Page 17

Loading...
Tips: Click on articles from page
Page 17 814 viewsPrint | Download

NOTICE TO TRADE CONTRACTORS
REQUEST FOR TRADE CONTRACTOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY is soliciting Statements of
Qualifications from TRADE CONTRACTORS interested in performing work
for L1429-C1 TERMINAL C ENHANCEMENT PROJECTS The Authority is
seeking Qualification Statements from Trade Contractors who have a demonstrated
experience in the construction and implementation of similar work
in terms of scale and complexity as required for the Terminal C Pier B In
accordance with Massachusetts construction manager at-risk requirements,
MGL Chapter 149A Section 8, Qualification Statements are being requested
from trade contractors capable of performing the following classes of work:
Masonry; Miscellaneous and Ornamental Iron; Waterproofing, Damproofing &
Caulking; Roofing and Flashing; Tile; Acoustical Tile; Terrazzo; Painting; Fire
Protection; Plumbing; HVAC; Electrical.

The contract includes the following scope of work: Terminal C Enhancement
Project is one component for the optimization of Terminal C at Pier B. Scope
of work includes demolition of the arrivals level of Pier B located between
gate C14 to C21 across from gates C19 and C20 and a two story infill will
be built in its place to enhance departures level passenger amenities with
new public toilets, companion care room, nursing room, service animal relief
area, additional concessions and arrivals level tenant space. Construction of
new passenger amenity space will require careful phasing to ensure airline
operations will not be interrupted in order to enable the continuous use of
gates C14, C19, C20 and C21 during construction. The first phase of the
project will include demolition of existing arrivals level tenant space, followed
with construction of two story infill space.

The estimated cost of the trade contractors’ portion of this phase of the
Project is approximately $2,221,000 and the construction duration for this
phase is approximately 9 months. The estimated value of work to be performed
by trade contractors is as follows:

Masonry $93,000
Miscellaneous and Ornamental Iron $47,000
Waterproofing, Damproofing & Caulking $45,000
Roofing and Flashing $206,000
Tile $177,000
Acoustical Tile $96,000
Terrazzo $168,000
Painting $42,000
Fire Protection $167,000
Plumbing $412,000
HVAC $493,000
Electrical $275,000

The Authority is implementing this project in accordance with MGL Chapter
149A, Sections 1 thru 13. This selection of trade contractors conforms to
MGL Chapter 149A, Section 8, subsections (b) to (k) inclusive. This Request
for Qualifications (RFQ) will be utilized to prequalify trade contractors capable
and experienced in the construction of parking garages and terminal
buildings. The Authority shall utilize a two-step process including the prequalification
of trade contractors based on an evaluation of the Statement
of Qualifications received in response to this solicitation, followed by an
Invitation to Bidders that will only be issued to the prequalified trade contractors.
A Prequalification Committee consisting of four representatives,
one each from the Designer and the CM at Risk and two Massport staff.
This Prequalification Committee will be conducting a qualifications-based
evaluation of submittals received from interested trade contractors in order
to identify prequalified trade contractors who will be invited to respond to a
written Invitation to Bidders. Please note that the Authority is not utilizing
this process to prequalify subcontractors who are not trade contractors
which shall be done separately in accordance with MGL C149A, Section 8,
subsection (j).

Qualification Statements shall be evaluated in accordance with the following
criteria; (1) Management Experience; (2) Project References including a
Public Project Record and (3) Capacity to Complete including a demonstration
that the contractor has the financial stability and long-term viability to
successfully implement the Project.

A Supplemental Information Package will be available, on MARCH 7, 2018
on the Capital Bid Opportunities webpage of Massport http://www.massport.
com/massport/business/bids-opportunities/capital-bids as an attachment
to the original Legal Notice, and on COMMBUYS (www.commbuys.com) in the
listings for this project. If you have problems finding it, please contact Susan
Brace at Capital Programs [email protected]

A Project Briefing will be held on MARCH 13, 2018, at 3:00 PM in the Capital
Programs Department, Logan Office Center, 2nd floor, 1 Harborside Drive,
East Boston, MA. Attendance at the briefing is not mandatory, however, it is
strongly encouraged in order to best familiarize your firm with the project
details and the prequalification process.

Six (6) copies of a bound document each limited to 20 sheets (40 pages),
exclusive of covers and dividers and resumes which shall be limited to one
page, shall be printed on both sides of the sheet (8 ½” x 11”) and shall
be addressed to Mr. Houssam H. Sleiman, P.E., CCM, Director of Capital
Programs and Environmental Affairs, and received no later than 12:00 Noon
on Thursday, APRIL 5, 2018, at the Massachusetts Port Authority, Logan
Office Center, One Harborside Drive, Suite 209S, Logan International Airport,
East Boston, MA 02128-2909. Any submittal that exceeds the page limit set
here or that is not received in the Capital Programs Department by the above
deadline shall be rejected as non-responsive.

Questions regarding this RFQ shall be submitted in writing and directed to
[email protected] with the Project name and number included
in the subject line of the email.

MASSACHUSETTS PORT AUTHORITY
THOMAS P. GLYNN
CEO & EXECUTIVE DIRECTOR