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 L1820-C2 NORTH GARAGE. 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 LOGAN INTERNATIONAL AIRPORT. 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: ELEVATORS/ HORIZONTAL MOVING WALKWAYS.
The estimated cost of the trade contractors’ portion of this phase of the Project is approximately $22,110,000 and the construction duration for this phase is approximately 72 months. The estimated value of work to be performed by trade contractors is as follows:
Elevators/Horizontal Moving Walkways …………….$22,110,000
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 WEDNESDAY, MARCH 12, 2025 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 MONDAY, MARCH 17, 2025, AT 2:30PM. 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/83261165412 Meeting ID: 832 6116 5412
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, ARPIL 10, 2025, 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 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 Richard A. Davey CEO & Executive Director
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 L1697-C4C TERMINAL B ROADWAY & GARAGE OPTIMIZATION. 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 LOGAN INTERNATIONAL AIRPORT. 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.
The estimated cost of the trade contractors’ portion of this phase of the Project is approximately $120,000 and the construction duration for this phase is approximately 11 months. The estimated value of work to be performed by trade contractors is as follows:
Masonry …………………………………………...........$120,000
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 WEDNESDAY, MARCH 12, 2025 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 WEDNESDAY, MARCH 19, 2025, AT 10:00AM. 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/89194371028 Meeting ID: 891 9437 1028
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, APRIL 10, 2025, 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 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 Richard A. Davey CEO & Executive Director
MASSACHUSETTS PORT AUTHORITY NOTICE TO CONTRACTORS
Electronic General Bids for MPA Contract No. L1709-C2, 2025 MISCELLANEOUS AIRFIELD PAVEMENT IMPROVEMENTS, 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, APRIL 2, 2025, 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 A.M. LOCAL TIME ON THURSDAY MARCH 20, 2025. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/82523195136 DIAL IN: +1 (646) 558-8656 OR +1 (267) 831-0333 MEETING ID: 825 2319 5136
The work includes:
PAVEMENT MILLING, HOT MIX ASPHALT PAVING, CRACK REPAIRS, RUNWAY AND
TAXIWAY GROOVING, PAVEMENT MARKINGS, AND IN-PAVEMENT LIGHT ADJUSTMENTS.
Bid documents will be made available beginning WEDNESDAY, MARCH 12, 2025
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 $2.75 MILLION.
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 $10 MILLION. 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 [10%] TEN PERCENT 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 Richard A. Davey CEO & Executive Director
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
WRA-5619 Water Metering Flow Testing 03/25/25 2:00 p.m.
WRA-5618
Stainless Steel Storage Tank Access Hatches
03/27/25 3:00 p.m.
To access and bid on Event(s) please go to the MWRA Supplier Portal at https://supplier.mwra.com.