Close
Current temperature in Boston - 62 °
BECOME A MEMBER
Get access to a personalized news feed, our newsletter and exclusive discounts on everything from shows to local restaurants, All for free.
Already a member? Sign in.
The Bay State Banner
BACK TO TOP
The Bay State Banner
POST AN AD SIGN IN

Trending Articles

‘Chief problem solver’ aims to make medical tech industry more diverse

James Brown tribute concert packs the Strand

Franklin Park neighbors divided over Shattuck redevelopment project

READ PRINT EDITION

MPA Contract No. L1025-C9, LOC THIRD FLOOR RENOVATION, ONE HARBORSIDE DRIVE, EAST BOSTON

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Sealed General Bids for MPA Contract No. L1025-C9, LOC THIRD FLOOR RENOVATION, ONE HARBORSIDE DRIVE, EAST BOSTON, MASSACHUSETTS, will be received by the Massachusetts Port Authority at the Capital Programs Department Office, Suite 209S – Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909, until 11:00 A.M. local time on WEDNESDAY, JULY 26, 2017, immediately after which, in a designated room, the bids will be opened and read publicly.

Sealed filed sub bids for the same contract will be received at the same office until 11:00 A.M. local time on WEDNESDAY, JULY 12, 2017, immediately after which, in a designated room, the filed sub bids will be opened and read publicly.

NOTE: PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT SUITE 209S – LOGAN OFFIC CENTER, ONE HARBORSIDE DRIVE, EAST BOSTON, MASSACHUSETTS 02128-2909 AT 10:00A.M. LOCAL TIME ON THURSDAY, JUNE 22, 2017.

The work includes THE SELECTIVE DEMOLITION, CONSTRUCTION, AND FINISH REPLACEMENT OF 19,000 S.F. ON THE SOUTH PORTION OF THE THIRD FLOOR AT THE LOGAN OFFICE CENTER. THE GENERAL SCOPE OF WORK INCLUDES REMOVAL OF TWO BATHROOMS CURRENTLY OUT OF ORDER, RECONFIGURING FIVE OFFICES INTO EIGHT; THE ADDITION OF THREE NEW OFFICES AND 4 NEW CONFERENCE ROOMS; RECONFIGURING AN EXISTING KITCHENETTE; AND REPLACEMENT OF ALL FINISHES THROUGHOUT THE SPACE INCLUDING CARPET AND RESILIENT FLOORING, PAINT, AND CEILING. NEW LIGHTING WILL BE PROVIDED IN SELECT LOCATIONS, SUCH AS THE CONFERENCE ROOMS AND KITCHENETTE, WITH EXISTING FIXTURES BEING REUSED FOR THE REMAINDER OF THE SPACE AND UPDATING CONTROLS THROUGHOUT. THE HVAC SYSTEM WILL BE RECONFIGURED TO SUPPORT THE RECONFIGURED SPACE, WITH NEW VAV BOXES, DUCTWORK, AND THERMOSTATS TO PROVIDE ADDITIONAL CONTROL TO THE OCCUPANTS. A NEW ELECTRICAL CLOSET AND PANEL WILL BE ADDED TO SUPPORT THE MODIFIED HVAC SYSTEM.

Bid documents will be made available beginning THURSDAY, JUNE 15, 2017.

Bid Documents in electronic format may be obtained free of charge at the Authority’s Capital Programs Department Office, together with any addenda or amendments, which the Authority may issue and a printed copy of the Proposal form.

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 & Maintenance and an Update Statement. The General Bidder must be certified in the category of GENERAL BUILDING CONSTRUCTION.

The estimated contract cost is ONE MILLION, SEVEN HUNDRED FIFTEEN THOUSAND DOLLARS ($1,715,000).

In order to be eligible and responsible to bid on this contract, filed Sub-bidders must submit with their bid a current Sub-bidder Certificate of Eligibility issued by the Division of Capital Asset Management & Maintenance and a Sub-bidder Update Statement. The filed Sub-bidder must be certified in the sub-bid category of work for which the Sub-bidder is submitting a bid proposal.

Bidding procedures and award of the contract and sub contracts shall be in accordance with the provisions of Sections 44A through 44H 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, or cash, or a certified check, or a treasurer’s or a cashier’s check issued by a responsible bank or trust company, payable to the Massachusetts Port Authority 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 Commissioner of Labor and Industries of Massachusetts, 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.

Filed sub bids will be required and taken on the following classes of work:

HEATING, VENTILATING, AND AIR CONDITIONING $420,000.00

ACOUSTICAL TILE $114,000.00

PAINTING $ 60,000.00

PLUMBING $ 44,000.00

ELECTRICAL $154,000.00

FIRE PROTECTION SPRINKLER SYSTEMS $ 50,000.00

The Authority reserves the right to reject any sub bid of any sub trade where permitted by Section 44E of the above referenced General Laws. The right is also reserved to waive any informality in or to reject any or all proposals and General Bids.

This contract is subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than THREE AND EIGHT TENTHS PERCENT (3.8%) of the Contract be performed by minority and women owned business enterprise contractors. 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 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 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

THOMAS P. GLYNN

CEO & EXECUTIVE DIRECTOR