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

Former 1090 WILD-AM director Elroy Smith to host reunion for some of Boston’s best radio personalities

Breaking new ground: Break dancing debuts as sport at 2024 Paris Olympics

Roxbury affordable housing development goes fully electric — even when the power goes out

READ PRINT EDITION

MPA Contract No L1354-C3 CENTRAL HEATING PLANT CHILLERS CH-2 AND CH-3 REPLACEMENT

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Sealed Filed Sub-Bids for MPA Contract No. L1354-C3, CENTRAL HEATING PLANT CHILLERS CH-2 AND CH-3 REPLACEMENT, LOGAN INTERNATIONAL AIRPORT, 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, APRIL, 26, 2017, immediately after which, in a designated room, the bids will be opened and read publicly.

The Authority has pre-qualified bidders for the work of the General Contractor and HVAC Sub-Trade for this project.

NOTE: PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:00 AM LOCAL TIME ON TUESDAY, APRIL 11, 2017.

ROOFING CONTRACTOR SHALL COMPLETE THE INSTALLATION OF PORTIONS OF EXISTING ROOF WITH A NEW HIGH PERFORMANCE MECHANICALLY ATTACHED AND/OR FULLY ADHERED SYSTEM INCLUDING ROOF RELATED INSULATION AND/OR COVER BOARDS, FLASHINGS, ACCESSORIES AND RELATED.

PAINTING CONTRACTOR SHALL COMPLETE THE PAINTING OF EXPOSED INTERIOR AND EXTERIOR ITEMS AND SURFACES, INCLUDING SURFACE PREPARATION, PAINTING OF EQUIPMENT, BARE PIPING, INSULATED PIPES, CONCRETE SURFACES AND STEEL.

PLUMBING CONTRACTOR SHALL COMPLETE THE INSTALLATION OF NEW BACKFLOW PREVENTER, MAKE-UP WATER CONNECSTIONS, DOMESTIC COLD WATER PIPING, NEW FLOOR DRAINS, WASTE PIPING, PIPE INSULTATION, RELOCATION OF EXISTING PIPING INCLUDING VENT PIPING AND HOSE BIBB.

ELECTRICAL CONTRACTOR SHALL COMPLETE THE INSTALLATION OF INTERIOR DISTRIBUTION SYSTEMS INCLUDING MODIFICATIONS TO EXISTING MEDIUM VOLTAGE SWITCHGEAR AND MCC LINEUPS, MEDIUM VOLTAGE DRY TYPE TRANSFORMER, MEDUM AND LOW VOLTAGE VARIABLE SPEED DRIVES, OVERCURRENT AND SWITCHING DEVICES, RACEWAYS, WIRING, JUNCTION AND PULL BOXES, WIREWAYS, AND ALL OTHER COMPONENTS REQUIRED FOR A COMPLETE ELECTRICAL DISTRIBUTION SYSTEM AND POWER WIRING (MEDIUM AND LOW VOLTAGE) TO HVAC EQUIPMENT.

Bid documents will be made available beginning THURSDAY, APRIL 6, 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, 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 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.

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 ONE MILLION DOLLARS, ($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:

ROOFING AND FLASHING Estimate $50,000.00

PAINTING Estimate $105,000.00

PLUMBING Estimate $30,000.00

ELECTRICAL Estimate $1,900,000.00

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 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