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

Actions of Mississippi police Goon Squad ‘just tip of the iceberg’

‘Framing Freedom: The Harriet Hayden Albums’ offers glimpse of Black lives in Civil War-era Boston

Banner [Virtual] Art Gallery

READ PRINT EDITION

MPA CONTRACT #L1375-C2

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 MPA CONTRACT #L1375-C2, TERMINAL B 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 TERMINAL B OPTIMIZATION PROJECT, LOGAN INTERNATIONAL AIRPORT, TERMINAL B, PIER B, EAST BOSTON, MA 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 and ornamental iron; waterproofing, damp-proofing and caulking; roofing; glass and glazing; tile; terrazzo; acoustical tile; resilient floors; painting; elevators/ escalators; plumbing; HVAC; fire protection; and electrical.

The contract includes the following scope of work, to be carried out as phased construction: Two new building additions totaling approximately 83,800 square feet of new construction and 81,000 square feet of renovated space; a new 9 lane security checkpoint; renovation of holdrooms; two new exterior stairs; inspection and improvements to four existing elevators and two existing escalators; new baggage handling equipment and modification of existing baggage handling equipment; new concession shell space and infrastructure; and airside site improvements.

The estimated cost of the trade contractors’ portion of this phase of the Project is approximately $50,695,000 and the construction duration for this phase is approximately eighteen (18) months. The estimated value of work

to be performed by trade contractors is as follows:

Masonry: ..……………………………………………………$ 415,000

Miscellaneous and Ornamental Iron: ……………………$ 730,000

Waterproofing, Damp-proofing and Caulking: ………..$ 300,000

Roofing: ..…………………………………………………….$ 3,800,000

Glass and Glazing (storefront): ..………………………..$ 500,000

Tile: ..………………………………………………………….$ 700,000

Terrazzo: ..…………………………………………………..$ 2,250,000

Acoustical Tile: ..……………………………………………$ 2,300,000

Resilient Floors: ..…………………………………………..$ 1,000,000

Painting: ..……………………………………………………$ 2,000,000

Elevators/Escalators: ..……………………………………$ 1,000,000

Plumbing: ..………………………………………………….$ 2,200,000

HVAC: ..………………………………………………………$ 14,000,000

Fire Protection: ..…………………………………………..$ 1,500,000

Electrical: ..………………………………………………….$ 9,000,000

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 that discusses these Evaluation Criteria and the Prequalification Process in more detail as well as any other requirements for the Qualification Statements will be available to interested parties beginning March 22, 2017, by contacting Susan Brace at 617-568-5961 or via email at sbrace@ massport.com

A Project Briefing will be held on March 28, 2017, at 11:00am in the Capital Programs Department, Logan Office Center, 2nd floor, 1 Harborside Drive, East Boston, MA. Attendance at the briefing is not mandatory, however, it is strongly encouraged in order to best familiarize your firm with the project details and the prequalification process.

Six (6) copies of a bound document each limited to 20 sheets (40 pages), exclusive of covers and dividers and resumes which shall be limited to one page, shall be printed on both sides of the sheet (8 ½” x 11”) and shall be addressed to Mr. Houssam H. Sleiman, P.E., CCM, Director of Capital Programs and Environmental Affairs, and received no later than 12:00 Noon on Thursday, April 13, 2017, at the Massachusetts Port Authority, Logan Office Center, One Harborside Drive, Suite 209S, Logan International Airport, East Boston, MA 02128-2909. Any submittal that exceeds the page limit set here or that is not received in the Capital Programs Department by the above deadline shall be rejected as non-responsive.

Questions regarding this RFQ shall be submitted in writing and directed to cpbidquestions@massport.com with the Project name and number included in the subject line of the email.

MASSACHUSETTS PORT AUTHORITY

THOMAS P. GLYNN

CEO & EXECUTIVE DIRECTOR