CITY OF CAMBRIDGE PURCHASING DEPARTMENT
Sealed bids will be received at City Hall, Cambridge, MA 02139 until 11:00 AM Thursday, March 20, 2025 at which time and place they will be opened and read for furnishing the following:
File No. 30072A - Landscape Maintenance Program for CWD - REBID
The City reserves the right to reject any and all bids if it is in the City’s best interest to do so. The Invitation for Bid may be downloaded and viewed from the City’s eProcurement portal, https://procurement.opengov.com/portal/cambridgema.
This ad can also be found at the MNPA website: masspublicnotices.org
Elizabeth Unger Purchasing Agent
NOTICE OF PUBLIC SALE OF GOODS TO SATISFY LIEN AUCTION
In accordance with the provisions of the Massachusetts General Law Section 7-210. notice is hereby given that on 3/12/25 at the hour of 7:30 AM on said date, at https://www.storagetreasures.com, the undersigned will sell at public auction, in lawful money of the United States, the articles described hereinafter described, belonging to, or deposited with the undersigned by the persons hereinafter named at Clutter, INC. Said goods are being held on the accounts of: Amie Mendoza, Monica Barron, Daniel Fastlicht, Junior k dorelas, Nathalie Fontanez, Heekyoung Woo, Ray Chen, Ryan Andaluz.All other goods are described as household goods, furniture, antiques, appliances, tools, misc. goods, office furniture, and articles of art, equipment, rugs, sealed cartons and the unknown. The auction will be held for the purpose of satisfying the lien of the undersigned on said personal property to the extent of the sum owed, together with the cost of the sale. For information contact Clutter, INC. Terms: Terms: All bids must be made online at https://www.storagetreasures.com between 3/12/25 and 3/19/25. Bids must be made in $10 increments. All purchased items are accepted on an as-is basis. The defaulted tenant has the legal right to cure the account thus canceling the auction up until the payment is received from the winning bidder unless otherwise stated in the state’s lien laws or by the storage facility. If the winning bidder has not submitted payment within 24 hours of the auction close time, the unit can be offered to alternate bidders. Bidders are liable for their winning bids and associated premiums, taxes, and fees regardless of whether they claim the property in the auction unit(s). Payment must be made online using a valid credit or debit card. Dated: 2/6/25 at Franklin, MA By: Clutter, INC, Tel. No. (800) 805-4023.
MALDEN RIVER WORKS MALDEN, MASSACHUSETTS
INVITATION TO BID
THE CITY OF MALDEN invites sealed bids for its Malden River Works project located at the Malden Department of Public Works (DPW), 356 Commercial Street, Malden, MA.
In general, the project will make improvements to the existing DPW yard and construct a new riverfront public park along the Malden River.
The improvements will include, but are not limited to a secondary driveway, new visitor and employee parking areas, green stormwater infrastructure, drainage infrastructure, landscaping, and tree-lined paved pathways with lighting to connect visitors to the new riverfront park. The new park area will incorporate a plaza area, an open lawn area, and furnishings such as bike racks, picnic tables, benches, and lighting. A segment of the Malden River Greenway multi-use path will run north-south through the park and an accessible pathway along a restored vegetated riverbank to a new floating dock.
The DPW yard makes up the middle portion of the site and will be upgraded with stormwater drainage infrastructure and will be reorganized to formalize the storage of materials. Additional improvements include formalized parking areas for employees and DPW equipment, fences and gates, and lighting.
The site is a Massachusetts Department of Environmental Protection (MassDEP) listed disposal site. The project includes the handling and management of soil during renovation activities and the reuse and/or disposal of those soils in accordance with the Massachusetts Contingency Plan and the provisions of the project’s Soils Management Protocols (SMP) document.
Bids will be received at the Office of Strategic Planning and Community Development (OSPCD), Malden City Hall, 215 Pleasant Street, 3rd Floor, Malden, MA 02148, until 2:00 pm local time on Wednesday, April 2, 2025, and at that place and time will be publicly opened and read aloud. Bids shall be delivered to OSPCD before this date and time. Bids may be delivered Monday, Wednesday, and Thursday between 9:00 am and 4:00 pm, and Tuesday between 9:00 am and 6:00 pm. The office is closed on Fridays. Bids shall not be deposited in the City of Malden Drop Box located outside of the main entrance to Malden City Hall. The bidder is solely responsible for the delivery of bids by the prescribed date and time and assumes the risk of any delay due to mail or other delivery method.
Contract Documents may be obtained electronically only from Hayner/Swanson, Inc. | now IMEG beginning Friday, March 7, 2025, at 10:00 am. Requests for electronic files shall be made by email only to Stephen O’Neill, Hayner/Swanson, Inc. | now IMEG, at [email protected].
A
mandatory pre-bid conference will be held on Tuesday, March 18, 2025,
at 2:00 pm in Conference Room No. 105 at Malden City Hall. A mandatory
site visit will be held immediately following the pre-bid conference for
all prospective bidders. This will be the only time for bidders to
visit the site to acquaint themselves with the project area and
prevailing site conditions. Pre-bid site visits outside of the scheduled
mandatory site visit will not be allowed.
The bids shall be prepared and submitted in accordance with the Instructions to Bidders.
Bids
must be accompanied by a bid security, satisfactory to the City, in the
amount of five percent (5%) of the total bid including all Add
Alternates if applicable. The bid security shall be in the form of a bid
bond issued by a company licensed to do business in the Commonwealth;
or a certified, treasurer’s or cashier’s check, issued by a responsible
bank or trust company, payable to the “City of Malden, Massachusetts”.
Cash deposits will not be accepted. A Performance Bond and a Labor and
Materials Payment Bond each in the amount of one hundred percent (100%)
of the bid will be required of the successful bidder.
Contracts
for work under this Proposal will obligate the Contractor and
Subcontractors to comply with applicable Federal, State, and local
provisions regarding prevailing wage rates, insurances, labor, equal
employment opportunity, non-discrimination, affirmative action, and
Minority and Women workforce participation goals. The City of Malden is
encouraging the participation of Minority Business Enterprises (MBEs)
and Women’s Business Enterprises (D/WBEs) for this project. The
successful bidder will be required to comply with the Commonwealth of
Massachusetts Supplemental Equal Employment Opportunity,
Non-Discrimination, and Affirmative Action Program contained in the
Contract Documents.
Bidders
shall be actively registered in sam.gov or shall have initiated the
registration process. Subcontractors employed in the work shall also be
actively registered in sam.gov.
The
project will be subject to Build America Buy America Act (BABAA)
requirements enacted as part of the Infrastructure Investment and Jobs
Act of 2021.
Bids
may be held by the City of Malden for a period not to exceed sixty (60)
calendar days from the date of the opening of bids for the purpose of
reviewing the bids and investigating the qualifications of bidders prior
to awarding the Contract.
The
City of Malden reserves the right to waive any informality or to reject
any or all bids received if deemed to be in their best interest.
CITY OF MALDEN Office of Strategic Planning and Community Development Alex Pratt, Director
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic
General Bids for MPA Contract No. L1707-C2, REHABILITATION OF TAXIWAY
ALPHA NORTH, LOGAN INTERNATIONAL AIRPORT, EAST 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, MARCH 26, 2025, immediately after which
the electronic bids will be opened and posted publicly on Bid Express.
No paper copies of bids will be accepted.
NOTE:
PRE-BID CONFERENCE WILL BE CONDUCTED BY WAY OF A VIRTUAL VIDEO
CONFERENCE AT 10:00 AM LOCAL TIME ON WEDNESDAY, MARCH 12, 2025. THE
FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/88469030927
DIAL IN: +1 (646) 518-9805 OR +1 (646) 558-8656 MEETING ID: 884 6903 0927 #.
The
work includes PAVEMENT MILLING, HOT MIX ASPHALT PAVING, CRACK SEALING
AND CRACK REPAIR, SEMI-FLUSH LIGHT BASE ADJUSTMENTS, TAXIWAY LIGHT BASE
AND CONDUIT INSTALLATION, PAVEMENT MARKINGS, UTILITY STRUCTURE
ADJUSTMENTS.
Bid documents will be made available beginning WEDNESDAY, MARCH 5, 2025.
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 SEVEN MILLION FIVE HUNDRED THOUSAND DOLLARS ($7,500,000).
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.
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 $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 SIXTEEN AND EIGHT
TENTHS PERCENT (16.8%) 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
Authority, in accordance with the provisions of Title VI of the Civil
Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the
Regulations, hereby notifies all bidders or offerors that it will
affirmatively ensure that for any contract entered into pursuant to this
advertisement, all bidders/proposers will be afforded full and fair
opportunity to submit bids in response to this invitation and no
businesses will be discriminated against on the grounds of race, color,
national origin (including limited English proficiency), creed, sex
(including sexual orientation and gender identity), age, or disability
in consideration for an 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.
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 Richard A. Davey CEO & Executive Director