LEGAL NOTICE REQUEST FOR QUALIFICATIONS
The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA Contract No. A197-S5 TERMINAL ROOM RENUMBERING. The Authority is seeking a qualified multidiscipline consulting firm or team, with proven experience to provide professional services to develop a systematic room numbering system for use by all departments within the Authority.
These services are expected to be provided at Logan International Airport. The Consultant must be able to work closely with the Authority and other interested parties in order to provide such services in a timely and effective manner.
The consultant shall demonstrate experience in several disciplines including but not limited to Architectural, Survey, Wayfinding, Signage, GIS, and CAD/ BIM.
The contract will be work order based, and Consultant’s fee for each work order shall be negotiated; however, the total fee for the contract shall not exceed THREE HUNDRED FIFTY THOUSAND DOLLARS ($350,000.00).
A Supplemental Information Package will be available, on Wednesday December 5, 2018 on the Capital Bid Opportunities webpage of Massport http://www.massport.com/massport/business/bids-opportunities/capitalbids 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] The Supplemental Information Package will provide detailed information about Scope of Work, Selection Criteria and Submission Requirements.
In recognition of the unique nature of the project and the services required to support it, the Authority has scheduled a Consultant Briefing to be held at 9:00 AM (ET) on Tuesday December 11, 2018 at the Capital Programs Department, Suite 209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128. At this session, an overview of the project will be provided, the services requested by the Authority will be described, and questions will be answered.
By responding to this solicitation, consultants agree to accept the terms and conditions of Massport’s standard work order agreement, a copy of the Authority’s standard agreement can be found on the Authority’s web page at http://www.massport.com/massport/business/capital-improvements/ important-documents/. The Consultant shall specify in its cover letter that it has the ability to obtain requisite insurance coverage.
This submission, including the litigation and legal proceedings history in a separate sealed envelope as required shall be addressed to Houssam H. Sleiman, PE, CCM, FCMAA, NAC, Hon. D.Eng., Director of Capital Programs and Environmental Affairs and received no later than 12:00 Noon on Thursday January 24, 2019 at the Massachusetts Port Authority, Logan Office Center, One Harborside Drive, Suite 209S, Logan International Airport, East Boston, MA 02128-2909. Any submission which is not received in a timely manner shall be rejected by the Authority as non-responsive. Any information provided to the Authority in any Proposal or other written or oral communication between the Proposer and the Authority will not be, or deemed to have been, proprietary or confidential, although the Authority will use reasonable efforts not to disclose such information to persons who are not employees or consultants retained by the Authority except as may be required by M.G.L. c.66.
MASSACHUSETTS PORT AUTHORITY JOHN P. PRANCKEVICIUS ACTING CEO AND EXECUTIVE DIRECTOR
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Sealed General Bids for MPA Contract No. L1198-C1, HEAT SOURCE: WB: AHU-4 NORTHWEST NODE WALKWAY TO TERMINAL B, LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS, will be received by the Massachusetts Port Authority at the Capital Programs Department Office, Suite 209S - Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909, until 11:00 A.M. local time on WEDNESDAY, JANUARY 23, 2019, immediately after which, in a designated room, the bids will be opened and read publicly.
Sealed filed sub bids for the same contract will be received at the same office until 11:00 A.M. local time on WEDNESDAY, JANUARY 9, 2019, immediately after which, in a designated room, the filed sub bids will be opened and read publicly.
NOTE: PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:00 A.M. LOCAL TIME ON TUESDAY, DECEMBER 11, 2018.
The work shall be LOCATED IN THE NORTHWEST NODE OF THE ELEVATED WALKWAYS BETWEEN THE CENTRAL GARAGE, TERMINAL A, AND TERMINAL B, INCLUDING AN AIR HANDLING UNIT IN THE MECHANICAL ROOM ON THE GROUND LEVEL OF THE NORTHWEST NODE THAT PROVIDED HOT AIR TO THE ELEVATED WALKWAY BETWEEN NORTHWEST NODE AND CENTRAL GARAGE. THE UNDERGROUND HEATING LINES SERVING THE AIR HANDLING UNIT WERE DAMAGED AND DISCONNECTED RESULTING IN NO HEATING CAPABILITY FOR THIS UNIT. THE WORK OF THIS PROJECT SHALL REPLACE HYDRONIC HEAT EXCHANGER WITH ELECTRIC HEAT IN THE AIR HANDLING UNIT SERVED BY AN ELECTRIC CIRCUIT FROM CENTRAL GARAGE WITH CONDUIT RUN ABOVE CEILING OF WALKWAY BETWEEN CENTRAL GARAGE AND THE NORTHWEST NODE.
Bid documents will be made available beginning THURSDAY, DECEMBER 6, 2018.
Bid Documents in electronic format may be obtained free of charge at the Authority’s Capital Programs Department Office, together with any addenda or amendments, which the Authority may issue and a printed copy of the Proposal form.
In order to be eligible and responsible to bid on this contract General Bidders must submit with their bid a current Certificate of Eligibility issued by the Division of Capital Assessment Management and an Update Statement. The General Bidder must be certified in the category of GaENERAL BUILDING CONSTRUCTION.
The estimated contract cost is $ 241,000.00.
In order to be eligible and responsible to bid on this contract, filed Sub-bidders must submit with their bid a current Sub-bidder Certificate of Eligibility issued by the Division of Capital Asset Management and Maintenance and a Sub-bidder Update Statement. The filed Sub-bidder must be certified in the sub-bid category of work for which the Sub-bidder is submitting a bid proposal.
Bidding procedures and award of the contract and sub contracts shall be in accordance with the provisions of Sections 44A through 44H inclusive, Chapter 149 of the General Laws of the Commonwealth of Massachusetts.
A proposal guaranty shall be submitted with each General Bid consisting of a bid deposit for five (5) percent of the value of the bid; when sub bids are required, each must be accompanied by a deposit equal to five (5) percent of the sub bid amount, in the form of a bid bond, or cash, or a certified check, or a treasurer’s or a cashier’s check issued by a responsible bank or trust company, payable to the Massachusetts Port Authority in the name of which the Contract for the work is to be executed. The bid deposit shall be (a) in a form satisfactory to the Authority, (b) with a surety company qualified to do business in the Commonwealth and satisfactory to the Authority, and (c) conditioned upon the faithful performance by the principal of the agreements contained in the bid.
The successful Bidder will be required to furnish a performance bond and a labor and materials payment bond, each in an amount equal to 100% of the Contract price. The surety shall be a surety company or securities satisfactory to the Authority. Attention is called to the minimum rate of wages to be paid on the work as determined under the provisions of Chapter 149, Massachusetts General Laws, Section 26 to 27G, inclusive, as amended. The Contractor will be required to pay minimum wages in accordance with the schedules listed in Division II, Special Provisions of the Specifications, which wage rates have been predetermined by the U. S. Secretary of Labor and / or the Commissioner of Labor and Industries of Massachusetts, whichever is greater.
The successful Bidder will be required to purchase and maintain Bodily Injury Liability Insurance and Property Damage Liability Insurance for a combined single limit of $1,000,000.00. Said policy shall be on an occurrence basis and the Authority shall be included as an Additional Insured. See the insurance sections of Division I, General Requirements and Division II, Special Provisions for complete details.
Filed sub bids will be required and taken on the following classes of work:
HEATING, VENTILATING, AND AIR CONDITIONING $53,831.00
ELECTRICAL $62,141.00
The Authority reserves the right to reject any sub bid of any sub trade where permitted by Section 44E of the above referenced General Laws. The right is also reserved to waive any informality in or to reject any or all proposals and General Bids.
This contract is subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than TWO AND SEVEN/TENTHS PERCENT (2.7%) of the Contract be performed by minority and women owned business enterprise contractors. With respect to this provision, bidders are urged to familiarize themselves thoroughly with the Bidding Documents. Strict compliance with the pertinent procedures will be required for a bidder to be deemed responsive and eligible.
This Contract is also subject to Affirmative Action requirements of the Massachusetts Port Authority contained in the Non Discrimination and Affirmative Action article of Division I, General Requirements and Covenants, and to the Secretary of Labor’s Requirement for Affirmative Action to Ensure Equal Opportunity and the Standard Federal Equal Opportunity Construction Contract Specifications (Executive Order 11246).
The General Contractor is required to submit a Certification of Non Segregated Facilities prior to award of the Contract, and to notify prospective subcontractors of the requirement for such certification where the subcontract exceeds $10,000.
Complete information and authorization to view the site may be obtained from the Capital Programs Department Office at the Massachusetts Port Authority. The right is reserved to waive any informality in or reject any or all proposals.
MASSACHUSETTS PORT AUTHORITY JOHN P. PRANCKEVICIUS ACTING CEO & EXECUTIVE DIRECTOR
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Sealed General Bids for MPA Contract No. L1531-C1, ELECTRICAL SUBSTATION AUTOMATION AND MAINTENANCE UPGRADES, LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS, will be received by the Massachusetts Port Authority at the Capital Programs Department Office, Suite 209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909, until 11:00 A.M. local time on WEDNESDAY, JANUARY 9, 2019, immediately after which, in a designated room, the bids will be opened and read publicly.
NOTE:
PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:00 A.M. LOCAL TIME ON TUESDAY, DECEMBER 18, 2018.
The work includes REMOVE AND INSTALL OWNER SUPPLIED SWITCHGEAR AUTOMATION PACKAGE FOR 480v SUBSTATIONS WITHIN TERMINAL A, TERMINAL E AND THE AIRFIELD LIGHTING VAULT; AND INSTALL ONE HUNDRED AND FORTY NINE (149) INFRARED VIEWING WINDOWS IN EXISTING 480v SUBSTATIONS AT VARIOUS LOCATION THROUGHOUT THE AIRPORT.
Bid documents will be made available beginning THURSDAY, DECEMBER 6, 2018.
Bid Documents in electronic format may be obtained free of charge at the Authority’s Capital Programs Department Office, together with any addenda or amendments, which the Authority may issue and a printed copy of the Proposal form.
In order to be eligible and responsible to bid on this contract General Bidders must submit with their bid a current Certificate of Eligibility issued by the Division of Capital Asset Management and Maintenance and an Update Statement. The General Bidder must be certified in the category of ELECTRICAL.
The estimated contract cost is ONE MILLION, NINE HUNDRED NINETY-NINE THOUSAND DOLLARS ($1,999,000.00).
Bidding procedures and award of the contract and sub contracts shall be in accordance with the provisions of Sections 44A through 44J inclusive, Chapter 149 of the General Laws of the Commonwealth of Massachusetts.
A proposal guaranty shall be submitted with each General Bid consisting of a bid deposit for five (5) percent of the value of the bid; when sub bids are required, each must be accompanied by a deposit equal to five (5) percent of the sub bid amount, in the form of a bid bond, or cash, or a certified check, or a treasurer’s or a cashier’s check issued by a responsible bank or trust company, payable to the Massachusetts Port Authority in the name of which the Contract for the work is to be executed. The bid deposit shall be (a) in a form satisfactory to the Authority, (b) with a surety company qualified to do business in the Commonwealth and satisfactory to the Authority, and (c) conditioned upon the faithful performance by the principal of the agreements contained in the bid.
The successful Bidder will be required to furnish a performance bond and a labor and materials payment bond, each in an amount equal to 100% of the Contract price. The surety shall be a surety company or securities satisfactory to the Authority. Attention is called to the minimum rate of wages to be paid on the work as determined under the provisions of Chapter 149, Massachusetts General Laws, Section 26 to 27G, inclusive, as amended. The Contractor will be required to pay minimum wages in accordance with the schedules listed in Division II, Special Provisions of the Specifications, which wage rates have been predetermined by the U. S. Secretary of Labor and / or the Commissioner of Labor and Industries of Massachusetts, whichever is greater.
The successful Bidder will be required to purchase and maintain Bodily Injury Liability Insurance and Property Damage Liability Insurance for a combined single limit of $10,000,000.00. Said policy shall be on an occurrence basis and the Authority shall be included as an Additional Insured. See the insurance sections of Division I, General Requirements and Division II, Special Provisions for complete details.
No filed sub bids will be required for this contract.
This Contract is also subject to Affirmative Action requirements of the Massachusetts Port Authority contained in the Non Discrimination and Affirmative Action article of Division I, General Requirements and Covenants, and to the Secretary of Labor’s Requirement for Affirmative Action to Ensure Equal Opportunity and the Standard Federal Equal Opportunity Construction Contract Specifications (Executive Order 11246).
The General Contractor is required to submit a Certification of Non Segregated Facilities prior to award of the Contract, and to notify prospective subcontractors of the requirement for such certification where the subcontract exceeds $10,000.
Complete information and authorization to view the site may be obtained from the Capital Programs Department Office at the Massachusetts Port Authority. The right is reserved to waive any informality in or reject any or all proposals.
MASSACHUSETTS PORT AUTHORITY JOHN P. PRANCKEVICIUS ACTING CEO & EXECUTIVE DIRECTOR