Page 18

Loading...
Tips: Click on articles from page

More news at Page 18


Page 18 45 viewsPrint | Download

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. AP2500 - Authority wide Renewable Energy Maintenance, ALL MASSPORT LOCATIONS BEDFORD, BOSTON, FRAMINGHAM 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, SEPTEMBER 18, 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 BY WAY OF A VIRTUAL VIDEO CONFERENCE AT 11:00 AM (LOCAL TIME) ON WEDNESDAY, SEPTEMBER 4, 2024. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS:

Join Zoom Meeting https://massport.zoom.us/j/82098804069 Meeting ID: 820 9880 4069 DIAL IN: +1 301-715-8592 MEETING ID: 820 9880 4069

Bid documents will be made available beginning WEDNESDAY, AUGUST 28, 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 ($1,500,000) ONE MILLION FIVE HUNDRED THOUSAND DOLLARS.

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.

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 RICHARD A. DAVEY CEO & EXECUTIVE DIRECTOR


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. M716-C1, BERTH 12 RAIL 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, SEPTEMBER 18, 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 AT CONLEY CONTAINER TERMINAL, 700 SUMMER STREET, SOUTH BOSTON, MASSACHUSETTS AT 9:00 AM LOCAL TIME ON FRIDAY, SEPTEMBER 6, 2024. ALL ATTENDEES MUST BRING A TWIC OR A VALID PASSPORT OR DRIVER’s LICENSE TO ALLOW ACCESS INTO THE TERMINAL.

The work includes rehabilitation of the Berth 12 crane rail system, including installation of rail already purchased onsite, purchase of new rail as directed, and replacement of accessories, gantrex pads, sole plates, and bolts as directed.

Bid documents will be made available beginning WEDNESDAY, AUGUST 28, 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 $1,5800,000.

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. 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 Richard A. Davey CEO & Executive Director


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

CONSTRUCTION MANAGEMENT AT RISK SERVICES

The MASSACHUSETTS PORT AUTHORITY (Massport) is soliciting Construction Management at Risk Services for MPA PROJECT NO. L1773 – A TO B POST SECURITY CONNECTOR, BOSTON LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS (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 Scope of Work includes the construction of a new post-security connection between Terminal A and Terminal B. This is the final phase to complete post-security connectivity between all Logan International Airport terminals. Terminal A is the only terminal that is not directly connected post-security to the other terminals. This project will enable the circulation of all screened passengers through the secured area of all terminals at Logan International Airport, improving transfers and connections to and from other domestic and international destinations for all airlines. The project will include a new exit lane between Terminal A and Terminal B, additional shell space and the opportunity for a future location for airside ground boarding operations.

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 WEDNESDAY, AUGUST 28, 2024 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 addition, a Project Briefing shall be held via Zoom on MONDAY SEPTEMBER 9, 2024 AT 3:00PM. The briefing is not mandatory; however, it is strongly encouraged in order to best familiarize your firm with the project details and prequalification process. https://massport.zoom.us/j/85420205816 Meeting ID: 854 2020 5816

Responses shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, NAC, Director of Capital Programs and Environmental Affairs and no later than 12:00 Noon Local Time on THURSDAY OCTOBER 3, 2024 via Bid Express https://www.bidexpress.com/businesses/27137/home.

All questions relative to your submission shall be directed to CPBidQuestions@ massport.com. 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 RICHARD A. DAVEY CEO& EXECUTIVE DIRECTOR