Page 14

Loading...
Tips: Click on articles from page

More news at Page 14






Page 14 483 viewsPrint | Download

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. A288-C11, INTERIOR & EXTERIOR SIGNAGE-TERM CONTRACT, ALL MASSPORT PROPERTIES, BEDFORD, BOSTON, BRAINTREE, FRAMINGHAM, PEABODY, WOBURN, AND WORCESTER 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, OCTOBER 18, 2023, immediately after which the electronic bids will be opened and posted publicly on Bid Express.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE HELD VIA A ZOOM MEETING AT 11:00 AM LOCAL TIME ON THURSDAY, October 5, 2022. All participants shall join Zoom Meeting: https://massport.zoom.us/j/82925730285, Meeting ID: 829 2573 0285

The work shall occur on a work order, on-call basis, over a thirty-six month period and include PROVISION OF LABOR, INCIDENTAL MATERIALS, TOOLS, EQUIPMENT AND SERVICES FOR THE REMOVAL OF EXISTING SIGNAGE; FABRICATION AND INSTALLATION OF NEW SIGN PANELS, BOXES, AND FRAMES; REMOVAL AND REPLACEMENT OF EXISTING SIGN GRAPHICS AND PANELS; MODIFICATION OR REPAIR OF EXISTING SIGN SYSTEMS. MESSAGING, PANELS. WORK TO BE INSTALLED ON EXISTING SUPPORTS (HANGARS, POSTS, ETC.), EXCEPT WHERE OTHERWISE SPECIFIED.

Bid documents will be made available beginning WEDNESDAY SEPTEMBER 27, 2023 AT 9:00 AM

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 $ 1,500,000 [ONE MILION FIVE HUNDRED THOUSAND DOLLARS].

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 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 Insuranceand Property Damage Liability Insurance for a combined single limit of $10,000,000. 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 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

CONSTRUCTION MANAGEMENT AT RISK SERVICE

The MASSACHUSETTS PORT AUTHORITY (Massport) is soliciting Construction Management at Risk Services for MPA PROJECT NO. L1697 – TERMINAL B ROADWAY AND GARAGE OPTIMIZATION (the project). In accordance with Massachusetts General Laws, Chapter 149A, Sections 1 thru 13, Massport is seeking a highly qualified and competent Construction Manager (CM)to provide preconstruction services and implement the construction of the Project in accordance with an agreement where the basis for payment is the cost of the work plus a fee with a negotiated guaranteed maximum price. This Request for Qualifications (RFQ) is being utilized to prequalify and shortlist CM firms who will be invited to submit proposals in response to a Request for Proposals (RFP) to be issued by Massport.

The project will separate passenger cars from buses at the roadway curbsides on the arrivals level at Terminal B. This will be done by repurposing the Level 1 garage interior to install travel lanes and new curbs for passenger pick-up. The modification includes moving the limousine pool from inside garage to the Level 2 horseshoe curbside, and relocating taxi and shuttle stands to the Piers A and B curbs on Level 1. The project will reallocate space for buses and shuttle buses at the Piers A and B curbs for optimization, improved passenger safety, and will provide ADA/accessibility improvements. The project includes new pavement markings, regulatory and wayfinding signage modifications, lighting upgrades, and comprehensive structural repairs throughout the garage on all levels and roadway on the departure level. To accommodate access to structural repair locations, MEP/FP systems may be relocated. On Level 1, stormwater drainage improvements are included.

A Supplemental Information Package which will provide more details on the scope of the Project as well as the selection process and evaluation criteria shall be available as of SEPTEMBER 27, 2023 on Massport website, http://www.massport.com/massport/business/bids-opportunities/capital-bids as an attachment to the original Legal Notice, on CommBuys (www.commbuys.com) in the listings for this project or by contacting Susan Brace by email at [email protected].

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 via Zoom AT NOON (12PM) on MONDAY, OCTOBER 2, 2023. 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. Join Zoom Meeting https://massport.zoom.us/j/89892416141 Meeting ID: 898 9241 6141

Responses shall be addressed to Luciana Burdi, AIA, CCM, MCPPO, Director of Capital Programs and Environmental Affairs and no later than 12:00 Noon on THURSDAY, NOVEMBER 2, 2023 via Bid Express https://www.bidexpress.com/businesses/27137/home.

All questions relative to your submission shall be directed to [email protected]. In the subject lines of your email, please reference the MPA Project Name and Number. It is strictly prohibited for any proponent to contact anyone else from Massport about this project from the time of this solicitation until award of the project to the successful proponent.

MASSACHUSETTS PORT AUTHORITY LISA S. WIELAND CEO & EXECUTIVE DIRECTOR


MASSACHUSETTS PORT AUTHORITY NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. W316-C1, OVERFLOW PARKING LOT, WORCESTER REGIONAL AIRPORT, WORCESTER, 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, OCTOBER 18, 2023, immediately after which the electronic bids will be opened and posted publicly on Bid Express.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE CONDUCTED BY WAY OF A VIRTUAL VIDEO CONFERENCE AT 9:00 AM LOCAL TIME ON WEDNESDAY, OCTOBER

4, 2023. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/89068327488

DIAL IN: +1 (312) 626-6799 OR +1 (646) 518-9805 MEETING ID: 89068327488#.

The work includes: CEMENT CONCRETE PEDESTRIAN CURB RAMP, EARTHWORK, UTILITY CASTING ADJUSTMENTS, CONCRETE BARRIER WITH CHAIN LINK FENCE WITH BARBED WIRE, TEMPORARY CHAIN LINK FENCE, ASPHALT PAVEMENT, LOAM AND SEED, REMOVE AND RESET GRANITE CURB, TRAFFIC SIGNS AND SIGN POSTS, PAVEMENT MARKINGS (NEW AND REMOVAL), AND PORTABLE LIGHT TOWERS.

Bid documents will be made available beginning WEDNESDAY, SEPTEMBER 27, 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 ONE MILLION DOLLARS $1,000,000.

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 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 $1,000,000. 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 TWELVE AND FIVE TENTHS PERCENT (12.5%) 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