Page 12

Loading...
Tips: Click on articles from page
Page 12 103 viewsPrint | Download

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. L1856-C1, PEER TO PEER CAR SHARING LOT, LOGAN INTERNATIONAL AIRPORT, EAST 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 31, 2024 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 10:00 AM LOCATION TIME ON THURSDAY, JULY 18, 2024. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/84889433081 (Meeting ID: 848 8943 3081)

The work includes CONCRETE DRIVEWAY, CEMENT CONCRETE ISLAND, CONCRETE PYRAMID BOLLARDS, CHAIN LINK FENCE ADJUSTMENTS, TRAFFIC SIGNS, TRAFFIC POSTS, AND PAVEMENT MARKINGS.

Bid documents will be made available beginning Wednesday, July 10, 2024.

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.

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 GENERAL BUILDING CONSTRUCTION.

The estimated contract cost is $484,000.

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 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.

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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION


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 L1629 FRAMINGHAM LOGAN EXPRESS GARAGE EXPANSION. 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 FRAMINGHAM LOGAN EXPRESS GARAGE EXPANSION. 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 METALS; WATERPROOFING; ROOFING; GLASS AND GLAZING; ACOUSTICAL TILE; TERRAZZO; PAINTING; ELEVATORS; FIRE PROTECTION; PLUMBING; HEATING, VENTILATION AND AIR CONDITIONING; AND ELECTRICAL.

The estimated cost of the trade contractors’ portion of this phase of the Project is approximately $38M and the construction duration for this phase is approximately 15 months. The estimated value of work to be performed by trade contractors is as follows:

Masonry ....................................................................... $80,400

Miscellaneous Metals .................................................. $759,220

Waterproofing ............................................................. $277,500

Roofing ....................................................................... $250,000

Glass and Glazing ....................................................... $679,640

Terrazzo ..................................................................... $267,500

Acoustical Tile ............................................................ $124,102

Painting ........................................................................ $63,990

Elevators .................................................................... $672,820

Fire Protection ............................................................ $399,640

Plumbing ................................................................. $1,193,000

Heating, Ventilation, and Air Conditioning ...................... $86,700

Electrical ................................................................. $6,261,630

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 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 JULY 10, 2024 on Bid Express, 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]

In addition, a Project Briefing shall be held via Zoom on THURSDAY, JULY 18, 2024 @ 1PM. The briefing is not mandatory; however, it is strongly encouraged to best familiarize your firm with the project details and prequalification process. https://massport.zoom.us/j/87644618610 Meeting ID: 876 4461 8610 One tap mobile +12678310333,,87644618610# US (Philadelphia)

Responses shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, NAC Director of Capital Programs and Environmental Affairs, and received no later than 12:00 PM Local Time on THURSDAY, AUGUST 08, 2024, 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 line 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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION


MASSACHUSETTS PORT AUTHORITY NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. W314-C1 WORCESTER TERMINAL ROADWAY REHABILITATION, 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 JULY 31, 2024, 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 VIRTUALLY VIA ZOOM (https:// massport.zoom.us/j/85302616116 Meeting ID: 853 0261 6116) AT 11:00 AM LOCAL TIME ON JULY 17, 2024.

The work includes: PAVEMENT MILLING, FULL-DEPTH EXCAVATION, AND RESETTING GRANITE CURB, PAVING, AND PAVEMENT MARKINGS.

Bid documents will be made available beginning JULY 10, 2024.

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 SEVEN HUNDRED THIRTY-ONE THOUSAND THREE HUNDRED TWENTY-FOUR $1,731,324.00.

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 $2,000,000. 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 SEVENTEEN AND FOUR TENTHS PERCENT (17.4%) 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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION