|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 26,1995 PSA#1333Cashier's Office, Room 5441, 10 Park Plaza, Boston, MA 02116 Z -- MASS AVE. INTERCHANGE NOTICE Sol. BPB-2492. Due 062095. Contact
Carla Nazzaro, (617) 342-4544. Sealed proposals for the following
project will be received at the Cashier's Office, Room 5441, 10 Park
Plaza, Boston, Massachusetts, 02116 until the date and time stated
below and will at that place and time be publicly opened and read:
Tuesday, June 20, 1995 at 2:00 PM, Boston: FAP Nos: 193-1 (360),
NH93-1, (377) STP93-1(384), Central Artery/Tunnel Project, 1-93 Mass.
Ave. Interchange (C12A3). PROPOSAL GUARANTY: 5% of Bid. PROJECT VALUE:
ALT. A $180,000,000. ALT. B $181,000,000. THE MASSACHUSETTS HIGHWAY
DEPARTMENT IS COMMITTED TO SUBSTANTIVE PARTICIPATION OF DISADVANTAGED
BUSINESS ENTERPRISES IN THE PERFORMANCE OF THE WORK OF THIS CONTRACT
AHD HAS THEREFORE ESTABLISHED A DBE UTILIZATION GOAL OF 11% FOR THIS
CONTRACT. Bidders must be prequalified by the Department in the
category of GENERAL HIGHWAY CONSTRUCTION to bid on the above project.
The Work shall include, but not be limited to, Construction of
temporary and/or permanent roadways, ramps and bridges; excavation,
including contaminated and hazardous soil removal and disposal; support
of excavation; demolition and removal of existing viaduct and bridge
structures, and a pumping station. The Work shall also include
construction of grade slabs on piles, traffic control systems,
sidewalks, storm drainage, two stormwater pump stations, utility
relocation, landscaping, temporary roadway lighting and regulatory
signage. The bidding for an award of this Contract are to be in
accordance with the requirements of Massachusetts General Laws Ch. 30,
Section 39M. 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. The Proposal Guaranty shall
be in the form of cash, bid bond, certified check, treasurer's check
or cashier's check, made payable to the Massachusetts Highway
Department. 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 $1620.00 payable at Room 5441 at
the above address. Document costs are as follows: Set of
Specifications/Proposal Pamphlets, $45.00 each, set of Plans, $1,150.00
each, set of Geotechnical Documents, $420.00 each, and Reference
Documents, $5.00 each. The amount will be refundable, for one set only,
to official bidders who submit a formal bid for the project and 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 no later than the
Friday following bid opening for subsequent delivery to the Department
at Kneeland Street. Charges for non-refundable additional copies of
the documents are as follows: Set of Specifications/Proposal Pamphlets,
$45.00 each, set of Plans, $1,150.00 each, set of Geotechnical
Documents, $420.00 each, and Reference Documents, $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. 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 Administration, 10
Causeway Street, Boston. Certain reference materials may be reviewed
during the bid period by appointment only. Call Carla Nazzaro (617)
342-4544 to make an appointment.only. An award will not be made to a
Contractor who is not prequalified by the Department prior to the
opening of the Proposals. The right is reserved to waive any
informality and to reject any or all proposals. 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
SPECIFICAIONS. 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 & 2 in the CA/T Project Office
at One South Station in Boston, MA on Wednesday, May 17, 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 (2) representatives per bidding entity.
SITE TOUR: A Bus Tour of the construction site will be held after the
Pre-Bid Conference at 1:00 PM on Wednesday, May 17, 1995. All bidders
interested in attending the bus tour must reserve seats in advance be
faxing requests to Carla Nazzaro at (617) 426-1091. Please make
reservations by close-of-business on Friday, May 12, 1995.
Representation shall be limited to two (2) persons per company. Please
be aware that the Bus Tour is optional and it will be the only site
tour offered. (114) Loren Data Corp. http://www.ld.com (SYN# 0133 19950425\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|