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

Sarah-Ann Shaw, Boston's reporting legend, 90

Uncle Nearest Premium Whiskey honors first African American Master Distiller’s legacy

NAACP urges Black student-athletes to consider alternatives to Florida public schools

READ PRINT EDITION

MPA Contract No. M545-C4, NEW BERTH 10 UTILITY INFRASTRUCTURE – CONLEY TERMINAL, SOUTH BOSTON, MA

MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. M545-C4, NEW BERTH 10 UTILITY INFRASTRUCTURE – 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 General Bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, MAY 15, 2019, immediately after which the electronic bids will be opened and read publicly in a designated room at the Capital Programs Department Office, Suite 209S, 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, MAY 1, 2019, 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 LARGE ADMIN CONFERENCE ROOM OF CONLEY CONTAINER TERMINAL, 700 SUMMER STREET, BOSTON, MA 02127, 10:30 AM LOCAL TIME ON THURSDAY, APRIL 18, 2019. 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.

The work includes:

NEW MAIN SERVICE SUBSTATION CONSTRUCTION: WORK INCLUDES THE INSTALLATION OF A NEW 15 KV MAIN TERMINAL SUBSTATION TO REPLACE EXISTING INCOMING MAIN ELECTRIC SERVICES WITH COORDINATION; STEP-DOWN VOLTAGE COMPONENTS TO 480/277V AND 208/120V DISTRIBUTION FOR SUBSTATION OPERATIONS AND SUPPORT; NEW 15 KV SWITCHGEAR, MASSPORT METERING, EVERSOURCE METERING, SECURITY, FIRE ALARM, DC SYSTEMS, LIGHTING, CONVENIENCE POWER, HVAC SYSTEMS, AND INTEGRATED POWER ASSEMBLY (IPA); AND ELEVATED PILE SUPPORTED CONCRETE FOUNDATION.

NEW SITE SWITCH HOUSE #1 CONSTRUCTION: PROVIDE NEW SITE SWITCH HOUSE #1 INCLUDING RELOCATION OF ASSOCIATED FEEDERS AND BRANCH CIRCUITS FED FROM EXISTING SITE SWITCH HOUSE #1; PROVIDE 480V DISTRIBUTION SYSTEM TO SUPPORT SITE POWER NEEDS; NEW 15 KV SWITCHGEAR, SECURITY, FIRE ALARM, DC SYSTEMS, LIGHTING, CONVENIENCE POWER, HVAC SYSTEMS, AND INTEGRATED POWER ASSEMBLY (IPA); AND ELEVATED PILE SUPPORTED CONCRETE FOUNDATION.

UTILITY CONSTRUCTION: PROVIDE UNDERGROUND MEDIUM-VOLTAGE, LOW-VOLTAGE AND COMMUNICATIONS FEEDERS, DUCT BANKS, AND MANHOLES AND ASSOCIATED MANHOLE HARDWARE AND GROUNDING TO SUPPORT NEW SUBSTATION AND SWITCH HOUSE #1 AND MAKE CONNECTIONS INTO TERMINAL AND TO THREE NEW STS CRANES. MODIFY EXISTING DISTRIBUTION TO ELIMINATE THREE MANHOLES.

PAVEMENT AND UTILITY CONSTRUCTION: BACKLAND PAVEMENT AND UTILITY CONSTRUCTION INCLUDES DEMOLITION OF EXISTING BUILDINGS, MISCELLANEOUS DEMOLITION AND SITE CLEARANCE, GRADING OF EXISTING SITE, REMOVE AND STORE EXCESS SOIL MATERIAL; REMOVE AND DISPOSE OF EXCESS AND/OR UNSUITABLE SOIL MATERIAL; SUPPLY AND INSTALL ASPHALT PAVING, AND STRIPING, LANDSCAPING, FENCING, AND UTILITIES (COMMUNICATIONS, ELECTRICAL, WATER, SANITARY SEWER AND STORMWATER).

SITE WORK: INCLUDES SAW CUTTING AND REMOVAL OF PAVEMENT, EXCAVATION, STONE BASE, GEOGRIDS, CONCRETE RTG RUNWAY, REMOVE AND DISPOSE OF ALL EXCESS MATERIALS, PAVEMENT PATCHING AND STRIPING.

Bid documents will be made available beginning WEDNESDAY, APRIL 10, 2019, at 9:00 AM.

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 ELEVEN MILLION, THREE HUNDRED SEVENTY-FIVE THOUSAND DOLLARS ($11,375,000).

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.

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 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 $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:

ELECTRICAL $ 7,464,000.00

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 subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than THREE PERCENT (3%) 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 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
JOHN P. PRANCKEVICIUS
ACTING CEO & EXECUTIVE DIRECTOR