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

James Brown tribute concert packs the Strand

The Boston Public Quartet offers ‘A Radical Welcome’

Democratic leaders call for urgent action in Haiti

READ PRINT EDITION

M249-C1, CRANE PAINTING PROGRAM, CONLEY TERMINAL, SOUTH BOSTON, MA

MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. M249-C1, CRANE PAINTING PROGRAM, CONLEY TERMINAL, 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 bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on July 7th, 2021 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.

No paper copies of bids will be accepted.

NOTE: A PRE-BID CONFERENCE WILL BE HELD WILL BE HELD, OUTDOORS AT CONLEY TERMINAL, 700 SUMMER ST., BOSTON, MA, ON TUESDAY, JUNE 22ND, 2021, AT 10:00 AM LOCAL TIME. ALL ATTENDEES MUST BRING A VALID DRIVER’S LICENSE, US PASSPORT, OR TWIC TO OBTAIN ENTRY TO CONLEY TERMINAL. PLEASE ARRIVE AT LEAST 1/2 HOUR EARLY TO OBTAIN SECURITY CLEARANCE PRIOR TO ENTRY. PLEASE MEET IN LARGE PARKING AREA AT NORTH SIDE OF SECURITY BUILDING

The work includes IMPROVEMENTS TO THE EXISTING CONTAINER CRANES AT CONLEY TERMINAL. WORK TASKS INCLUDE, BUT ARE NOT LIMITED TO: INSTALLING, MAINTAINING AND REMOVING CONTAINMENT SYSTEMS; REMOVING EXISTING COATINGS; DISPOSING WASTE GENERATED DURING EXISTING COATING REMOVAL; SURFACE PREPARATION FOR NEW COATINGS, FURNISHING AND INSTALLING NEW COATINGS (PRIMER, INTERMEDIATE COAT, FINISH COAT); TESTING EXISTING WELDS (MAGNETIC PARTICLE TESTING AND ULTRASONIC TESTING); DETERMINING EXISTING STEEL AND WELD METAL TYPES; REPAIRING DETERIORATED WELDS; FURNISHING, FABRICATING AND INSTALLING REPAIRS TO STRUCTURAL STEEL; AND DISPOSAL OF ALL SURPLUS MATERIALS.

Bid documents will be made available beginning June 16th, 2021

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

The estimated contract cost is TWO MILLION, TWO HUNDRED EIGHTY SEVEN THOUSAND, FIVE HUNDRED DOLLARS ($2,287,500.00) for base bid, NINE HUNDRED FORTY SEVEN THOUSAND, FIVE HUNDRED DOLLARS ($947,500.00) for Add Alternate No. 1, NINE HUNDRED FORTY SEVEN THOUSAND, FIVE HUNDRED DOLLARS ($947,500.00) for Add Alternate No. 2, ONE HUNDRED THIRTY FIVE THOUSAND, SIX HUNDRED TWENTY FIVE DOLLARS ($135,625.00) for Add Alternate No. 3, and NINETY FIVE THOUSAND, EIGHT HUNDRED FORTY DOLLARS ($95,840.00) for Add Alternate No. 4

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.

Bidders must submit a Buy American Certificate with all bids. 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 $1,000,000.00. 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.

This contract is subject to a Disadvantaged Business Enterprise participation provision requiring that not less than 3.5% of the Contract be performed by disadvantaged 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 Article 84 of the 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
LISA S. WIELAND
CEO & EXECUTIVE DIRECTOR