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

Wellness expo brings community support to Roxbury residents

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

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

READ PRINT EDITION

MPA Contract No. M625-C1 – BLACK FALCON CRUISE TERMINAL PHASE II SEAWALL STRUCTURAL REHAB

MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. M625-C1 – BLACK FALCON CRUISE TERMINAL PHASE II SEAWALL STRUCTURAL REHAB, BLACK FALCON CRUISE 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 Wednesday, August 7, 2019 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 AT THE BLACK FALCON CRUISE TERMINAL, ONE BLACK FALCON AVENUE, SOUTH BOSTON, MASSACHUSETTS AT 11:00 AM LOCAL TIME ON THURSDAY, JULY 25, 2019. IF CONTRACTORS WISH TO ENTER THE GALLERY SYSTEM TO INSPECT THE WORK AREAS, THEY MUST BRING A CONFINED SPACE ENTRY HARNESS, WORK BOOTS, AND HARDHAT, ALL OF WHICH MUST BE WORN WHILE IN THE GALLERY SYSTEM.

The BASE BID work includes

REPAIRS TO THE UNDERSIDE OF THE CONCRETE DECK OF BLACK FALCON CRUISE TERMINAL, INCLUDING PLACEMENT OF TIMBER FORMWORK FOR ENCASEMENT OF TIMBER PILES WITH CONCRETE, CONCRETE CAP WALL CRACK REPAIRS, REPAIRS TO SUPPORTING CONCRETE BEAMS AND PAINTING OF THE NORTHERN PASSENGER BRIDGE WHEEL LANE ON TOP OF THE PIER DECK.

ALL WORK WILL TAKE PLACE BELOW THE EXISTING PIER DECK OF BLACK FALCON CRUISE TERMINAL, WITH THE EXCEPTION OF DECK PAINTING.

BASE BID WORK INCLUDES REPAIRS AS FOLLOWS:

  • EXPOSED TIMER PILE ENCASEMENTS AT CAP WALLS AND PYRAMID FOUNDATIONS
  • CONCRETE CAP WALL – CRACK REPAIRS
  • CONCRETE BEAM REPAIRS
  • DECK PAINTING
  • COMPLIANCE WITH ALL PERMIT REQUIREMENTS.

THE ADD-ALTERNATE #1 WORK INCLUDES ADDITIONAL BEAM REPAIRS AS FOLLOWS:

  • BEAM ENCASEMENT WITH FRP REINFORCEMENT
  • COMPLIANCE WITH ALL PERMIT REQUIREMENTS

THE ADD-ALTERNATE #2 WORK INCLUDES SUPPLEMENTAL CONCRETE CAP WALL CRACK REPAIRS FOLLOWS:

  • CONCRETE CAP WALL CRACK REPAIRS
  • COMPLIANCE WITH ALL PERMIT REQUIREMENTS

THE ADD-ALTERNATE #3 WORK INCLUDES OPTIONAL CAP WALL CRACK REPAIR METHODOLOGY AS FOLLOWS:

  • CONCRETE CAP WALL CRACK REPAIRS WITH FRP REINFORCEMENT
  • COMPLIANCE WITH ALL PERMIT REQUIREMENTS

Bid documents will be made available beginning Wednesday, July 17, 2019.

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 listing for this Project.

The estimated Base Bid Cost is TWO MILLION, THREE HUNDRED FORTY-FIVE THOUSAND DOLLARS ($2,345,000).

The estimated cost for Add-Alternate #1 is: FOUR HUNDRED THOUSAND DOLLARS ($400,000).

The estimated cost for Add-Alternate #2 is: ONE HUNDRED TWENTY THOUSAND DOLLARS ($120,000).

The estimated cost for Add-Alternate #3 is: ONE HUNDRED FORTY-FIVE THOUSAND DOLLARS ($145,000).

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 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.

This contract is subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than FIVE AND THREE TENTHS PERCENT (5.3%) 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 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.

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