Page 16

Loading...
Tips: Click on articles from page

More news at Page 16




Page 16 689 viewsPrint | Download

MASSACHUSETTS PORT AUTHORITY NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. M689-C1, BERTH 12 PAVEMENT REHABILITATION, CONLEY TERMINAL, SOUTH BOSTON, MASSACHUSETTS will be received through the internet using Bid Express until the date and time stated below, and will be posted on www.bidexpress.com immediately after the bid submission deadline.

Electronic bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, JULY 12TH, 2023 immediately after which the electronic bids will be opened and read publicly in a designated room at the Capital Programs Department Office, Suite209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE HELD, OUTDOORS AT CONLEY CONTAINER TERMINAL, 700 SUMMER STREET, BOSTON, MA 02127, ON WEDNESDAY, JUNE 28TH, AT 10:00 AM LOCAL TIME. ALL ATTENDEES MUST BRING A VALID DRIVER’S LICENSE, US PASSPORT, OR TWIC TO OBTAIN ENTRY TO CONLEY TERMINAL. PLEASE ARRIVE AT LEAST 1/2 HOUR EARLY TO OBTAIN SECURITY CLEARANCE PRIOR TO ENTRY. PLEASE MEET IN LARGE PARKING AREA AT NORTH SIDE OF SECURITY BUILDING

The work includes: SITE WORK INCLUDING, BUT IS NOT LIMITED TO, SAW CUTTING AND REMOVAL OF CONCRETE AND ASPHALT PAVEMENT, DEMOLITION OF REINFORCED CONCRETE GRADE BEAMS (RUNWAYS FOR RUBBER-TIRED GANTRY (RTG) CRANES).

UTILITY INSTALLATION, REMOVALS, DIVERSIONS AND MODIFICATIONS INCLUDING STORMWATER TRENCH DRAINS, CATCH BASINS AND MANHOLES. WORK INCLUDES REMOVAL OF EXISTING UTILITIES THAT INTERFERE WITH THE WORK INCLUDING, BUT NOT LIMITED TO, ABANDONED ELECTRICAL DUCT BANKS, WATER MAINS, ETC.

CONSTRUCTION OF REINFORMCED CONSTRUCTION GRADE BEAMS (RTG RUNWAYS).

PAVEMENT INCLUDING, BUT NOT LIMITED TO, FULL DEPTH CONSTRUCTION; FILLING, COMPACTION, AND GRADING OF EXISTING SITE. SUPPLY AND INSTALL: ASPHALT PAVING, SIGNAGE, BARRIERS, AND STRIPING.

Bid documents will be made available beginning WEDNESDAY JUNE 21st, 2023

Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through https://www.bidexpress.com/ businesses/27137/home in the listing for this Project.

The estimated contract value is FIVE MILLION TWO-HUNDRED-SIXTY THOUSAND DOLLARS ($5,260,000) for the Base Bid and TWO HUNDRED- FORTY THOUSAND DOLLARS ($240,000) for Add Alternate No. 1.

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 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 workers no less than the prevailing wage rates on the schedules listed in Division II, Special Provisions of the Specifications, which wage rates have been established by the U. S. Secretary of Labor and /or the Massachusetts Department of Labor Standards. In the event of a conflict between the two schedules, the higher wage rate shall apply.

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 ONE MILLION DOLLARS ($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.

This contract is subject to a Minority Business Enterprise/Women Business Enterprise participation provision requiring that the Contractor demonstrate good faith efforts that FOURTEEN AND NINE-TENTHS PERCENT (14.9 %) of the Contract be performed by minority business enterprise and/or women business enterprise contractors certified by the Massachusetts Supplier Diversity Office. 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 Division I, Article 79 of the Contract 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 Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, all bidders/proposers will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.

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 LISA S. WIELAND CEO & EXECUTIVE DIRECTOR


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. L1824 GSE MAINTENANCE BUILDING, BOSTON LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS. The Authority is seeking qualified multidiscipline consulting firms or teams, with proven experience to provide professional services including planning, design, and construction-related services including resident inspection relative to the programming, design, and construction of an industrial-use Ground Service Equipment (GSE) Maintenance Building approximately 17,500 square feet in size. 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, Civil, Structural, Mechanical, Electrical, IT/ Communications/Security, Fire Protection, Plumbing, Vertical Transportation, Geotechnical, Code Compliance, Lean Design and Construction, Cost Estimating, Construction Phasing, Climate Resiliency, Sustainable Design, and energy efficiency.

The contract will be work order based, and the Consultant’s fee for each work order shall be negotiated; however, the total fee for the contract shall not exceed $2,000,000.

A Supplemental Information Package will be available, on Wednesday, June 28th, 2023 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] 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 already held Consultant Briefing and posted the pertinent information to the Authority’s web site: https://www.massport. com/media/cz3lhxjc/l1824-gse-maintanence-building_consultant-briefing_ r0-final_04-10-23.pdf. At this session, an overview of the project was be provided, the services requested by the Authority were described, and questions were 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/. Consultant shall specify in its cover letter that it has the ability to obtain requisite insurance coverage.

This submission, shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, Director of Capital Programs and Environmental Affairs and received no later than 12:00 Noon on Thursday, August 10th, 2023 via Bid Express https://www.bidexpress.com/businesses/27137/home. Any submission which is not received by the deadline shall be rejected by the Authority as non-responsive.

MASSACHUSETTS PORT AUTHORITY LISA S. WIELAND CEO & EXECUTIVE DIRECTOR


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. HP2400-C1 INSTALLATION OF PLANTINGS AND ASSOCIATED PROTECTIVE FENCING JORDAN CONSERVATION AREA (JCA), L.G. HANSCOM FIELD, will be received through the internet using Bid Express until the date and time stated below, and will be posted on www.bidexpress.com immediately after the bid submission deadline.

Electronic bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY JULY 12, 2023, immediately after which the electronic bids will be opened and read publicly in a designated room at the Capital Programs Department Office, Suite209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909.

No paper copies of bids will be accepted.

NOTE: PRE BID CONFERENCE WILL BE HELD AT THE 3RD FLOOR CONFERENCE ROOM, CIVIL AIR TERMINAL, L. G. HANSCOM FIELD, BEDFORD, MASSACHUSETTS AT 1:00 P.M. LOCAL TIME ON WEDNESDAY, JUNE 28, 2023.

The work includes PLANTING OF AND MAINTENANCE OF TREES AND SHRUBS IN AND ADJACENT TO WETLAND AREAS, INSTALLATION OF PROTECTIVE DEER FENCING AND TEMPORARY INSTALLATION OF WETLAND MATS.

Bid documents will be made available beginning WEDNESDAY, JUNE 21, 2023.

Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through https://www.bidexpress.com/ businesses/27137/home in the listing for this Project.

The estimated contract cost is EIGHTY THOUSAND DOLLARS ($80,000).

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 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 Massachusetts Department of Labor Standards, 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.

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 Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, all bidders/proposers will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.

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 LISA S. WIELAND CEO & EXECUTIVE DIRECTOR