Page 21

Loading...
Tips: Click on articles from page

More news at Page 21






Page 21 164 viewsPrint | Download

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 L1366-C3, NORTH SERVICE AREA 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 North Service Area. 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: ACOUSTICAL TILE; ELECTRICAL; ELEVATORS, FIRE PROTECTION; GLASS & GLAZING; HVAC; MASONRY; MISCELLANEOUS AND ORNAMENTAL IRONS; PAINTING; PLUMBING; RESILIENT FLOORING; ROOFING & FLASHING; METAL WINDOWS; TILE; AND WATERPROOFING, DAMPPROOFING, CAULKING.

The estimated cost of the trade contractors’ portion of this phase of the Project is approximately $95,000,000 and the construction duration for this phase is approximately FOURTY EIGHT (48) months. The estimated value of work to be performed by trade contractors is as follows:

ACOUSTICAL TILE......................................................... $750,000 ELECTRICAL............................................................ $35,000,000 ELEVATOR, ESCALATOR, MOVING WALKWAYS............ $2,000,000 FIRE PROTECTION..................................................... $3,750,000 GLASS & GLAZING.......................................................... $50,000 HVAC....................................................................... $15,700,000 MASONRY.................................................................. $4,750,000 METAL WINDOWS............................................................ $50,000 MISCELLANEOUS AND ORNAMENTAL IRONS.............. $3,500,000 PAINTING................................................................... $2,000,000 PLUMBING................................................................. $9,500,000 RESILIENT FLOORING................................................. $1,000,000 ROOFING & FLASHING............................................. $15,700,000 TILE.............................................................................. $750,000 WATERPROOFING, DAMP-PROOFING, CAULKING............ $500,000

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 multi-purpose building(s) including office, kitchen, workshops, high-bay vehicle repair and large commercial vehicle storage spaces. 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, JULY 23, 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]

Responses shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, NAC, Chief Infrastructure Officer, and received no later than 12:00 PM Local Time on THURSDAY, AUGUST 28, 2025, 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 Richard A. Davey CEO & Executive Director


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. MP2501-C1 – FY26-27 SHIP TO SHORE CRANE RAIL REPAIRS TERM CONTRACT, CONLEY CONTAINER 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, AUGUST 13, 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 HELD AT CONLEY CONTAINER TERMINAL, 700 SUMMER STREET, SOUTH BOSTON, MASSACHUSETTS AT 8:00 AM LOCAL TIME ON WEDNESDAY, JULY 30, 2025. PARK IN THE LOT ADJACENT TO THE ENTRY SECURITY BUILDING. ALL ATTENDEES MUST BRING A TWIC OR A VALID PASSPORT OR DRIVER’s LICENSE TO ALLOW ACCESS INTO THE TERMINAL.

The work includes the following on an as-needed basis:

• PROCUREMENT OF NEW SHIP TO SHORE CRANE RAIL, • PROCUREMENT OF CRANE RAIL ACCESSORIES, • CRANE RAIL REPLACEMENT FOR BERTH 10 OR BERTHS 11/12, • CRANE RAIL CRACK REPAIR FOR BERTH 10 OR BERTHS 11/12, • CRANE RAIL EXPANSION JOINT REPLACEMENT – BERTH 10 OR BERTHS 11/12, AND • MISCELLANEOUS REPAIRS AS REQUESTED BY MASSPORT.

Bid documents will be made available beginning WEDNESDAY, JULY 23, 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 $3,000,000.

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 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.

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