City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana...

30
ANDREA CAMPBELL President, City Council MARTIN J. WALSH Mayor of Boston Official Chronical, Municipal Affairs VOL. 111 | NO. 22 JUNE 03, 2019 City Record Park Department Summer Guide is now online If you are looking for some outdoor fun this summer in City of Boston parks simply go to the website for a full schedule of free summer events under the Spotlight section at www.boston.gov/departments/ parks-and-recreation#spotlight. Concerts, movies, fitness, sports centers, watercolor painting workshops, and a wide range of children’s activities - there’s something for everyone, all offered free of charge. The schedule includes the popular Artists in Residence Craft Workshops for ages 3 to 10 in parks citywide July 9 through August 16, the Boston Children’s Summer Festival at Franklin Park on August 20, park visits from the New England Aquarium, Movie Nights in 11 locations, and the opening of the Boston Common Frog Pond spray pool on June 27. Musical offerings include the annual Dorothy Curran Wednesday Night Concert Series sponsored by Bank of America kicking off July 17 with the Total Access Chicago tribute band on City Hall Plaza at 7 p.m., ParkARTS Citywide Neighborhood Concerts from July 10 to August 5, Summer Sundays in the Park at Jamaica Pond on July 28 and August 11, and the sizzling hot Tito Puente Latin Music Series in the South End, East Boston, Mission Hill, and Jamaica Plain from July 11 through August 15. FOR MORE INFORMATION, PLEASE VIEW THE FULL SUMMER GUIDE AND OTHER PARKS DEPARTMENT EVENTS AND PROGRAMS AT WWW.BOSTON.GOV/DEPARTMENTS/PARKS-AND-RECREATION.

Transcript of City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana...

Page 1: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

ANDREA CAMPBELL — President, City CouncilMARTIN J. WALSH — Mayor of Boston

Official Chronical, Municipal AffairsVOL. 111 | NO. 22

JUNE 03, 2019

City Record

Park Department Summer Guide is now onlineIf you are looking for some outdoor

fun this summer in City of Boston parks simply go to the website

for a full schedule of free summer events under the Spotlight section

at www.boston.gov/departments/parks-and-recreation#spotlight.

Concerts, movies, fitness, sports centers, watercolor painting

workshops, and a wide range of children’s activities - there’s

something for everyone, all offered free of charge. The schedule

includes the popular Artists in Residence Craft Workshops for

ages 3 to 10 in parks citywide July 9 through August 16, the

Boston Children’s Summer Festival at Franklin Park on August 20,

park visits from the New England Aquarium, Movie Nights in

11 locations, and the opening of the Boston Common Frog Pond

spray pool on June 27.

Musical offerings include the annual Dorothy Curran Wednesday Night Concert Series sponsored by

Bank of America kicking off July 17 with the Total Access

Chicago tribute band on City Hall Plaza at 7 p.m., ParkARTS Citywide

Neighborhood Concerts from July 10 to August 5, Summer

Sundays in the Park at Jamaica Pond on July 28 and August 11,

and the sizzling hot Tito Puente Latin Music Series in the

South End, East Boston, Mission Hill, and Jamaica Plain from

July 11 through August 15.

FOR MORE INFORMATION, PLEASE VIEW THE FULL SUMMER GUIDE AND OTHER PARKS DEPARTMENT EVENTS AND PROGRAMS AT WWW.BOSTON.GOV/DEPARTMENTS/PARKS-AND-RECREATION.

Page 2: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

601

Martin J. Walsh, Mayor of BostonKevin P. Coyne, Purchasing AgentDiana Laird, City Record Administrator

The City Record Office is located in Room 808 at One City Hall Square Boston, MA 02201-1001

Telephone: 617-635-4564 E-Mail: [email protected]

Single copies $2.00 per issue

Subscription (in advance) $50.00 per year (send a check payable to ‘City Record’ to: City Record Procurement – Boston City Hall One City Hall Square, Boston, MA 02201-1001

Postmaster; send address change to City Record, Room 808 1 City Hall Square, Boston, MA 02201-1001

ADVERTISING: A rate of $6 per 1⁄2-inch or $12 per inch of 12 lines (set solid) has been established for such advertisements as under the law must be printed in the City Record. Advertising and other copy must, except in emergencies, be in hand at the City Record office by 5:00 p.m., Wednesday of each week to insure its publication in the following Monday’s issue. PLEASE NOTE: The deadline of 5:00 p.m., Wednesday of each week is ten days in advance of publication.

Other advertising rates available—Please contact us at [email protected] for these rates.

THE FOLLOWING APPLY TO ALL ADS IN THIS PUBLICATION

• The City of Boston is committed to and affirmatively ensures that Disadvantaged Business Enterprises (DBE), Small Local Business Enterprise (SLBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE), and Veteran Owned Small Business Enterprise (VOSBE) firms shall be afforded full opportunity to submit qualifications in response to this and will not be discriminated against on the basis of race, color, national origin, ancestry, disability, gender, transgender status, political affiliation, age, sexual orientation, or religion in any consideration leading to the award of contract.

• No qualified disabled person shall, on the basis of disability, be excluded from participating in, be denied the benefits of, or otherwise subjected to discrimination in any consideration leading to the award of contract.

• The award of any contract shall be subject to the approval of the Mayor of Boston.

• The maximum time for IFB acceptance by the City after the opening of the bids shall be ninety (90) days unless noted otherwise.

• The maximum time for RFP acceptance by the City after the opening of the bids shall be one hundred-eighty (180) days unless noted otherwise.

• The City/County and the Official reserve the right to reject any or all bids, or any item or items thereof, and to award a contract as the Official deems to be in the best interest of the City.

• All contracts shall be subject to the availability of an appropriation therefore, if sufficient funds are not appropriated for the contract in any fiscal year, the Official shall cancel the contract.

• The City reserves the right to reject any and all bids, or any part or parts thereof, and to award a contract as the Official deems to be in the best interest of the City. This contract shall be subject to the availability of an appropriation. If sufficient funds are not appropriated for the contract in any fiscal year, the Official shall cancel the contract.

LATE BIDS WILL NOT BE ACCEPTED

THE CITY RECORD USPS 114-640 is published weekly by the City of Boston, 1 City Hall Square, Boston, MA 02201, under the direction of the Mayor, in accordance with legislative act & city ordinance. The periodical postage is paid at Boston MA.

Page 3: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

602

HELPFUL LINKS City of Boston Legal Compliance Resources

City Land & Building for SaleWe sell City property to developers who want to make the community better. By law, we can only choose a buyer who meets all our requirements. We don’t list our properties with brokers or take offers.

https://www.boston.gov/departments/neighborhood-development/how-we-sell-citys-land-and-buildings

Boards & Commission AppointmentsBoards and commissions are an important part of Boston’s government. Each board or commission works with internal departments, City Councilors, and the public to serve the City.

https://www.boston.gov/civic-engagement/boards-and-commissions

Employee ListingsEach year, the City of Boston publishes payroll data for employees. This dataset contains employee names, job details, and earnings information including base salary, overtime, and total compensation for employees of the City.

https://data.boston.gov/dataset/employee-earnings-report

Language and Communication AccessWe are happy to answer questions and assist community members, organizations, and city employees. We work to strengthen the City of Boston so that services, programs and activities are meaningfully accessible to all constituents.

https://www.boston.gov/departments/neighborhood-services/language-and-communications-access

Bond ListingsThe City of Boston sells bonds to borrow the money needed to pay for construction, rehabilitation, and repair of all of its public buildings, including: schools, libraries, police, fire, and park facilities, and streets and sidewalks.

https://www.boston.gov/departments/treasury#general-obligation-bonds

School Committee ProceedingsSchool Committee meetings are held twice a month on Wednesdays at 6 p.m. at the Bruce C. Bolling Muncipal Building, 2300 Washington Street, School Committee Chamber, second floor, Roxbury, MA 02119. The Chamber has a capacity of 202 people. To confirm, contact 617-635-9014.

https://www.bostonpublicschools.org/Page/253

Public NoticesYou can find out about all upcoming City of Boston public notices and hearings. We also have information on archived public notices.

https://www.boston.gov/public-notices

Page 4: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

603

Neighborhood Coffee Hours give residents a unique opportunity to speak directly with Mayor Walsh and staff from City departments.

Through these discussions and a suggestion box at each site, Mayor Walsh looks forward to hearing how the City of Boston can improve

upon local parks, public areas, and City services.

We’ll have free coffee and breakfast treats provided by Dunkin’, as well as fresh fruit from Star Market. Each family will receive a flowering plant grown in the City’s greenhouses as a gift from

Mayor Walsh. Also, there will be a raffle with prizes from Dunkin’. We’ll provide information on City programs from: the Boston Public Library, Boston Public Schools, the Boston Police Department, and

Boston Centers for Youth & Families.

Neighborhood Coffee Hour

Have coffee with

MayorMarty J. Walsh

June 4, 2019; 9:30am-10:30amPAUL REVERE MALL NEIGHBORHOOD

June 5, 2019; 9:30am-10:30amBRIGHTON COMMON NEIGHBORHOOD

June 6, 2019; 9:30am-10:30amRONAN PARK NEIGHBORHOOD

Coffee hours are held from 9:30 a.m. - 10:30 a.m., unless otherwise noted. For more information and updates on possible weather cancellations, please

contact Parks and Recreation at 617-635-4505, or check us out on Facebook or Twitter.

Page 5: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

604 – Advertisements

INVITATION FOR SEALED BIDS FOR THE PROCUREMENT OF THE FOLLOWING

The City of Boston (“the City”), acting by its Acting Purchasing Agent (“the Official”), invites sealed bids for the performance of the work generally described below, and particularly set forth in the Invitation for Bids, which may be obtained from the City’s Procurement website and Supplier Portal boston.gov/procurement. Invitation for Bids shall be available until the time of the bid opening.

The attention of all bidders is directed to the provisions of the Invitation for Bids and contract documents, specifically to the requirements for bid deposits, insurance and performance bonds as may be applicable.

The supplies/services described for the below is an actual amount of the supplies/services to be procured.

The City reserves the right to reject any and all bids, or any part or parts thereof, and to award a contract as the Official deems to be in the best interest of the City. This contract shall be subject to the availability of an appropriation. If sufficient funds are not appropriated for the contract in any fiscal year, the Official shall cancel the contract.

The maximum time for bid acceptance by the City after the opening of bids shall be ninety (90) days. The award of this contract shall be subject to the approval of the Mayor of Boston.

Sealed bids shall be publicly opened by the Official at 12:00 Noon Boston City Hall, Procurement Rm. 808 One City Hall Square, Boston, MA 02201

CITY OF BOSTON ADVERTISEMENTS Invitations for bids for the procurement of services and supplies

Event EV00006671Automotive Fluids BPD Fleet Repair & Maintenance Boston Police Department

Bid Opening Date: June 4, 2019

CONTACT INFORMATION Michael [email protected]

Event EV00006804Avant 760i Articulating Loader (BP&R)Boston Parks & Recreation

Bid Opening Date: June 4, 2019

CONTACT INFORMATION Kevin [email protected]

Event EV0000680519,000 GVWR 4WD DRW-60” CA Live Body Dump w/Plow (PWD) Public Works Department

Bid Opening Date: June 4, 2019

CONTACT INFORMATION Kevin [email protected]

Event EV00006806(3) Small Articulating Tractors w/AttachmentsPublic Works DepartmentBid Opening Date: June 4, 2019

CONTACT INFORMATION Kevin [email protected]

Page 6: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

605 – Advertisements

Event EV00006807(15) EA 19,000 GVWR 4WD DRW-60” CA Live Body Dump w/Plow Public Works DepartmentBid Opening Date: June 4, 2019

CONTACT INFORMATION Kevin [email protected]

Event EV00006808(15) 1 Ton 4WD DRW Reg Cab Pick-up-w/Plow SpreaderPublic Works Department

Bid Opening Date: June 5, 2019

CONTACT INFORMATION Kevin [email protected]

Event EV00006809(2) 3/4 Ton 4WD Cab & Chassis Platform Truck Public Works Department

Bid Opening Date: June 5, 2019

CONTACT INFORMATION Kevin [email protected]

Event EV00006810(10) Swap Loader Plow Trucks Public Works DepartmentBid Opening Date: June 5, 2019CONTACT INFORMATION Kevin [email protected]

Event EV00006811Synthetic Engine Motor Oil for BPD Boston Police DepartmentBid Opening Date: June 4, 2019

CONTACT INFORMATION Michael [email protected]

Event EV00006814BPD - EOD 10 BOMB SUIT ENSEMBLEBoston Police Department

Bid Opening Date: June 4, 2019

CONTACT INFORMATION Brian [email protected]

Event EV00006815OEM Honda Parts for BPD Fleet RepairBoston Police Department

Bid Opening Date: June 5, 2019

CONTACT INFORMATION Michael [email protected]

Event EV00006816DNA Supplies for BPD Crime LabBoston Police Department

Bid Opening Date: June 4, 2019

CONTACT INFORMATION Brian [email protected]

Event EV00006823BPD - FPX NANO with Integrated DisplayBoston Police Department

Bid Opening Date: June 4, 2019

CONTACT INFORMATION Brian [email protected]

KEVIN P. COYNE, PURCHASING AGENT (May 20, May 27, June 3, 2019)

Event EV00006558 (2 year)Paint, Protective Coatings and Accessories Various City Departments

Bid Opening Date: June 12, 2019

CONTACT INFORMATION Joey [email protected]

Page 7: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

606 – Advertisements

Event EV00006818CLEANING & JANITORAL SUPPLIESVarious City Departments

Bid Opening Date: June 11, 2019

CONTACT INFORMATION Brian [email protected]

Event EV00006829Copy Processing/Production & Digital ServicesPublic Facilities Dept. and Department of Neighborhood Development

Bid Opening Date: June 11, 2019

CONTACT INFORMATION Joey [email protected]

Event EV00006841Road Salt Maintenance FY’20 Various City Departments

Bid Opening Date: June 11, 2019

CONTACT INFORMATION Joey [email protected]

Event EV000068422019 Ford Fusion Hybrid SE Boston Police Department

Bid Opening Date: June 12, 2019

CONTACT INFORMATION Kevin [email protected]

KEVIN P. COYNE, PURCHASING AGENT (May 27, June 3, June 10, 2019)

Event EV00006856Regional Communication Command VehicleBoston Fire Department

Bid Opening Date: June 26, 2019

CONTACT INFORMATION Kevin [email protected]

Event EV00006859Vehicle WrapsAge Strong Commission

Bid Opening Date: June 18, 2019

CONTACT INFORMATION Diana [email protected]

KEVIN P. COYNE, PURCHASING AGENT (June 3, June 10, Juan 17, 2019)

INVITATION FOR BID

ANNUAL INSPECTIONS FOR PREVENTATIVE MAINTENANCE, SERVICE AND REPAIR FOR OVERHEAD DOORS

at various location of the Boston Fire Department as needed from July 1, 2019 through June 30, 2020

Event ID: EV00006386CONTACT INFORMATIONMary (Kane) O’Toole Boston Fire Department Procurement [email protected]

The scope of work is further detailed in the specifications and includes, but is not limited to the following: Service and Repair of Annual Inspections for Preventative Maintenance, Service and Repair for Overhead Doors at various location of the Boston Fire Department as needed at various Boston Fire Department Locations inclusive of all the required equipment and materials in accordance with M.G.L. Chapter 149 from July 1, 2019 through June 30, 2020.

The City of Boston (the City) acting by its Boston Fire Department through its Commissioner (the Official) hereby invites sealed bids for the above-entitled project, and particularly set forth in the Invitation for Bids which may be obtained starting at 9:00AM on Monday, May 20, 2019 by visiting cityofboston.gov/procurement and clicking on the supplier portal and locating event number EV00006386 or at

Page 8: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

607 – Advertisements

Boston Fire Headquarters,115 Southampton Street, Procurement Office, Floor 2, Boston, MA 02118.

Bids shall be on forms supplied by Boston Fire, be clearly identified as a bid and signed by the bidder. All bids for this project are subject to sections 26-27, 29 and 44A -44J, inclusive of M.G.L. c149, as amended and in accordance with the terms and provisions of the contract documents entitled Annual Inspections for Preventative Maintenance, Service and Repair for Overhead Doors as needed at various location of the Boston Fire Department.

All general bids must be filed with the Official at the Boston Fire Department, 115 Southampton Street, Procurement Office, Floor 2, Boston, MA 02118 before twelve o’clock (noon EST) on Tuesday, April 30, 2019, at which time and place respective bids will be opened forthwith and read aloud

General bids will be valid only when accompanied by (1) Certificate of Eligibility issued by DCAMM, showing that the general contract has been approved in Doors and Windows to bid on projects the size and nature of that advertised, (2) an Update Statement summarizing the generals contractor’s record for the period between the latest DCAMM certification and the date the general contractor submits its bid, (3) OSHA Training Certifications.

The attention of all bidders is directed to the provisions of the Invitation of Bids and contract documents, specifically to the requirements for bid deposits, insurance, performance and payment bonds as my be applicable.

All bidders are hereby notified that bid deposits must be 5% of his/her bid and shall be in the form of a bid bond, certified check, treasurer’s check or cashier’s check and made payable to the City of Boston.

In accordance with M.G.L. Chapter 149, a performance bond and a labor and materials payment bond shall be required from the successful bidder of a surety company qualified to do business under the laws of the Commonwealth of Massachusetts and included in the U.S. Treasury’s current list of approved sureties (Circular 570) and satisfactory in form to the Awarding Authority will be required of the successful bidder to guarantee the faithful performance of the contract. The successful bidder will be required to furnish a performance bond in the total amount of the contract, as reflected in the “Total Bid” price listed on the Bid Summary Sheet.

A labor and materials/payment bond in the sum

of fifty percent (50%) of the total amount of the contract, as reflected in the “Total Bid” price listed on the Bid Summary Sheet, is between $10,000 and $150,000, and a materials/payment bond in the amount of one hundred percent (100%) of the total amount of the contract, as reflected in the “Total Bid” price listed on the Bid Summary Sheet, will be required if the total amount of the contract, as reflected in the “Total Bid” price listed on the Bid Summary Sheet, is greater than $150,000.

A Certificate of Insurance is required when submitting your bid.

The attention of all bidders is directed to the Boston Residents Jobs Policy section of the specifications and the obligation of the contractor to take affirmative action in connection with employment practices in the performance of this contract. The contractor and its subcontractors shall maintain the following ratios of workforce hours in each trade: Minority 40% of total work hours, Female 15% of total work hours, Boston Residents 51% of total work hours.

The City of Boston requires proposers to certify in their submissions that they understand these objectives and are committed to achieving them if they are the successful bidder. These statements should be documented using the Strategy Form included in the invitation for bid documents and should include any intended outreach to subcontracting opportunities for minority and women-owned firms.

At the request of the City, all contractors must furnish materials evidence of their efforts to comply with the strategies outlined on the Strategy Form.

Bidders are hereby notified that this project is subject to M.G.L. c. 149, s. 27 and in accordance contractors must pay Prevailing Wage as set by the Division of Occupational Safety within the Department of Labor and Workforce Development. Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll reports and a Statement of Compliance directly to the awarding authority by mail or email and keep them on file for three years. Each weekly payroll report must contain: the employee’s name, address, occupational classification, hours worked and wages paid. A sample of a payroll reporting form may be obtained at http://www.mass.gov/dols/pw.

Bidders are further notified that they shall submit prices for and bid prices shall be compared on the

Page 9: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

608 – Advertisements

basis of the entire period of performance.

This contract shall be subject to the availability of an appropriation therefore, if sufficient funds are not appropriated for the contract in any fiscal year, the Official shall cancel the contract.

Sealed bids shall be publicly opened by the Official on Wednesday, June 5, 2019 at 12:00PM (EST) at Boston Fire Headquarters, 115 Southampton Street, Second Floor Conference Room, Boston, MA 02118.

The Official reserves the right to waive any informalities in or to reject any and all bids if it is in the public interest to do so.

JOSEPH E. FINN, FIRE COMMISSIONER(May 20, 27, June 3, 2019)

INVITATION FOR BID

REPAIRS TO THE BOSTON FIRE DEPARTMENT BURN BUILDING LOCATED AT THE BOSTON FIRE TRAINING ACADEMY, ONE MOON ISLAND ROAD, QUINCY, MA

Event ID: EV00006812CONTACT INFORMATIONMary (Kane) O’Toole, Boston Fire Department Procurement [email protected]

The scope of work is further detailed in the specifications and includes, but is not limited to the following:Burn building repairs at the Boston Fire Department Training Academy located at One Moon Island Road, Quincy, MA to include remove and replace masonry as indicated on the plans, remove both sides of a door, window or scupper, remove, salvage and reset the lintel or replace with new refractory concrete lintel and remove, salvage and reset door, window or scupper. Remove and replace masonry: test concrete behind. Replace bad block, clean point or refill open joints, repair railing bases. All scuppers at the base of wall shall be reinforced at reconstructed walls in accordance of M.G.L. Chapter 149.

The City of Boston (the City) acting by its Boston Fire Department through its Commissioner

(the Official) hereby invites sealed bids for the above-entitled project, and particularly set forth in the Invitation for Bids which may be obtained starting Monday, May 27, 2019 at 9AM by visiting cityofboston.gov/procurement and clicking on the supplier portal and locating event number EV00006812 or Tuesday, May 28, 2019 by contacting Mary O’Toole at [email protected] or at 617-343-2152 at Boston Fire Headquarters,115 Southampton Street, Procurement Office, Floor 2, Boston, MA 02118.

Bids shall be on all forms supplied by Boston Fire, be clearly identified as a bid and signed by the bidder. All bids for this project are subject to sections 26-27, 29 and 44A -44J, inclusive of M.G.L. c149, as amended and in accordance with the terms and provisions of the contract documents Repairs to the Boston Fire Department Burn Building located at the Boston Fire Department Training Academy, One Moon Island Road, Quincy, MA.

All general bids shall be filed with the Official at the Boston Fire Department, 115 Southampton Street, Procurement Office, Floor 2, Boston, MA 02118 before twelve o’clock (noon EST) on Wednesday, June 12, 2019, at which time and place respective bids will be opened forthwith and read aloud. No electronic bids will be accepted.

General bids will be valid only when accompanied by (1) Certificate of Eligibility issued by DCAMM, showing that the general contract has been approved in Masonry Repairs to bid on projects the size and nature of that advertised, (2) an Update Statement summarizing the generals contractor’s record for the period between the latest DCAMM certification and the date the general contractor submits its bid, (3) OSHA Training Certifications when bids are submitted.

The attention of all bidders is directed to the provisions of the Invitation of Bids and contract documents, specifically to the requirements for bid deposits, insurance, performance and payment bonds as my be applicable.

All bidders are hereby notified that bid deposits must be 5% of his/her bid and shall be in the form of a bid bond, certified check, treasurer’s check or cashier’s check and made payable to the City of Boston.

In accordance with M.G.L. Chapter 149, a performance bond and a labor and materials payment bond shall be required from the successful bidder of a surety company qualified to do business under the laws of the Commonwealth of

Page 10: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

609 – Advertisements

Massachusetts and included in the U.S. Treasury’s current list of approved sureties (Circular 570) and satisfactory in form to the Awarding Authority will be required of the successful bidder to guarantee the faithful performance of the contract. The successful bidder will be required to furnish a performance bond in the total amount of the contract, as reflected in the “Total Bid” price listed on the Bid Response Form.

A labor and materials/payment bond in the sum of fifty percent (50%) of the total amount of the contract, as reflected in the “Total Bid” price listed on the Bid Response Form, is between $10,000 and $150,000, and a materials/payment bond in the amount of one hundred percent (100%) of the total amount of the contract, as reflected in the “Total Bid” price listed on the Bid Response Form, will be required if the total amount of the contract, as reflected in the “Total Bid” price listed on the Bid Response Form, is greater than $150,000. A Certificate of Insurance is required when submitting your bid.

The attention of all bidders is directed to the Boston Residents Jobs Policy section of the specifications and the obligation of the contractor to take affirmative action in connection with employment practices in the performance of this contract. The contractor and its subcontractors shall maintain the following ratios of workforce hours in each trade: Minority 40% of total work hours, Female 15% of total work hours, Boston Residents 51% of total work hours.

The City seeks to promote the full participation and equality of opportunity for minority-owned and women-owned enterprises (“M/WBE”) in all aspects of the development of the project, including equality of opportunity for participation in the development, financing, design, construction, operation and ownership of the project.

On February 24, 2016, Mayor Martin J. Walsh signed an executive order to ensure the M/WBEs are afforded fair and equitable opportunities when competing for city contracts. To support these city objectives proposals must include a statement that details experience with, and approach to, insuring meaningful outreach to subcontracting opportunities for minority and women-owned firms on all key project activities.

The City of Boston requires proposers to certify in their submissions that they understand these objectives and are committed to achieving them if they are the successful bidder. These statements should be documented using the Strategy Form included in the invitation for bid documents and should include any intended outreach to subcontracting opportunities for minority and women-owned firms. At the request of the City, all contractors must furnish materials evidence of their efforts to comply with the strategies outlined on the Strategy Form.

Bidders are hereby notified that this project is subject to M.G.L. c. 149, s. 27 and in accordance contractors must pay Prevailing Wage as set by the Division of Occupational Safety within the Department of Labor and Workforce Development. Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll reports and a Statement of Compliance directly to the awarding authority by mail or email and keep them on file for three years. Each weekly payroll report must contain: the employee’s name, address, occupational classification, hours worked and wages paid. A sample of a payroll reporting form may be obtained at http://www.mass.gov/dols/pw

Bidders are further notified that they shall submit prices for and bid prices shall be compared on the basis of the entire period of performance.

This contract shall be subject to the availability of an appropriation therefore, if sufficient funds are not appropriated for the contract in any fiscal year, the Official shall cancel the contract.

Sealed bids shall be publicly opened by the Official on Wednesday, June 12, 2019 at 12:00PM (EST) at Boston Fire Headquarters, 115 Southampton Street, Second Floor Conference Room, Boston, MA 02118.

The award of any contract shall be subject to the approval of the Mayor of Boston and the Boston Fire Commissioner. The Official reserves the right to waive any informalities in or to reject any and all bids if it is in the public interest to do so.

JOSEPH E. FINN, FIRE COMMISSIONER(May 27, June 3, June 10, 2019)

Page 11: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

610 – Advertisements

REQUEST FOR PROPOSALS

ONLINE PAYMENTS SOLUTION

EV00006547CONTACT INFORMATIONLuis del [email protected]

The City of Boston, acting by and through its Chief Information Officer, requests proposals for an Online Payments Solution, as particularly set forth in the Request for Proposals. The RFP will be available on the City’s procurement website and Supplier Portal via boston.gov/procurement, on or after 2:00 PM, Boston local time, on May 28, 2019. Through this RFP, we’re looking for a partner to process payments across our online and kiosk channels. These payments vary in complexity and could be integrated with our multiple backend systems and or require invoices to be presented.

Responding to this RFP is voluntary. All costs associated with responding to this RFP, including any interviews/demonstrations, will be the sole responsibility of the vendor participating in the RFP response.

The RFP will remain available until the date and time of the opening of proposals, on Thursday June 27, 2019 at 2:00 PM, Boston local time.

The attention of all proposers is directed to the provisions of the Request for Proposals and contract documents, specifically to the requirements for insurance as may be applicable.

Offerors have the option of submitting proposals through either (i) the City of Boston’s Supplier Portal boston.gov/procurement or (ii) by delivery of two (2) separate sealed envelopes, one containing the Technical Proposal and one (1) electronic copy (thumb drive), labeled as “TECHNICAL PROPOSAL,” and the other containing the Price Proposal and one (1) electronic copy (thumb drive), labeled as “PRICE PROPOSAL.” Under no circumstance shall any price information be included with a Technical Proposal.

If submitting via paper, price and technical proposals shall be submitted separately in sealed, clearly labeled envelopes on or before 2:00 PM, Boston local time, on Thursday June 27, 2019 to: Luis del Nido, City of Boston, Room 703 – Department of

Technology, One City Hall Square, Boston, MA 02201

The Official shall reject late proposals. Failure to submit separate sealed price and technical proposals shall result in disqualification of the entire proposal.

The Official shall not open the proposals publicly, but shall open the technical proposals in the presence of one or more witnesses within twenty-four (24) hours of the above deadline for submission of proposals. The Official may open price proposals later and in any case shall open the price proposals to avoid disclosure to the individuals evaluating the technical proposals.

The term of the contract will be one year with two one year options to renew at the City’s sole discretion.

The City reserves the right to reject any and all proposals, or any part or parts thereof, and to award a contract as the Official deems to be in the best interests of the City. This contract shall be subject to the availability of an appropriation therefore, if sufficient funds are not appropriated for the contract in any fiscal year, the Official shall cancel the contract. The maximum time for acceptance of a proposal and the issuance of a written notification of award shall be one hundred eighty (180) days. The award of this contract shall be subject to the approval of the Mayor of Boston.

DAVID ELGES, CHIEF INFORMATION OFFICER(May 27, 2019, June 10, 2019)

REQUEST FOR PROPOSALS

HOMEBUYER EDUCATION COURSES AND TOPICAL SEMINARS FOR THE BOSTON HOME CENTER (BHC)

CONTACT INFORMATIONBid Counter(617) 635-4828

EVENT #EV00006651The Request for Proposals (RFP) package will be available beginning at 9:00 AM on May 28, 2019 from the City of Boston’s purchasing website, Supplier

Page 12: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

611 – Advertisements

Portal (www.cityofboston.gov/Procurement), the City of Boston’s new online process for purchasing, bidding, contracting, applicant registration and payment. You may also obtain the RFP package at the Department of Neighborhood Development (DND) Bid Counter, 10th Floor, 26 Court Street, Boston, MA 02108.

To access details for this specific Event, or to respond through electronic format, please visit the City of Boston Supplier Portal and access EVENT #EV00006651.

BHC may award up to three (3) contracts dependent on the applicant’s ability to meet the goals set forth in the RFP. The contract term is for one (1) year July 1, 2019 through June 30, 2020. DND reserves the right to exercise an option to renew the contract awarded for an additional one (1) year period beginning July 1, 2020 through June 30, 2021, subject to availability of sufficient funding for that subsequent year, upon all the same terms including price as the first twelve (12) month period.

Completed proposals must be submitted via the Supplier Portal or directly to the DND Bid Counter, 26 Court Street, 10th Floor, Boston, MA 02108 before 4:00 PM on June 12, 2019.

Please direct questions about the RFP and submission guidelines to: Julio Pilier, Program Manager, The Boston Home Center, Department of Neighborhood Development, 26 Court Street, 9th Floor 617.635.0434 [email protected]

PLEASE NOTE: In order to participate in these online procurement activities Applicants must register with the Supplier Portal at www.cityofboston.gov/Procurement. First-Time Applicants, i.e., those who have never contracted with the City of Boston or, if so, not for many years, will be required to obtain login credentials, a process which is subject to administrative delays. DND recommends that First-Time Applicants submit a hardcopy proposal at the DND Bid Counter, yet still register with the Supplier Portal so as to be prepared for future RFPs.

DND reserves the right to waive informalities or to reject any and all bids if such rejection is determined to be in the public interest.

DND Bid Counter hours of operation are Monday – Friday 9:00 AM to 4:00 PM. Please plan accordingly.

SHEILA A. DILLON, CHIEF OF HOUSING AND DIRECTOR

(May 27, June 3, 2019)

INVITATION FOR BIDS

IMPROVEMENTS TO HARAMBEE PARK PHASE 2, DORCHESTER, MA

CONTACT INFORMATIONCathy Baker-Eclipse617-635-4505

The City of Boston, acting by the Parks Commission, 1010 Massachusetts Avenue, Roxbury, MA 02118, hereinafter referred to as the Awarding Authority, hereby invites sealed bids for the project listed above.

Bids shall be on a form supplied by the Parks and Recreation Department, shall be clearly identified as a bid and signed by the bidder. All bids for this project are subject to all applicable provisions of law and in accordance with the terms and provisions of the contract documents entitled: SAME AS ABOVE

SCOPE OF WORK includes: Improvements to natural turf multipurpose fields, irrigation, green infrastructure, drainage, asphalt and concrete paving, unit paving, pedestrian lighting, site furnishings, and landscaping. This project is partially funded by a PARC #53 grant from the Commonwealth of Massachusetts Executive Office of Energy & Environmental Affairs. Due to the timeline required by this grant the above project as a substantial completion date of May 31, 2020.

Bids shall be submitted before 2:00 P.M., Boston time, Thursday, June 13, 2019, and opened forthwith and read aloud. Bids shall be filed with the Awarding Authority, 1010 Massachusetts Avenue, third floor, Roxbury, MA 02118, accompanied by the bid deposit previous to the time named for opening of bid. The Awarding Authority reserves the right to waive any informalities, or to reject any and all bids, if it be in the Public Interest to do so.

SPECIFICATIONS AND PLANS will be available on a CD on or about Tuesday, May 28, 2019, after 9:00 A.M., Boston time, at the Parks and Recreation Department. Please note, no mailings or emails will be sent and a certified bank check or money order is not required for pick-up of the plans and specifications.

Page 13: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

612 – Advertisements

BIDDERS are hereby notified that bid deposits must be 5 percent of his/her bid, and shall be in the form of a bid bond, or certified check, treasurer’s check, or cashier’s check, bid bond of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Commissioner made payable to the City of Boston.

ATTENTION TO ALL BIDDERS The work force requirement (employee man-hour ratios per trade) for this contract are as follows: Minority, 40 percent; Boston Resident, 51 percent; and Female, 12 percent.

The successful bidder will be required to provide by insurance for the payment of compensation and the furnishing of other benefits under the Workmen’s Compensation Law, General Laws (Ter.Ed.), chapter 152, to all persons to be employed under the contract, and sufficient proof of compliance with the foregoing stipulation will be required before commencing performance of this contract.

A performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Commissioner and in the sum of 100 percent of the contract price, as well as certain public liability and property damage insurance, will be required of the successful general contractor.

Prospective bidders are requested to attend a pre-bid conference in the Design & Construction Conference Room, 1010 Massachusetts Avenue, Roxbury, MA 02118 on Tuesday, June 4, 2019, at 10:00 A.M. Boston time.

CHRIS COOK, COMMISSIONER(May 27 , June 3, 2019)

REQUEST FOR PROPOSALS

COPLEY SQUARE WINTER ACTIVATION

CONTACT INFORMATIONDorothy [email protected]

The City of Boston, acting by and through the Fund for Parks and Recreation c/o Parks and Recreation Department and its Commissioner (the Official),

invites proposals for the performance of the services generally described above and particularly as set forth in the Request for Proposals (RFP). This contract is procured under the provision of Ch. 30B§6 of the Massachusetts General Law. The RFP will be available for pick up (no mailings will be sent) from the Boston Parks and Recreation Department, 1010 Massachusetts Avenue, 3rd Floor, Boston, MA 02118 or online at http://www.cityofboston.gov/procurement/events beginning Monday, June 3, 2019 after 9am. The RFP will remain available until the date and time of the opening of proposals, on Friday, July 26, 2019 at 2:00 PM, Boston local time.

All sealed proposals shall be submitted in accordance with the requirements set forth in the RFP. Proposals must be submitted by delivery of two (2) separate sealed envelopes, one containing one (1) signed original of the Non-Price Proposal in an envelope labeled “Copley Square Winter Activation RFP – Non-Price Proposal” and the other containing one (1) signed original of the Price Proposal in an envelope labeled “Copley Square Winter Activation RFP – Price Proposal”. Price and Non-Price proposals shall be submitted separately in sealed, clearly labeled envelopes to the Boston Parks and Recreation Department, 1010 Massachusetts Avenue, 3rd floor, Boston MA 02118, attention Dorothy Baxter. Under no circumstance shall any price information be included with the Non-Price Proposal. Both the Non-Price Proposal and the Price Proposal must be submitted no later than 2:00PM on Friday, July 26, 2019.

The City reserves the right to accept or reject any or all proposals or any part or parts thereof; to waive any defects, informalities and minor irregularities; and to award the contract as the City deems to be in its best interest. The maximum time for proposal acceptance by the City after the opening of proposal shall be ninety (90) days. The award of a contract pursuant to this bid shall be subject to the approval of the Mayor of Boston.

Prospective bidders are requested to attend an optional pre-bid conference at Copley Square, 650 Boylston Street, at the BosTix Booth, Boston, MA on June 14, 2019, at 11:00 A.M., Boston time. All questions on the project must be submitted in writing on or before July 12, 2019 at 4:00 P.M.

For specific questions about the proposal, please contact Dorothy Baxter at 617-961-3075 or [email protected].

CHRISTOPHER COOK, COMMISSIONER(June 3, 2019 and June 10, 2019)

Page 14: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

613 – Advertisements

INVITATION FOR SEALED BIDS

TO PROVIDE OVERHEAD DOOR REPAIR SERVICE PURSUANT TO M.G.L. C. 149 AT VARIOUS BOSTON POLICE DEPARTMENT LOCATIONS

CONTACT INFORMATIONBrenda [email protected]

The City of Boston (the City)/the County of Suffolk (the County), acting by its Police Commissioner (the Official), invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitations For Bids, which may be obtained at Boston Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014, commencing at 9:00 AM on Monday, May 27, 2019. Invitations For Bids shall be available until the time of the bid opening.

THE SCOPE OF WORK includes Overhead Door Repair Services on an as needed basis, to the Boston Police Department at various Police Department locations.

The contract will begin on July 1, 2019 and continue until June 30, 2020. The services above described for this one year term of this contract is an estimate amount of the services to be procured.

Bidders are further notified that they shall submit prices for, and bid prices shall be compared on the basis of, the entire period of performance. The BPD reserves the right to waive any informalities and/or reject any or all bids, or parts thereof, if it is in the public interest to do so. The contract is subject to the approval of the Police Commissioner and the Mayor of Boston. A contract award will be made within thirty (30) days of the bid due date. The BPD will award the contract for Overhead Door Repair Services to the lowest, responsive and responsible bidder.

All sealed bids shall be filed with the Boston Police Department, no later than Wednesday, June 12, 2019, at 12:00 NOON, at the Office of the Official, Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014.

Bids must be in a sealed envelope. The front on the envelope must be labled Overhead Door Repair Services. Bids shall be on a form supplied by the BPD, shall be clearly identified as a bid, and signed by the bidder. All bids for this project are subject to M.G.L. c. 149 and in accordance with the terms and provisions of the contract documents.

All bids must be accompanied by a bid deposit in the amount of 5% of the value of the total bid in the form of a bank check, a certified check, or a treasurer’s or cashier’s check issued by a responsible bank or trust company, payable to the City of Boston or a bid bond in form satisfactory to the official with a surety qualified to do business in Massachusetts.

Bidders are hereby notified that contractors must pay prevailing wages as set by the Division of Occupational Safety with the Department of Labor and Workforce Development.

A labor and materials payment bond satisfactory to the BPD of surety company licensed to do business under the laws of the Commonwealth and include on the U.S. Treasury current list of approved surieties, (see circular 570) in the sum of 50% of the contract price will be required of the successful bidders for contracts up to $150,000.00, for contracts over $150,000.00, 100% of contract price will be required.

WILLIAM G. GROSS, BOSTON POLICE COMMISSIONER(May 27, June 3, 2019)

INVITATION FOR SEALED BIDS

TO PROVIDE BUILDING GLASS REPAIR SERVICE PURSUANT TO M.G.L. C. 149 AT VARIOUS BOSTON POLICE DEPARTMENT LOCATIONS

CONTACT INFORMATIONBrenda [email protected]

The City of Boston (the City)/the County of Suffolk (the County), acting by its Police Commissioner (the Official), invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitations For Bids, which may be obtained at Boston Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA

Page 15: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

614 – Advertisements

02120-2014, commencing at 9:00 AM on Monday, May 27, 2019. Invitations For Bids shall be available until the time of the bid opening.

THE SCOPE OF WORK includes Building Glass Repair Services on an as needed basis, to the Boston Police Department at various Police Department locations.

The contract will begin on July 1, 2019 and continue until June 30, 2020. The services above described for the one year term of this contract is an estimate amount of the services to be procured.

Bidders are further notified that they shall submit prices for, and bid prices shall be compared on the basis of, the entire period of performance. The BPD reserves the right to waive any informalities and/or reject any or all bids, or parts thereof, if it is in the public interest to do so. The contract is subject to the approval of the Police Commissioner and the Mayor of Boston. A contract award will be made within thirty (30) days of the bid due date. The BPD will award up to the contract for Building Glass Repair Services to the lowest, responsive and responsible bidder.

All sealed bids shall be filed with the Boston Police Department, no later than Wednesday, June 12, 2019 at 12:00 NOON, at the Office of the Official, Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014.

Bids must be in a sealed envelope. The front on the envelope must be labled Building Glass Repair Services. Bids shall be on a form supplied by the BPD, shall be clearly identified as a bid, and signed by the bidder. All bids for this project are subject to M.G.L. c. 149 in accordance with the terms and provisions of the contract documents.

All bids must be accompanied by a bid deposit in the amount of 5% of the value of the total bid in the form of a bank check, a certified check, or a treasurer’s or cashier’s check issued by a responsible bank or trust company, payable to the City of Boston or a bid bond in form satisfactory to the official with a surety qualified to do business in Massachusetts.

Bidders are hereby notified that contractors must pay prevailing wages as set by the Division of Occupational Safety with the Department of Labor and Workforce Development.

A labor and materials payment bond satisfactory to the BPD of surety company licensed to do business under the laws of the Commonwealth and include on the U.S. Treasury current list of approved surieties, (see circular 570) in the sum of 50% of the contract

price will be required of the successful bidders for contracts up to $150,000.00, for contracts over $150,000.00, 100% of contract price will be required.

WILLIAM G. GROSS, BOSTON POLICE COMMISSIONER(May 27, June 3, 2019)

INVITATION FOR SEALED BIDS

GENERAL LOCK REPAIR SERVICES PURSUANT TO M.G.L. C. 149 AT VARIOUS BOSTON POLICE DEPARTMENT LOCATIONS

CONTACT INFORMATIONBrenda [email protected]

The City of Boston (the City)/the County of Suffolk (the County), acting by its Police Commissioner (the Official), invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitations For Bids, which may be obtained at Boston Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014, commencing at 9:00 AM on Monday, May 27, 2019. Invitations For Bids shall be available until the time of the bid opening.

THE SCOPE OF WORK General Lock Repair Services on an as needed basis, to the Boston Police Department and various Police Department locations.

The contract will begin on July 1, 2019 and continue until June 30, 2020. The services above described for the one year term of this contract is an estimated amount of the services to be procured.

Bidders are further notified that they shall submit prices for, and bid prices shall be compared on the basis of, the entire period of performance. The BPD reserves the right to waive any informalities and/or reject any or all bids, or parts thereof, if it is in the public interest to do so. The contract is subject to the approval of the Police Commissioner and the Mayor of Boston. A contract award will be made within thirty (30) days of the bid due date. The BPD will award the contract for General Lock Repair Services to the lowest, responsive and responsible bidders.

All sealed bids shall be filed with the Boston Police Department, no later than Wednesday, June 12, 2019,

Page 16: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

615 – Advertisements

at 12:00 P.M., at the Office of the Official, Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014.

Bids must be in a sealed envelope. The front on the envelope must be labled General Lock Repairs Services. Bids shall be on a form supplied by the BPD, shall be clearly identified as a bid, and signed by the bidder. All bids for this project are subject to M.G.L. c. 149 and in accordance with the terms and provisions of the contract documents.

All bids must be accompanied by a bid deposit in the amount of 5% of the value of the total bid in the form of a bank check, a certified check, or a treasurer’s or cashier’s check issued by a responsible bank or trust company, payable to the City of Boston or a bid bond in form satisfactory to the official with a surety qualified to do business in Massachusetts.

Bidders are hereby notified that contractors must pay prevailing wages as set by the Division of Occupational Safety with the Department of Labor and Workforce Development.

A labor and materials payment bond satisfactory to the BPD of surety company licensed to do business under the laws of the Commonwealth and include on the U.S. Treasury current list of approvad surieties, (see circular 570) in the sum of up to 100% of the contract price will be required of the successful bidders.

Pursuant to M.G.L. c. 149, all bid proposals must be accompanied by a Certificate of Eligibility and an Update Statement issued by the Division of Capital Asset Management & Maintenance (DCAMM).

WILLIAM G. GROSS, BOSTON POLICE COMMISSIONER(May 27, June 3, 2019)

INVITATION FOR SEALED BIDS

ROOF REPAIR SERVICES PURSUANT TO M.G.L. C. 149 AT VARIOUS BOSTON POLICE DEPARTMENT LOCATIONS

CONTACT INFORMATIONBrenda [email protected]

The City of Boston (the City)/the County of Suffolk (the County), acting by its Police Commissioner (the Official), invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitations For Bids, which may be obtained at Boston Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014, commencing at 9:00 AM on Monday, May 27, 2019. Invitations For Bids shall be available until the time of the bid opening.

THE SCOPE OF WORK includes Roof Repair Services on an as needed basis, to the Boston Police Department at various Police Department locations.

The contract will begin on July 1, 2019 and continue until June 30, 2020. The services above described for this one year term of this contract is an estimate amount of the services to be procured.

Bidders are further notified that they shall submit prices for, and bid prices shall be compared on the basis of, the entire period of performance. The BPD reserves the right to waive any informalities and/or reject any or all bids, or parts thereof, if it is in the public interest to do so. The contract is subject to the approval of the Police Commissioner and the Mayor of Boston. A contract award will be made within thirty (30) days of the bid due date. The BPD will award the contract for Roof Repair Services to the lowest, responsive and responsible bidders.

All sealed bids shall be filed with the Boston Police Department, no later than Wednesday, June 12, 2019, at 12:00 NOON, at the Office of the Official, Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014.

Bids must be in a sealed envelope. The front on the envelope must be labled Roof Repair Services. Bids shall be on a form supplied by the BPD, shall be clearly identified as a bid, and signed by the bidder. All bids for this project are subject to M.G.L. c. 149 in accordance with the terms and provisions of the contract documents.

All bids must be accompanied by a bid deposit in the amount of 5% of the value of the total bid in the form of a bank check, a certified check, or a treasurer’s or cashier’s check issued by a responsible bank or trust company, payable to the City of Boston or a bid bond in form satisfactory to the official with a surety qualified to do business in Massachusetts.

Page 17: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

616 – Advertisements

Bidders are hereby notified that contractors must pay prevailing wages as set by the Division of Occupational Safety with the Department of Labor and Workforce Development.

A labor and materials payment bond satisfactory to the BPD of surety company licensed to do business under the laws of the Commonwealth and include on the U.S. Treasury current list of approvad surieties, (see circular 570) in the sum of up to 100% of the contract price will be required of the successful bidders.

Pursuant to M.G.L. c. 149, all bid proposals must be accompanied by a Certificate of Eligibility and an Update Statement issued by the Division of Capital Asset Management & Maintenance (DCAMM).

WILLIAM G. GROSS, BOSTON POLICE COMMISSIONER

(May 27, June 3, 2019)

INVITATION FOR BIDS

MAINTENANCE AND REPAIR OF FUEL PUMP DISPENSERS AND TANK MONITORING SYSTEMS

CONTACT INFORMATIONBrenda [email protected]

The City of Boston (the City)/the County of Suffolk (the County), acting by its Police Commissioner (the Official), invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitation For Bids, which may be obtained from the City’s website and Supplier Portal, (www.cityofboston.gov/procurement), commencing at 9:00 AM on Monday, June 3, 2019.

Invitations For Bids shall be available until the time of bid opening. Bid packages and specifications will be available electronically for downloading commencing on Monday June 3, 2019 at 9:00 AM. To access details for this specific bid event, and to respond through electronic format, please visit the City of Boston Supplier Portal and access EV00006834.

All sealed bids shall be filed electronically not later than Wednesday June 19, 2019, at 12:00 Noon, Boston time, at the Office of the Official,

Police Headquarters, Contracts Unit, Room N359, 1 Schroeder Plaza, Boston, MA 02120-2014.

The services above described for the 2 year term of this contract are an estimated amount of services to be procured. Bidders are further notified that they shall submit prices for and bid prices shall be compared on the basis of the entire period of performance. Bidders are hereby notified that the Official shall cancel the contract if funds are not appropriated in any fiscal year.

Sealed bids shall be opened electronically by the Official on Wednesday June 19, 2019, at 12:00 Noon, at Boston Police Headquarters, Contracts Unit, Room N359, 1 Schroeder Plaza, Boston, MA 02120-2014.

The award of any contract shall be subject to the approval of the Mayor of Boston.

The maximum time for bid acceptance by the City after the opening of the bids shall be ninety (90) days. The City/County and the Official reserve the right to reject any or all bids, or any item or items thereof.

WILLIAM G. GROSS, POLICE COMMISSIONER(June 3, June 10, 2019)

INVITATION FOR BIDS

PROVIDE BOAT REPAIRS TO GAS POWERED BOATS FOR THE HARBOR PATROL OF THE BOSTON POLICE DEPARTMENT

CONTACT INFORMATIONBrenda [email protected]

The City of Boston (the City)/the County of Suffolk (the County), acting by its Police Commissioner (the Official), invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitations For Bids, which may be obtained from the City’s website and Supplier Portal, (www.cityofboston.gov/procurement), commencing at 9:00 AM on Monday, June 3, 2019.

Invitations For Bids shall be available until the time of bid opening. Bid packages and specifications will be available electronically for downloading commencing on Monday June 3, 2019 at 9:00 AM. To access details for this specific bid event, and to respond through electronic format, please visit the City of

Page 18: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

617 – Advertisements

Boston Supplier Portal and access EV00006838.

All sealed bids shall be filed electronically no later than Wednesday, June 19, 2019, at 12:00 P.M. Noon, Boston time, at the Office of the Official, Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014

The services above described for the 2 year term of this contract are an estimated amount of services to be procured. Bidders are further notified and they shall submit prices for and bid process shall be compared on the basis of the entire period of performance.

Bidderss are hereby notified that the Offcial shall cancel the contract if funds are not appropriated in any fiscal year. Sealed bids shall be publicly opened by the Official on Wednesday, June 19, 2019, at 12:00 P.M. Noon, at Boston Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014.

The award of any contract shall be subject to the approval of the Mayor of Boston.

The maximum time for bid acceptance by the City after the opening of the bids shall be ninety (90) days.The City/County and the Official reserve the right to reject any or all bids, or any item or items thereof.

WILLIAM G. GROSS, POLICE COMMISSIONER(June 3, June 10, 2019)

INVITATION FOR BIDS

TO PROVIDE FLOORING SERVICES AT VARIOUS BOSTON POLICE DEPARTMENT LOCATIONS

CONTACT INFORMATIONBrenda [email protected]

The City of Boston (the City)/the County of Suffolk (the County), acting by its Police Commissioner (the Official), invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitations For Bids, which may be obtained at Boston Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014, commencing at 9:00 AM on Monday, June 3, 2019. Invitations For Bids shall be available until the time of the bid opening.

THE SCOPE OF WORK includes Flooring Services on an as needed basis, to the Boston Police Department at various Police Department locations.

The contract will begin on July 1, 2019 and continue until June 30, 2020. The services above described for this one year term of this contract is an estimate amount of the services to be procured.

Bidders are further notified that they shall submit prices for, and bid prices shall be compared on the basis of, the entire period of performance. The BPD reserves the right to waive any informalities and/or reject any or all bids, or parts thereof, if it is in the public interest to do so. The contract is subject to the approval of the Police Commissioner and the Mayor of Boston. A contract award will be made within thirty (30) days of the bid due date. The BPD will award up to the contract for Flooring Services to the lowest, responsive and responsible bidder.

All sealed bids shall be filed with the Boston Police Department, no later than Wednesday, June 19, 2019, at 12:00 NOON, at the Office of the Official, Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014.

Bids must be in a sealed envelope. The front on the envelope must be labled Flooring Services. Bids shall be on a form supplied by the BPD, shall be clearly identified as a bid, and signed by the bidder. All bids for this project are subject to M.G.L. c. 149 and in accordance with the terms and provisions of the contract documents.

All bids must be accompanied by a bid deposit in the amount of 5% of the value of the total bid in the form of a bank check, a certified check, or a treasurer’s or cashier’s check issued by a responsible bank or trust company, payable to the City of Boston or a bid bond in form satisfactory to the official with a surety qualified to do business in Massachusetts.

Bidders are hereby notified that contractors must pay prevailing wages as set by the Division of Occupational Safety with the Department of Labor and Workforce Development.

A labor and materials payment bond satisfactory to the BPD of surety company licensed to do business under the laws of the Commonwealth and include on the U.S. Treasury current list of approved surieties, (see circular 570) in the sum of 50% of the contract price will be required of the successful bidders.

WILLIAM G. GROSS, POLICE COMMISSIONER(June 3, June 10, 2019)

Page 19: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

618 – Advertisements

INVITATION FOR BIDS

TO PROVIDE BOAT REPAIRS TO DIESEL POWERED BOATS FOR THE HARBOR PATROL OF THE BOSTON POLICE DEPARTMENT

CONTACT INFORMATIONBrenda [email protected]

The City of Boston (the City)/the County of Suffolk (the County), acting by its Police Commissioner (the Official), invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitations For Bids, which may be obtained from the City’s website and Supplier Portal, (www.cityofboston.gov/procurement), commencing at 9:00 AM on Monday, June 3, 2019. Invitations For Bids shall be available until the time of bid opening. Bid packages and specifications will be available electronically for downloading commencing on Monday June 3, 2019 at 9:00 AM. To access details for this specific bid event, and to respond through electronic format, please visit the City of Boston Supplier Portal and access EV00006837.

All sealed bids shall be filed electronically no later than Wednesday, June 19, 2019, at 12:00 P.M. Noon, Boston time, at the Office of the Official, Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014

The attention of all bidders is directed to the provisions of the Invitation For Bids and contract documents, specifically to the requirements for bid deposits, insurance and performance bonds as may be applicable.

The services above described for the 2 year term of this contract are an estimated amount of services to be procured. Bidders are further notified and they shall submit prices for and bid process shall be compared on the basis of the entire period of performance.

Bidders are hereby notified that the Offcial shall cancel the contract if funds are not appropriated in any fiscal year. Sealed bids shall be publicly opened by the Official on Wednesday, June 19, 2019, at 12:00 P.M. Noon, at Boston Police Headquarters, Contracts Unit, 3rd Floor, 1 Schroeder Plaza, Boston, MA 02120-2014.

The award of any contract shall be subject to the approval of the Mayor of Boston. The maximum time

for bid acceptance by the City after the opening of the bids shall be ninety (90) days.

The City/County and the Official reserve the right to reject any or all bids, or any item or items thereof.

WILLIAM G. GROSS, POLICE COMMISSIONER(June 3, June 10, 2019)

INVITATION FOR BIDS

FOR GENERAL ELECTRICAL SERVICES PURSUANT TO M.G.L. C. 149 AND M.G.L. C30, § 39M

CONTACT INFORMATIONContracts [email protected]

The City of Boston acting by its Property Management Department (PMD), through its Acting Commissioner of the Property Management Department (the Official), invites sealed bids for the performance of general electrical services as more particularly set forth in the Invitation for Bids, which may be obtained at the Property Management Department, Boston City Hall, Room 811, Boston, MA 02201 beginning at 10:00 AM on May 23, 2019. The Invitation for Bids shall be available until the bid opening.

THE INDIVIDUAL SCOPE(S) OF WORK is for general electrical services on an as call, as needed basis, at Boston City Hall and Various City of Boston Locations.

The contract will begin on July 1, 2019 and continue to June 30, 2022. The PMD reserves the right to waive any informalities and/or reject any or all bids, or parts thereof, if it is in the public interest to do so. The contract is subject to the approval of the Acting Commissioner of Property Management and the Mayor of Boston. A contract award will be made within thirty (30) days of the bid due date. The PMD will award a contract to the lowest, responsible and eligible bidder.

Page 20: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

619 – Advertisements

All Bids shall be filed with the Official at the Property Management Department, Boston City Hall, Room 811, Boston, MA 02201 before 12:00 PM on June 10, 2019 at which time and place respective bids will be opened forthwith and read aloud.

Bids must be in a sealed envelope. The front of the envelope must be labeled General Electrical Services. Bids shall be on a form supplied by the PMD, shall be clearly identified as a bid, and signed by the bidder. All bids for this project are subject to M.G.L. c. 149 and M.G.L. c.30, §39M and in accordance with the terms and provisions of the contract documents.

Each bid must be accompanied by a bid deposit in the amount of 5% of the value of the first year bid price in the form of a bank check, a certified check, or a treasurer’s or cashier’s check issued by a responsible bank or trust company, payable to the City of Boston or a bid bond in form satisfactory to the Official with a surety qualified to do business in Massachusetts.

A labor and materials payment bond satisfactory to the Awarding Authority, of a surety company licensed to do business under the laws of the Commonwealth and included on the U.S. Treasury current list of approved sureties (See Circular 570), in the sum of 50% of the contract price will be required of the successful bidder.

JOSEPH H. CALLAHAN, JR., ACTING COMMISSIONER(May 27, June 3, 2019)

REQUEST FOR BIDS

SERVICE TO THE VIDEO MONITORING SYSTEM AT CITY HALL, FANEUIL HALL, PUBLIC WORKS, AND 1010 MASS. AVE. AND SERVICE TO THE S2 ACCESS CONTROL SYSTEM AT CITY HALL AND FANEUIL HALL AS FURTHER DESCRIBED IN THE SPECIFICATIONS.

Event ID EV00006669CONTACT INFORMATION [email protected]

The City of Boston (“The City”), acting by its

Commissioner (“The Official”), requests bids for the services and/or supplies described above, as particularly set forth in the Invitation for Bids (IFB), which may be obtained from the City’s procurement website and Supplier Portal (http://boston.gov/procurement) under Event ID EV00006669.

Invitation for Bids shall be available on May 24, 2019 until the bid filing deadline. All bids shall be filed no later than June 11, 2019 at 12:00 PM. Refer to the IFB for bid submission.

The attention of all bidders is directed to the provisions of the IFB and contract documents, specifically to the requirements for bid deposits, insurance and performance bonds, as may be applicable.

The City reserves the right to reject any and all bids, or any part or parts thereof, and to award a contract as the Official deems to be in the best interests of the City. This contract shall be subject to the availability of an appropriation therefore. The maximum time for bid acceptance by the City after the opening of bids shall be 90 days.

The award of this contract shall be subject to the approval of the Mayor of Boston.

JOSEPH H. CALLAHAN, JR., ACTING COMMISSIONER(May 27, June 3, 2019)

INVITATION FOR BIDS

FURNISH AND INSTALL STATIONARY GLASS WALLS

EV00006752CONTACT [email protected]

The City of Boston acting by its Property Management Department (PMD), through its Commissioner of the Property Management Department (the Official), invites bids for the performance of services of Furnish and Installation of Glass Walls in Room 802 of Boston City Hall as further described below and in the Scope of Work. The bid documents will be accessible online on May 31, 2019 by visiting the City of Boston Public Procurement Website and Supplier Portal at the following link (http://boston.gov/procurement) and accessing the Event ID EV00006752.

Page 21: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

620 – Advertisements

THE SCOPE OF WORK includes furnish and installation of 2 individual stationary glass walls as further described in the Scope of Work.

A site visit is scheduled for Wednesday, June 5, 2019 at 10:00 AM. Prospective bidders should meet in Room 811 of Boston City Hall.

The City reserves the right to reject any and all bids, or any part or parts thereof, and to award a contract as the Official deems to be in the best interests of the City. This contract shall be subject to the availability of an appropriation therefore. The award of this contract shall be subject to the approval of the Mayor of Boston.

Bids shall be publicly opened by the Official at the Property Management Department, Boston City Hall, Room 811, Boston, MA 02201 at 12:00 PM (noon) on June 13, 2019.

A labor and materials payment bond of a Surety Company qualified to do surety business in the Commonwealth of Massachusetts, satisfactory to the City, in the sum of 50% of the Contract Price, will be required of the successful Bidder. The premium for said bond is to be paid by the successful Bidder.

JOSEPH H. CALLAHAN, ACTING COMMISSIONER (June 3, June 10, 2019)

INVITATION FOR FILED SUB-BIDS (ELEVATOR) ONLY

NEW EAST BOSTON POLICE STATION, 338 EAST EAGLE STREET, BOSTON, MA

Project No. 7101 CONTACT INFORMATIONBid [email protected]

The City of Boston acting by its Public Facilities Commission, through its Director of the Public

Facilities Department (PFD), 10th Floor, 26 Court Street, Boston, MA 02108, hereinafter referred to as the Awarding Authority, hereby invites sealed elevator sub-bids for the above-entitled project. This is the third public advertisement for elevator sub-bids, after the first two advertisements were completed using a pre-qualification process pursuant to M.G.L. c.149, section 44D ¾(i). Filed sub-bids shall be submitted using a form supplied by PFD, be clearly identified as a sub-bid, and be signed by the bidder.

Project description: The Project consists of a new 27,600 square foot police station in East Boston with environmental site remediation. The scope of work is further detailed in the specifications.

All elevator sub-bids shall be filed with the Awarding Authority at the Bid Counter, 26 Court Street, 10th Floor, Boston, MA 02108, before twelve o’clock (noon) on June 11, 2019, at which time and place respective sub-bids will be opened forthwith and read aloud.

Filed sub-bids will be valid only when accompanied by (1) a Certificate of Eligibility issued by DCAMM, showing that the sub-contractor has been approved in (see requirements below) to bid on projects the nature of that advertised, and (2) an Update Statement summarizing the sub-contractor’s record for the period between the latest DCAMM certification and the date the sub-contractor submits its sub-bid.

All pre-qualified filed sub-bids shall be filed with the Awarding Authority at the Bid Counter, 26 Court Street, 10th Floor, Boston, MA 02108, before twelve o’clock (noon) on June 11, 2019, at which time and place respective sub-bids will be opened forthwith and read aloud.

All pre-qualified general contractors shall submit sealed general bids to the Awarding Authority at the PFD Bid Counter, 26 Court Street, 10th Floor, Boston, MA 02108, before twelve o’clock (noon) on June 25, 2019, at which time and place respective general bids will be opened forthwith and read aloud.

Plans and specifications are available on or about May 21, 2019 at the Public Facilities Department Bid Counter to all interested parties who present a $100.00 REFUNDABLE DEPOSIT for each set. PFD will accept Money Orders as a form of deposit, in addition to certified, treasurer and cashier’s checks (Personal and Company Checks will not be accepted unless certified by a U.S. bank). In order to facilitate the disposition of your refunds, please have checks or Money Orders made payable to both The City of Boston OR your company’s name. Plans and specifications must be returned in good condition

Page 22: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

621 – Advertisements

form supplied by PFD, be clearly identified as a bid, and signed by the bidder. All bids for this project are subject to sections 26-27, 29 and 44A-44J, inclusive of Chapter 149 of the General Laws, as amended, and in accordance with the terms and provisions of the contract documents entitled: Roof Replacement and Remedial Repairs at 201 River Street project.

The scope of work is roof replacement and spot pointing on 201 River Street, Mattapan, MA.

All filed sub-bids shall be filed with the Awarding Authority at the Bid Counter, 26 Court Street, 10th Floor, Boston, MA 02108, before twelve o’clock (noon) on June 12, 2019 at which time and place respective sub-bids will be opened forthwith and read aloud.

Filed Sub-bids will be valid only when accompanied by: (1) a Certificate of Eligibility issued by DCAMM, showing that the sub-contractor has been approved in the trade(s) identified below and further detailed in the specifications; and, (2) an Update Statement summarizing the sub-contractor’s record for the period between the latest DCAMM certification and the date the sub-contractor submits its sub-bid.

Filed Sub-bid trade(s): Masonry

All general bids shall be filed with the Awarding Authority at the Bid Counter, 26 Court Street, 10th Floor, Boston, MA 02108, before twelve o’clock (noon) on June 26, 2019, at which time and place respective bids will be opened forthwith and read aloud.

General Bids will be valid only when accompanied by: (1) a Certificate of Eligibility issued by DCAMM, showing that the general contractor has been approved in Roofing to bid on projects the size and nature of that advertised; and, (2) an Update Statement summarizing the general contractor’s record for the period between the latest DCAMM certification and the date the general contractor submits its bid.

Plans and Specifications will be available on or about May 27, 2019, at the Public Facilities Department Bid Counter to all interested parties who present a $25.00 (twenty-five dollars) REFUNDABLE DEPOSIT for each set. PFD will accept Money Orders as a form of deposit, in addition to certified, treasurer and cashier’s checks (Personal and Company Checks will not be accepted unless certified by a U.S. bank). In order to facilitate the disposition of your refunds, please have checks or Money Orders made payable to both The City of Boston OR your company’s name. Plans and specifications must be returned in good condition within thirty days of the general bid opening in order for the bid deposit to be returned.

within thirty days of the general bid opening in order for the bidder to have the $100.00 returned. Bidders are hereby notified that bid deposits must be 5% of his/her bid, and shall be in the form of a bid bond, certified check, treasurer’s check, or cashier’s check and made payable to the City of Boston.

The attention of all bidders is directed to the Boston Residents Job policy section of the specifications and the obligation of the contractor to take affirmative action in connection with employment practices in the performance of this contract.

The attention of all bidders is also directed to pages 00 20 00 – 1 through 00 20 00 – 10, entitled “Instructions to Bidders (Including Sub-Bidders).” See sections 21.2.5 and 21.2.6 of Article 21 on page 00 20 00 – 10 regarding an original, stamped Sponsor Verification letter from the Commonwealth of Massachusetts Department of Labor and Workforce Development – Division of Apprenticeship Training.

A performance bond and labor and materials payment bond satisfactory to the Awarding Authority, of a surety company licensed to do business under the laws of the Commonwealth and included on the U.S. Treasury current list of approved sureties (See Circular 570), in the sum of 100% of the contract price will be required of the successful bidder.

PATRICIA M. LYONS, DIRECTOR(May 27, June 3, 2019)

INVITATION FOR BIDS

ROOF REPLACEMENT AND REMEDIAL REPAIRS AT 201 RIVER STREET, 201 RIVER STREET, MATTAPAN, MA 02126

Project No.: 7160CONTACT INFORMATIONBid [email protected]

The City of Boston acting by its Public Facilities Commission, through its Director of the Public Facilities Department (PFD), 10th Floor, 26 Court Street, Boston, MA 02108, hereinafter referred to as the Awarding Authority, hereby invites sealed bids for the above-entitled project. Bids shall be on a

Page 23: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

622 – Advertisements

Bidders are hereby notified that bid deposits must be 5% of his/her bid, and shall be in the form of a bid bond, certified check, treasurer’s check, or cashier’s check and made payable to the City of Boston.

The attention of all bidders is directed to the Boston Residents Jobs Policy section of the specifications and the obligation of the contractor in the performance of this contract.

The attention of all bidders is also directed to pages 00 20 00 – 1 through 00 20 00 – 10, entitled “Instructions to Bidders (Including Sub-Bidders).” See sections 21.2.5 and 21.2.6 of Article 21 on page 00 20 00 – 10 regarding DCAMM certification and submission of an original, stamped Sponsor Verification letter from the Commonwealth of Massachusetts Department of Labor Standards– Division of Apprenticeship Training.

A performance bond and labor and materials payment bond satisfactory to the Awarding Authority, of a surety company licensed to do business under the laws of the Commonwealth and included on the U.S. Treasury current list of approved sureties (See Circular 570), in the sum of 100% of the contract price will be required of the successful bidder.

PATRICIA M. LYONS, DIRECTOR(May 27, June 3, 2019)

INVITATION FOR BIDS

CAPITAL IMPROVEMENT PROJECT 19-25 FRIEND STREET RECONSTRUCTION.

CONTACT INFORMATIONMarie McDonald617-635-4912

The City of Boston, acting by its Commissioner, invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitation For bids which may be obtained at Room 714 (Contract Office), City Hall, Boston, Mass., commencing at 9:00 a.m. on Monday, June 3, 2019.

Invitation for bids shall be available until the time of the bid opening. There will be a charge of twenty-five dollars ($25) NOT REFUNDABLE, for each set of contract documents taken out.

THE MASSACHUSETTS DEPARTMENT OF TRANSPORTATION (MASSDOT) HAS PROVIDED A LIST TO THE BOSTON PUBLIC WORKS DEPARTMENT OF APPROVED ELIGIBLE BIDDERS FOR THIS PROJECT. ONLY THOSE CONTRACTORS ON THIS LIST WILL RECEIVE OFFICIAL BID DOCUMENTS. ALL OTHERS WILL BE PROVIDED WITH AN INFORMATIONAL COPY.

Every sealed bid shall be submitted in accordance with the Invitation for Bids. All sealed bids shall be filed not later than Thursday, June 20, 2019 at 2:00 p.m. at the office of the Commissioner, Public Works Department, Room 714, City Hall. All bids must be from bidders of record (those who have purchased contract documents) on file at Room 714, City Hall.

The attention of all bidders is directed to the provisions of the Invitation for Bids and contract documents, specifically to the requirements for bid deposits, insurance and performance bonds as may be applicable. A bid deposit of 5 percent of the total contract amount shall be required from each bidder. A performance bond in the amount of 100 percent of the contract shall be required from the successful bidder. Sealed bids shall be publicly opened by the Official on Thursday, June 20, 2019, at 2:00 pm in Boston City Hall, Room 801. The award of any contract shall be subject to the approval of the Mayor of Boston.

The maximum time for bid acceptance by the City after the opening of bids shall be ninety (90) days. The City/County and the Official reserve the right to reject any or all bids or any item of items thereof.

NOTICE

The attention of all bidders is specifically directed to the City of Boston Resident Section contract provision of the specifications and the obligation of the contractor and subcontractors to take affirmative action in connection with employment practices in the performance of this contract. During the performance of this contract, the general contractor shall agree and shall require that his subcontractors agree to the following Workforce Requirements (labor). Minority Workforce: The contractor and its subcontractors shall maintain a not less than 40 percent ratio of minority manhours to total employee manhours in each trade worked on the contract. Boston Resident Workforce: The contractor and its subcontractors shall maintain

Page 24: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

623 – Advertisements

a not less than 50 percent ratio of Boston resident employee manhours to total employee manhours in each trade worked on this contract. Female Workforce: The contractor and its subcontractors shall maintain a not less than 12 percent ratio of female employee manhours to total employee manhours in each trade worked on this contract. The workforce requirements of paragraphs (1), (2), and (3) above shall apply to each trade that appears on the list of “Classification and Minimum Wage Rates,” as determined by the Commissioner of Labor and Workforce Development Industries under the provisions of chapter 149, sections 26 through 27G, of the General Laws of Massachusetts, as amended.

CHRIS OSGOOD, CHIEF OF STREETS, TRANSPORTATION, AND SANITATION (June 3, June 10, 2019)

INVITATION FOR SEALED BIDS PURCHASE AND DELIVERY OF GROCERY ITEMS FOR THE MY WAY CAFÉ IN BOSTON PUBLIC SCHOOLS (1) ONE YEAR CONTRACT

BID #1087CONTACT INFORMATIONCaitlin Meagher, Procurement & Contracts Manager for Food & Nutrition [email protected]

The City of Boston School Department (the City) acting by its Business Manager (the Official), invites sealed bids for the performance of the work generally described above, and particularly as set forth in the Invitation For Bids which may be obtained at the Office of the Business Manager of the School Committee, 4h floor, 2300 Washington Street, Roxbury, MA 02119, commencing at 12:00 Noon on MONDAY, MAY 27. 2019, available for pick up on TUESDAY, MAY 28, 2019.

Invitations For Bids shall be available until the time of the bid opening. Every sealed bid shall be submitted in accordance with the criteria set forth in Invitations For Bids.

All sealed bids shall be filed no later than FRIDAY, JUNE 14, 2019, at 12:00 Noon at the office of the Official, Office of the Business Manager, 2300 Washington Street, 4th floor, Roxbury, MA 02119. The attention of all bidders is directed to the provisions of the Invitation For Bids and contract documents, specifically to the requirements for bid deposits, insurance and performance bonds as may be applicable. A non-refundable bid deposit in the amount of $20.00 shall be required from each bidder.

All bidders are hereby notified that they shall provide a unit price for each supply/service to be procured in this contract, subject to the following terms that will govern price adjustments. Bidders are further notified that they shall submit prices for and bid prices shall be compared on the basis of the entire period of performance. Sealed bids shall be publicly opened by the Official on FRIDAY, JUNE 14, 2019, at 2300 Washington Street, 4th floor, Roxbury, MA 02119. The award of any contract shall be subject to the approval of the Superintendent of Schools and the Mayor of Boston. The maximum time for bid acceptance by the City after the opening of bids shall be ninety (90) days. The City and the Official reserve the right to reject any or all bids, or any item or items thereof.

The City of Boston affirmatively ensures that Disadvantaged Business Enterprises (DBE), Small Local Business Enterprise (SLBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE), and Veteran Owned Small Business Enterprise (VOSBE) firms shall be afforded full opportunity to submit qualifications in response to this and will not be discriminated against on the basis of race, color, national origin, ancestry, disability, gender, transgender status, political affiliation, age, sexual orientation

or religion in any consideration leading to the award of contract. No qualified disabled person shall, on the basis of disability, be excluded from participating in, be denied the benefits of, or otherwise subjected to discrimination in any consideration leading to the award of a contract.

EDWARD J. GLORA, BUSINESS MANAGER

(May 27, June 3, 2019)

Page 25: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

624 – Advertisements

INVITATION FOR BIDS

PURCHASE AND DELIVERY OF GROCERY ITEMS TO VARIOUS BOSTON PUBLIC SCHOOLS ” (1) YEAR CONTRACT

BID #1088CONTACT INFORMATIONCaitlin Meagher, Procurement & Contracts Manager for Food & Nutrition [email protected]

The City of Boston School Department (the City) acting by its Business Manager (the Official), invites sealed bids for the performance of the work generally described above, and particularly as set forth in the Invitation For Bids which may be obtained at the Office of the Business Manager of the School Committee, 4h floor, 2300 Washington Street, Roxbury, MA 02119, commencing at 12:00 Noon on MONDAY, JUNE 3, 2019.

Invitations For Bids shall be available until the time of the bid opening. Every sealed bid shall be submitted in accordance with the criteria set forth in Invitations For Bids.

All sealed bids shall be filed no later than FRIDAY JUNE 21, 2019, at 12:00 Noon at the office of the Official, Office of the Business Manager, 2300 Washington Street, 4th floor, Roxbury, MA 02119. The attention of all bidders is directed to the provisions of the Invitation For Bids and contract documents, specifically to the requirements for bid deposits, insurance and performance bonds as may be applicable. A non-refundable bid deposit in the amount of $20.00 shall be required from each bidder.

All bidders are hereby notified that they shall provide a unit price for each supply/service to be procured in this contract, subject to the following terms that will govern price adjustments. Bidders are further notified that they shall submit prices for and bid prices shall be compared on the basis of the entire period of performance. Sealed bids shall be publicly opened by the Official on FRIDAY, JUNE 21, 2019, at 2300 Washington Street, 4th floor, Roxbury, MA 02119. The award of any contract shall be subject to the approval of the Superintendent of Schools and the Mayor of Boston. The maximum time for bid acceptance

by the City after the opening of bids shall be ninety (90) days. The City and the Official reserve the right to reject any or all bids, or any item or items thereof.

The City of Boston affirmatively ensures that Disadvantaged Business Enterprises (DBE), Small Local Business Enterprise (SLBE), Minority Business Enterprise (MBE), Women Business Enterprise (WBE), and Veteran Owned Small Business Enterprise (VOSBE) firms shall be afforded full opportunity to submit qualifications in response to this and will not be discriminated against on the basis of race, color, national origin, ancestry, disability, gender, transgender status, political affiliation, age, sexual orientation

or religion in any consideration leading to the award of contract. No qualified disabled person shall, on the basis of disability, be excluded from participating in, be denied the benefits of, or otherwise subjected to discrimination in any consideration leading to the award of a contract.

EDWARD J. GLORA, BUSINESS MANAGER(June 3, June 10, 2019)

INVITATION FOR BIDS FOR

TRAFFIC SIGNAL CONSTRUCTION SERVICES FOR THE INSTALLATION OF NEW SIGNALS AND UPGRADES FOR 3 (THREE)FISCAL YEARS STARTING JULY 1, 2019 ENDING JUNE 30, 2022.

The City of Boston (the City), acting by the Commissioner of the Boston Transportation Department, hereinafter referred to as the Official, invites sealed bids for the performance of the work generally described above, and particularly as set forth in the Bid Documents. This Contract is procured under the provisions

Page 26: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

625 – Advertisements

of Chapter 30, s. 39M of the Massachusetts General Laws. Attention: Contractors cannot submit a bid without obtaining a Certificate of Approval Form from the Massachusetts Highway Department. Questions about the bid should be directed to Don Burgess at 617-635-4688.

The Documents shall be available at the Boston Transportation Department, Boston City Hall-Room 721, Boston, MA 02201 on Monday, June 3, 2019 at 10:00 a.m. EST through Friday, June 14, 2019 at 4:00 p.m. EST. Completed documents must be submitted in the form of on (1) signed original (unbound) and one copy, containing all sections and pages of the Documents no later than 12:00 p.m. EST on Tuesday, June 18, 2019 to the Boston Transportation Department, Boston City Hall- Room 721, Boston, MA 02201. Envelopes should be labeled “City of Boston-Traffic Signal Services Contract.” The Documents must be accompanied by a bid deposit in the form of the a certified check drawn on a responsible bank or trust company, or treasurer’s or cashier check issued by a responsible bank or trust company, payable to the City of Boston, in the amount of five percent of the total bid.

A performance bond, and a payment bond, each of a surety company authorized to do business in Massachusetts and satisfactory to the City, and each in the sum of the contract price will be required of the successful bidder as security to guarantee the faithful performance of the contract.

The term of the contract shall be thirty six months from on or about July 1, 2019 to June 30, 2022. Seal Bids will be publicly opened on Tuesday, June 18, 2019 at 12:00 p.m. EST in Room 721, City Hall, Boston, Massachusetts. The award and continuation of any contract awarded hereunder is subject to approval from the Mayor of Boston and the Awarding Authority. Please be advised that the City of Boston plans to award three contracts citywide. In addition, this contract is subject to the Prevailing Wage provisions under Massachusetts General Laws.

The City reserves the right to accept or reject any or all bids or any part or parts thereof; to waive any defects, informalities; and minor irregularities; and to award a contract as the City deems to be in its best interest. The maximum time for bid acceptance is ninety (90) days after the above-mentioned date specified for receipt of bids.

GREGORY T. ROONEY, ACTING COMMISSIONER(June 3, June 10, 2019)

INVITATION FOR PROPOSALS FOR INMATE TELEVISION PROGRAMMING

Bid: BD-19-1098-HOC-SDS02-39494Bids due: July 9, 2019 at 1:00PM

CONTACT INFORMATIONDavid Moy617 635-1000, Ext [email protected]

The Suffolk County Sheriff’s Department acting by its Sheriff (the Official), invites sealed responses for the performance of the work generally described above, and particularly set forth in the Request For Responses which may be obtained on the state web portal www.commbuys.com (look for above Bid-id), commencing at 10:00 AM, Monday, May 27, 2019. Requests for Responses shall be available until the due date of Tuesday, July 9, 2019 at 1:00 PM.

All Requests for Responses shall be filed with the Awarding Authority at 20 Bradston Street, Boston, MA 02118 on, or before, 1:00 PM, Eastern Standard Time, Tuesday, July 9, 2019.

The attention of all bidders is directed to the provisions of the Request for Proposals and contract documents.

The maximum time for response acceptance by the Commonwealth of Massachusetts after the opening of bids shall be ninety (90) days.

The Commonwealth of Massachusetts and the Official reserve the right to reject any and all bids or any item or items thereof.

STEVEN W. TOMPKINS, SHERIFF(June 3, June 10, 2019)

Page 27: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

626 – Advertisements

NOTICE TO BIDDERS

MBTA Contract No. N50CN02

Electronic proposals for the following project will be received through the internet using Bid Express until the date and time stated below, and will be posted on www.bidx.com forthwith after the bid submission deadline. No paper copies of bids will be accepted. Bidders must have a valid digital ID issued by the Authority in order to bid on projects. Bidders need to apply for a digital ID with Bid Express at least 14 days prior to a scheduled bid opening date.

Electronic bids for MBTA Contract No. N50CN02 – BUS CORRIDOR AND INFRASTRUCTURE IMPROVEMENTS ON-CALL PROJECT, PROJECT VALUE-$25,000,000 (CLASS I, GENERAL TRANSIT CONSTRUCTION-$5,000,000) can be submitted at www.bidx.com until two o’clock (2:00 PM) on June 18, 2019. Immediately thereafter, in a designated room, the Bids will be opened and read publicly.

Work consists of providing construction-related services on an on-call basis to support repair/reconstruction needs of the Authority. Work is anticipated to be performed throughout the MBTA service area and will primarily consist of the construction of new and altered bus stops as well as upgrades and maintenance to MBTA parking lot and infrastructure. Typical work includes:, bus stop shelters and benches, electronic signage, general signage and wayfinding, pavement markings, sidewalk widening and reconstruction, curb ramps, traffic and pedestrian signals, drainage, parking lot maintenance and repair work, and other repairs as identified by the Authority.

Bidders attention is directed to Appendix 1, Notice of Requirement for Affirmative Action to Insure Equal Employment Opportunity; and to Appendix 2, Supplemental Equal Employment Opportunity, Anti-Discrimination, and Affirmative Action Program in the specifications. While there is no DBE goal associated with this contract, the Authority strongly encourages the use of Minority, Women and Disadvantaged Business Enterprises as prime contractors, subcontractors and suppliers in all of its contracting opportunities.

Additional information and instructions on how to submit a bid are available at http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/

On behalf of the MBTA, thank you for your time and interest in responding to this Notice to Bidders

STEVE POFTAK, MBTA GENERAL MANAGER(June 3, 2019)

Page 28: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

627 – Directory

CITY OF BOSTON DIRECTORY Department contact information and addresses

ADMINISTRATIVE SERVICES DEPARTMENTEmme Handy, CFO, Collector – Treasurer617-635-4479

AFFIRMATIVE ACTIONVivian Leonard, Director617-635-3360

ARCHIVES & RECORD MANAGEMENTJohn McColgan, City Archivist201 Rivermoor StreetWest Roxbury, MA 02132617-635-1195

ART COMMISSIONKarin Goodfellow, Director617-635-3245

ARTS & CULTUREKara Elliott Ortega, Chief617-635-3914

ASSESSINGGayle Willet, Commissioner617-635-4264

AUDITINGSally Glora, City Auditor617-635-4671

BOSTON 311Rocco Corigliano, Director617-635-4500 or 311cityofboston.gov/311

BOSTON CENTERS FOR YOUTH & FAMILIESWilliam Morales, Commissioner1483 Tremont Street, Boston, MA617-635-4920

BOSTON EMSJames Hooley, Chief of Department785 Albany Street, Boston617-343-2367

BOSTON HOUSING AUTHORITYWilliam McGonagle, Director52 Chauncy Street, Boston617-988-4000

BOSTON PLANNING & DEVELOPMENT AGENCY AKA (BPDA)Brian Golden, Director617-722-4300

BOSTON RENTAL HOUSING CENTER26 Court Street, Boston, MA617-635-4200

BUDGET MANAGEMENTJustin Sterritt, Budget Director617-635-3927

BOSTON WATER AND SEWER COMMISSIONHenry Vitale, Executive Director/CFO980 Harrison Avenue, Boston, MA617-989-7000

BUSINESS DEVELOPMENTNatalia Urtubey26 Court Street, Boston, MA617-635-0355

CABLE OFFICEMichael Lynch, Director43 Hawkins Street, Boston, MA617-635-3112

CAPITAL PLANNINGJohn Hanlon, Deputy Director617-635-3490

CITY CLERKMaureen Feeney, City Clerk617-635-4600

CITY COUNCIL STAFFYuleidy Valdez, Staff Director617-635-3040

CODE ENFORCEMENT POLICESteve Tankle, Director400 Frontage Rd, Boston617-635-4896

COMMISSION FOR PERSONS WITH DISABILITIESKristen McCosh, Director617-635-3682

CONSUMER AFFAIRS AND LICENSING — BOARDKathleen Joyce Executive Director617-635-4165

COPY CENTERFrank Duggan Administrative Assistant617-635-432

DEPT. OF INNOVATION & TECHNOLOGY (DOIT)David J. Elges, Director617-635-4783

ELECTIONDion Irish, Commissioner617-635-4634

ELDERLY COMMISSIONEmily Shea, Commissioner617-635-4375

EMERGENCY MANAGEMENTShumeane L. Benford, Director617-635-1400

EMERGENCY SHELTER COMMISSIONJames F. Greene, Director617-635-4507

EMPLOYEE ASSISTANCE PROGRAM (EAP)Wendolyn M. Castillo-Cook, Director26 Court Street Boston, MA617-635-2200

ENVIRONMENT, ENERGY & OPEN SPACESChristopher Cook, Chief617-635-3425

FAIR HOUSING COMMISSIONDirector617-635-4408

FINANCE COMMISSIONMatt Cahill, Executive Director43 Hawkins Street, Boston, MA617-635-2202

FIRE DEPARTMENTChief Joseph E. Finn, Commissioner115 Southampton Street617-343-3610

HEALTH BENEFITS & INSURANCEMarianna Gil, Director617-635-4570

HEALTH & HUMAN SERVICESMarty Martinez, Chief617-635-1413

HUMAN RESOURCESVivian Leonard, Director617-635-4698

Page 29: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

628 – Directory

HUMAN RIGHTS COMMISSIONDirector617-635-4408

INFORMATIONCentral Operators617-635-4000

INSPECTIONAL SERVICESWilliam “Buddy” Christopher, Jr., Commissioner1010 Massachusetts Avenue, Boston617-635-5300

INTERGOVERNMENTAL RELATIONSTimothy Sullivan, Director617-635-3707City Council; Neil Doherty617-635-4493Yissel Guerrero 617-635-4616Alyssa Ring617-635-1994

LABOR RELATIONSAnnmarie Noonan, Director617-635-4525

LAW DEPARTMENTEugene L. O’Flaherty, Corporation Counsel617-635-4099Tax Title DivisionKevin Foley Director617-635-4034Claims & Affirmative RecoveryDivision- Dawn Beauchesne, Sr.Assistant Corporation Counsel,617-635-4034

LIBRARYDavid Leonard, President700 Boylston Street, Boston617-536-5400

MAIL ROOMPaul McDonough Administrative Asstistant617-635-4699

IMMIGRANT ADVANCEMENT617-635-2980

WOMEN’S ADVANCEMENTTania DelRio, Executive Director617-635-3138

MUNICIPAL PROTECTIVE SERVICESWilliam Joyce , Director of Security617-635-4596

NEIGHBORHOOD DEVELOPMENTSheila Dillon, Chief26 Court Street, Boston617-635-3880

OFFICE OF ECONOMIC DEVELOPMENT, SLBE/BRJPJohn Barros, Chief617-635-4084

PARKS AND RECREATIONChristopher Cook, Commissioner1010 Massachusetts Avenue617-635-4989

POLICE DEPARTMENTWilliam Gross, Commissioner617-343-4500

PROPERTY MANAGEMENT DEPARTMENTJoseph H. Callahan, Acting Commissioner617-635-4100

PUBLIC FACILITIESPatricia Lyons Director of Public Facilities617-635-4814

PUBLIC HEALTH COMMISSIONMonica Valdes-Lupi, JD, MPH,1010 Massachusetts Ave617-534-5395

PUBLIC SCHOOLSLaura Perille, Interim Superintendent617-635-9050

PUBLIC WORKSChris Osgood, Chief617-635-4900

PROCUREMENTKevin P. Coyne, Purchasing Agent617-635-4564Gerard Bonaceto, Assistant Purchasing Agent617-635-3937Diana Laird City Record Administrator & Graphic Designer617-635-4551

REGISTRYPatricia A. McMahon, City Registrar617-635-4175

RESILIENCE AND RACIAL EQUITYLori Nelson, Chief Resilience Officer617-635-0739

RETIREMENT BOARDTimothy Smyth, Esquire, Executive Officer617-635-4305

STREETS, SANITATION & TRANSPORTATIONChris Osgood, Chief617-635-2854

TOURISM, SPORTS & ENTERTAINMENTKenneth Brissette, Director617-635-3911

TRANSPORTATIONGregory Rooney, Acting Commissioner617-635-4680

TREASURYDrew Smith, Senior Deputy Treasurer617-635-4140Richard DePiano, Assistant Coll/Treasurer617-635-4140

VETERANS’ SERVICESRobert Santiago, Commissioner43 Hawkins Street, Boston617-635-3037

ZONING BOARD OF APPEAL (ZBA)Kevin O’Connor, Executive Secretary1010 Massachusetts Avenue, Boston617-635-4775

MAYOR’S OFFICEDavid Sweeney, Chief of Staff 617-635-1905Patrick I. Brophy, Chief of Operations617-635-4624Danielson Tavares, Chief Diversity Officer617-635-2011Jerome Smith, Chief, Civic Engagement; Neighborhood Services617-635-3485Joyce Linehan, Chief of Policy & Planning617-635-4624Samantha Ormsby, Press Secretary617-635-4461Laura Oggeri Chief Communications Officer 617-635-4461Chief of Education617-635-3297

Page 30: City Record - Boston...601 Martin J. Walsh, Mayor of Boston Kevin P. Coyne, Purchasing Agent Diana Laird, City Record Administrator The City Record Office is located in Room 808 at

City Record

Procurement, Room 808 ONE CITY HALL SQUARE | BOSTON, MA 02201

PeriodicalU.S. Postage

PAIDBoston, MA

The City Record is the Official Chronicle of the City of Boston. This weekly periodical publishes the municipal news, notices and all advertisements for the procurement of goods, materials, and services for the City of Boston that are estimated to equal or exceed $50,000.

Any vendor interested in supplying goods, materials or services to the City of Boston would benefit by gaining access to the City Record.

To subscribe, please send a $50 check made payable to the ‘City Record’ to the address listed on the inside cover.

GET YOUR FREE COPY ONLINE AT: boston.gov/departments/procurement