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. L1740-C1R, LOC CRAC UNIT REPLACEMENT, ONE HARBORSIDE DRIVE, BOSTON, MA

MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. L1740-C1R, LOC CRAC UNIT REPLACEMENT, ONE HARBORSIDE DRIVE, BOSTON, MASSACHUSETTS, will be received through the internet using Bid Express until the date and time stated below, and will be posted on www.bidexpress.com immediately after the bid submission deadline.

Electronic General Bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY OCTOBER 25, 2023, immediately after which the electronic bids will be opened and read publicly in a designated room at the Capital Programs Department Office, Suite209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909.

Electronic filed sub-bids for the same contract will be received at the same office until 11:00 A.M. local time on WEDNESDAY OCTOBER 11, 2023, immediately after which, in a designated room, the filed sub-bids will be opened and read publicly.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 9:00 AM LOCAL TIME ON THURSDAY SEPTEMBER 28, 2023.

The work includes THE REMOVAL AND REPLACEMENT OF THE EXISTING CRAC UNITS SERVING THE 1ST AND 2ND FLOOR COMPUTER ROOMS. USE CHILLED WATER CRAC UNITS AND IN-ROW COOLING UNITS FOR THE 1ST FLOOR COMPUTER ROOM AND ELECTRIC ROOM, UTILIZING EXISTING CHILLED WATER INFRASTRUCTURE. REPLACE THE 1ST FLOOR COMPUTER ROOM CRAC UNITS IN-KIND WITH FOUR (4) 7.5 TON CHILLED WATER DOWN-FLOW CRAC UNITS. REPLACE THE 1ST FLOOR COMPUTER ROOM IN-ROW COOLING UNITS WITH EIGHT (8) 15.1KW/51.7 MBH 12” WIDE CHILLED WATER IN-ROW COOLING UNITS. REPLACE THE 1ST FLOOR ELECTRIC ROOM CRAC UNITS IN-KIND WITH TWO (2) 12 TON CHILLED WATER UP-FLOW CRAC UNITS. REPLACE THE 2ND FLOOR COMPUTER ROOM CRAC UNITS WITH THREE (3) 5 TON GLYCOL UP-FLOW CRAC UNITS WITH NEW ROOF MOUNTED DRY-COOLERS AND DUAL PUMP PACKAGES. PROVIDE CRAC UNITS/DRY-COOLERS WITH AN ECONOMIZER AND ASSOCIATED 3-WAY VALVES FOR “FREE COOLING” DURING THE WINTER. THE 2ND FLOOR COMPUTER ROOM CRAC UNITS/SYSTEMS TO BE REPLACED IN MULTIPLE (3) PHASES; 1; EXTEND THE NORTH WALL OF THE NORTH SCREENED-IN ENCLOSURE, REMOVE ABANDONED DRY-COOLERS AND INSTALL ONE NEW CRAC UNIT/SYSTEM. 2; REPLACE CRAC UNIT ON NORTH WALL. 3; REPLACE CRAC UNIT ON SOUTH WALL AND INSTALL NEW CRAC UNIT. THROUGH THE USE OF NEW BMS CARDS IN EACH CRAC UNIT, INTERFACE WITH EXISTING JCI METASYS SYSTEM. UPDATE CONTROLS AND GRAPHICS. PROVIDE TEMPORARY COOLING CONSISTING OF TWO (2) DX ROOFTOP UNITS AND ASSOCIATED DUCTWORK AND PORTABLE COMPUTER ROOM AIR CONDITIONING UNIT(S) TO ENABLE CRAC UNITS TO BE REPLACED WHILE MAINTAINING COOLING FOR THE 1ST FLOOR ELECTRIC ROOM, 1ST FLOOR COMPUTER ROOM AND 2ND FLOOR COMPUTER ROOM. EXTEND THE NORTH WALL OF THE NORTH SCREENED-IN ENCLOSURE TO ACCOMMODATE THE LARGER FUTURE RTU-1 AND 3RD DRY-COOLER. EXTEND THE NORTH WALL OF THE SCREENED-IN ENCLOSURE APPROXIMATELY 9’-6” FEET TO THE NORTH. ENCLOSE WALL EXTENSION WITH SOLID METAL PANELS AND LOUVERS (MATCH EXISTING). PROVIDE NEW ENCLOSED RAISED PLATFORM ABOVE THE ROOF TO SUPPORT SNOW DRIFTING. PROVIDE NEW CIRCUIT BREAKERS, DISCONNECT SWITCHES, CONDUIT AND WIRING TO PROVIDE POWER FOR THE NEW CRAC UNITS. PROVIDE TEMPORARY POWER, INCLUDING TEMPORARY TRANSFORMER, POWER PANELS, CONDUIT AND WIRING TO ENABLE SHUTDOWN OF EXISTING PANELBOARDS TO ENABLE NEW WORK AND AVOID ANY POWER INTERRUPTION TO THE DATA CENTER EQUIPMENT. PROVIDE NEW DUCT SMOKE DETECTORS, CONNECT TO EXISTING FIRE ALARM SYSTEM. FIRE ALARM REPROGRAMMING AND TESTING IN ACCORDANCE WITH NFPA 72-14. PROVIDE COMMISSIONING OF NEW CRAC UNITS.

Bid documents will be made available beginning WEDNESDAY SEPTEMBER 20, 2023.

Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through https://www.bidexpress.com/businesses/27137/home in the General Bid listing for this Project.

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 $5,500,000.00 [Five Million Five Hundred Thousand Dollars].

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 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 $1,000,000.00 [One Million Dollars]. 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 $1,820,000
ROOFING AND FLASHING $165,500
ELECTRICAL $659,000
PAINTING $27,400

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 TWO POINT ONE PERCENT (2.1%) 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 Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, all bidders/proposers will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.

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
LISA S. WIELAND
CEO & EXECUTIVE DIRECTOR