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. M705-C1, ROOF REPLACEMENT AND ASSOCIATED WORK AT MPA FISH PIER EAST, BOSTON FISH PIER, 212 NORTHERN AVENUE, SOUTH BOSTON

MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. M705-C1, ROOF REPLACEMENT AND ASSOCIATED WORK AT MPA FISH PIER EAST, BOSTON FISH PIER, 212 NORTHERN AVENUE, SOUTH 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, JULY 26, 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, JULY 19, 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 MARITIME EAST CONFERENCE ROOM AT BOSTON FISH PIER EAST BUILDING 10:00 A.M. LOCAL TIME ON MONDAY, JULY 10, 2023. A site walk of the project area will follow at 11:00 A.M.

The work includes

REMOVE EXISTING ROOFING SYSTEM, FLASHINGS, AND ACCESSORIES INCLUDING ABATEMENT OF GUANO AND ACM. REPAIR/REPLACE ISOLATED WOOD FRAMING ELEMENTS. REPAIR AND REPLACE WOOD DECKING AS REQUIRED. REPLACE EXISTING GENERATOR DUNNAGE. PROVIDE NEW SUPPORTS BENEATH EXISTING GAS LINE TO REMAIN. MODIFY EXISTING GAS LINE AS REQUIRED TO ACCOMMODATE RAISING OF MISCELLANEOUS EXISTING ROOFTOP UNITS. REMOVE AND REPLACE ROOF DRAINS, ROOF ACCESS HATCHES, EQUIPMENT HATCHES, AND SKYLIGHTS. CLAD CMU PENTHOUSES WITH SHEET METAL. INSTALL NEW MULTI-PLY ROOF SYSTEM AT MAIN ROOF AREAS AND EPDM MEMBRANE ROOF SYSTEM AT CANOPIES AS INDICATED IN THE CONTRACT DOCUMENTS INCLUDING SHEET METAL, FLASHINGS, AND ASSOCIATED WORK.

Bid documents will be made available beginning WEDNESDAY, JUNE 21, 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 Assessment Management and an Update Statement. The General Bidder must be certified in the category of GENERAL CONTRACTOR. The estimated contract cost is THREE MILLION, FIVE HUNDRED FIFTY FIVE THOUSAND, TWO HUNDRED DOLLARS ($3,555,200.00)

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 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 $10,000,000 (TEN 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
ROOFING AND FLASHING
PLUMBING
ELECTRICAL

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 NINE AND FOUR TENTHS PERCENT (9.4%) 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 U.S.C. Sections 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, MBE/WBEs will be afforded a full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin in consideration of the 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