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

‘Chief problem solver’ aims to make medical tech industry more diverse

James Brown tribute concert packs the Strand

Franklin Park neighbors divided over Shattuck redevelopment project

READ PRINT EDITION

MPA Contract No. L199-C1 NORTH CARGO REHABILITATION – PHASE 1 AND OTHER AIRFIELD IMPROVEMENTS, LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS

MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS

Sealed General Bids for MPA Contract No. L199-C1 NORTH CARGO REHABILITATION – PHASE 1 AND OTHER AIRFIELD IMPROVEMENTS, 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, MARCH 6, 2019, immediately after which, in a designated room, the proposal will be opened and read publicly.

NOTE: PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:00 A.M. LOCAL TIME ON WEDNESDAY, FEBRUARY 20, 2019.

The work includes PAVEMENT MILLING, HOT MIX ASPHALT PAVING, CRACK REPAIR, UTILITY STRUCTURE ADJUSTMENTS, PORTLAND CEMENT CONCRETE REMOVAL AND REPLACEMENT, NEW CONDUIT, CABLE, AND LIGHT BASE INSTALLATION (OWNER SUPPLIED) IN PCC REPLACEMENT AREA, PCC APRON CRACK AND SPALL REPAIR AND PCC HARDSTANDS.

Bid documents will be made available beginning WEDNESDAY, FEBRUARY 13, 2019.

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.

The estimated contract cost is SIX MILLION, THREE HUNDRED THOUSAND DOLLARS ($6,300,000.).

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, 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.

Bidders must submit a Buy American Certificate with all bids or offers on AIP funded projects. 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 TEN MILLION DOLLARS ($10,000,000). 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.

This contract is subject to a Disadvantaged Business Enterprise participation provision requiring that not less than five percent (5.0 %) 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
JOHN P. PRANCKEVICIUS
ACTING CEO & EXECUTIVE DIRECTOR