M647-CX FLYNN CRUISEPORT MODERNIZATION
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 M647-CX FLYNN CRUISEPORT MODERNIZATION. 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 FLYNN CRUISEPORT, BOSTON. 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 and Ornamental Irons, Waterproofing, Dampproofing & Caulking, Roofing & Flashing, Tile, Acoustic Tile , Resilient Flooring, Painting, Elevators & Escalators, Fire Protection, Plumbing, HVAC, Electrical, and Glass and Glazing.
The estimated cost of the trade contractors’ portion of this phase of the Project is approximately $9,825,000 and the construction duration for this phase is approximately Twenty-Four (24) months. The estimated value of work to be performed by trade contractors is as follows:
MASONRY…………………………………………………………………..$350,000
MISCELLANEOUS AND ORNAMENTAL IRONS……………$615,000
WATERPROOFING, DAMPPROOFING, CAULKING………$115,000
ROOFING & FLASHING……………………………………………….$2,600,000
TILE……………………………………………………………………………$450,000
ACOUSTICAL TILE………………………………………………………$150,000
RESILIENT FLOORING……………………………………………….$35,000
PAINTING…………………………………………………………………..$370,000
ELEVATORS AND ESCALATORS………………………………….$860,000
FIRE PROTECTION……………………………………………………..$250,000
PLUMBING…………………………………………………………………$550,000
HVAC………………………………………………………………………….$780,000
ELECTRICAL………………………………………………………………$1,930,000
GLASS AND GLAZING…………………………………………………$770,000
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 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 SBrace@massport.com
In addition, a Project Briefing shall be held via Zoom on 04/25/2025 at 9:00AM. 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/84778732619
Meeting ID: 847 7873 2619.
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 05/08/2025 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