contractor or subcontractor licensed under MGL Ch. 149, Section 6(B) to perform such Work. Payment for Specifications/Proposal Pamphlet, and set of Plans may be made in cash, money order, certified check, treasurer's check or cashier's check and will be $890.00 payable at Room 5441 at the above address. The amount will be refundable for one set only, to any purchaser upon return of the documents in good condition to the CA/T Project Office at 185 Kneeland Street, within 15 Days following the opening of bids, or to a common carrier or the post office department not later than the Friday following bid opening for subsequent delivery to the Department of Kneeland Street. Charges for non-refundable additional copies of the documents are as follows: Set of Specifications/Proposal Pamphlets, $40.00 each, set of Plans, $665.00 each, Geotechnical Engineering/Data Reports, $175.00 each, Design Summary Report, $5.00 each, Joint Traffic Management Agreement, $5.00 each. Upon payment of the required amount, a prequalified bidder shall be entitled to receive an officially numbered non-transferable Proposal Pamphlet along with a set of Plans for the project (if required). Informational copies of plans and specifications are available to non-prequalified individuals and firms. A separate remittance should be submitted for each Proposal Pamphlet requested. Proposal Pamphlets and Plans will be issued only from the CA/T Project Office at 185 Kneeland Street 5th Floor, after payment at Park Plaza. The return of documents for refund shall also be at 185 Kneeland Street. Every General Bid, and every Filed Sub-Bid for a Sub-Trade designated under Item 2 of the General Bid, shall be accompanied by a ``Bid Deposit'', in the form of cash, bid bond, certified check, treasurer's check or cashier's check, made payable to the Massachusetts Highway Department. Filed Sub-Bid (Section No.): 724.100: Filed Sub-Bidder's Work (Title of Section): Masonry. 727.050: Waterproofing, Dampproofing, and Caulking. 727.500: Roofing and Flashing. 728.520: Aluminum Windows. 728.800: Glass and Glazing. 729.220: Portland Cement Plaster. 729.300: Tile. 729.900: Painting. 737.230: Elevators. 960.500: Miscellaneous Metal. 997.390: Plumbing. 997.500: Heating, Ventilating and Air Conditioning. 998.000: Electrical. Contract Documents will be on display at the following locations: Massachusetts Highway Department, Boston Office; CA/T Project Office; Boston Public Library, Dudley Square, 65 Warren Street, Roxbury; Contractor's Association of Boston, 25 Centre Street, Roxbury; Minority Business Development Center, 985 Commonwealth Avenue, Boston; and the Small Business Administraton, 10 Causeway Street, Boston. Certain reference materials may be reviewed during the bid period by appointment only Call Andy Wienert, (617)342-4530 to make an appointment. An award will not be made to a Contractor who is not prequalified prior to the opening of the proposals. The right is reserved to waive any informality and to reject any or all proposals in accordance with the Provisions of Massachusetts General Laws, Chapter 149, as amended. The Department, in accordance with Title VI of the Civil Rights Act of 1964, and Title 49, Code of Federal Regulations, Part 21, Non-discrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively ensure that in any contract entered into pursuant to this Notice, Disadvantaged Business Enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on grounds of race, color, or national origin in consideration for an award. The goal for female workforce participation, applicable to this proposal, is 6.9%. See Subsection 11.05, Standard Federal Equal Employment Opportunity Contract Specifications. The goal for minority workforce participation, applicable to this proposal, is 30%. See Subsection 11.03, Supplemental EEO, Anti-Discrimination, and Affirmative Action Program. In order for its bid to be determined eligible for award of this Contract, the bidder must give satisfactory assurance that it shall maintain the required ratios of employee hours to total person hours in each job category. Massachusetts Highway Department projects are subject to the rules and regulations of the Architectural Access Board (521 CMR 1.00 et. seq.). Pre-Bid Conference: A Pre-Bid Conference is scheduled to be held at 10:00 AM in Conference Rooms 1 and 2 in the CA/T Project Office at One South Station in Boston, MA on Friday, 3 February 1995. At this conference, the bid process will be reviewed and written questions will be taken. Attendance at this conference is recommended but not mandatory and is limited to two representatives per bidding entity. Site Tour: A tour of the construction site will be held in the afternoon on the date of the pre-bid conference. Representation shall also be limited to two representatives per bidding entity. Please be aware that this is the only site tour offered. (364)

Loren Data Corp. http://www.ld.com (SYN# 0093 19950105\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page