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

Franklin Park neighbors divided over Shattuck redevelopment project

Renovations to historic Lenox Apartments complete

READ PRINT EDITION

MPA CONTRACT NO. H275-C1 AIRCRAFT RESCUE FIRE FIGHTING / UNITED STATES CUSTOMS AND BORDER PROTECTION FACILITY, L.G. HANSCOM FIELD, BEDFORD, MASSACHUSETTS

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Sealed Filed Sub-Bids for MPA CONTRACT NO. H275-C1 AIRCRAFT RESCUE FIRE FIGHTING / UNITED STATES CUSTOMS AND BORDER PROTECTION FACILITY, L.G. HANSCOM FIELD, BEDFORD, MASSACHUSETTS, will be received from Sub-Contractors for this project 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, FEBRUARY 21, 2018, immediately after which, in a designated room, the proposal will be opened and read publicly.

The Authority has pre-qualified bidders for the work of the General Contractor. The following is a list of the General Contractors that have been pre-qualified in accordance with M.G.L. Chapter 149, Section 44 ½.

• BOND Brothers, Inc.

• Boston Building & Bridge Corp.

• Colantonio, Inc.

• Daniel O’Connell’s Sons, Inc.

• G&R Construction, Inc.

• J&J Contractors, Inc.

• New England Lead Burning Company, Inc.

• Page Building Construction Company, Inc.

• WES Construction Corp.

NOTE: PRE BID CONFERENCE WILL BE HELD AT THE MASSPORT 2ND FLOOR CONFERENCE ROOM, CIVIL AIR TERMINAL, HANSCOM FIELD, BEDFORD, MA AT 10:00 A.M. LOCAL TIME ON TUESDAY, FEBRUARY 6, 2018.

The work includes THE CONSTRUCTION OF A NEW STATE-OF-THE-ART MASSPORT AIRCRAFT RESCUE AND FIRE-FIGHTING FACILITY (ARFF) / UNITED STATES CUSTOMS AND BORDER PROTECTION FACILITY (CBP) AT L.G. HANSCOM FIELD. THE BUILDING WILL MEET ALL THE REQUIREMENTS OF MASSPORT FIRE DEPARTMENT, FEDERAL AVIATION ADMINISTRATION, AND UNITED STATES CUSTOMS AND BORDER PROTECTION. THE FACILITY WILL BE LEED GOLD CERTIFIED.

Bid documents will be made available beginning THURSDAY, FEBRUARY 1, 2018.

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, filed Sub-bidders must submit with their bid a current Sub-bidder Certificate of Eligibility issued by the Division of Capital Asset Management and an 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 Filed Sub-Bid consisting of a bid deposit for five (5) percent of the value 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.

Bidders must submit a Buy American Certificate with all bids or offers on AIP funded projects. Bids that are not accompanied by a completed Buy American Certificate must be rejected as nonresponsive.

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 FIVE MILLION DOLLARS ($ 5,000,000.00). 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:

ACOUSTICAL TILE – $21,450

ELECTRICAL – $1,261,587

FIRE PROTECTION SPRINKLER SYSTEM – $84,418

HEATING, VENTILATING, AND AIR CONDITIONING -$467,700

GLASS AND GLAZING – $48,682

MASONRY – $536,332

METAL WINDOWS – $96,983

PAINTING – $151,635

PLUMBING – $432,067

ROOFING AND FLASHING – $150,865

TILE – $90,152

WATERPROOFING, DAMP PROOFING, AND CAULKING – $52,644

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 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.

A Contractor having fifty (50) or more employees and his subcontractors having fifty (50) or more employees who may be awarded a subcontract of $50,000 or more will, within one hundred twenty (120) days from the contract commencement, be required to develop a written affirmative action compliance program for each of its establishments.

Compliance Reports – Within thirty (30) days of the award of this Contract the Contractor shall file a compliance report (Standard Form [SF 100]) if:

(a) The Contractor has not submitted a complete compliance report within twelve (12) months preceding the date of award, and

(b) The Contractor is within the definition of “employer” in Paragraph 2c(3) of the instructions included in SF100.

The contractor shall require the subcontractor on any first tier subcontracts, irrespective of the dollar amount, to file SF 100 within thirty (30) days after the award of the subcontracts, if the above two conditions apply. SF 100 will be furnished upon request. SF 100 is normally furnished Contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address:

Joint Reporting Committee

1800 G Street

Washington, DC 20506

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