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