NOTICE OF PUBLIC SALE OF GOODS TO SATISFY LIEN AUCTION https://www.storagetreasures.com/
In accordance with the provisions of the Massachusetts General Law Section 7-210. notice is hereby given that on 4/9/25 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: Michael Oliver, Didymus Aylward, Lu Liu, Sijie Chen, Amanda Fulton, Francisca Gonzalez, Madeline Urbina. 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 4/9/25 and 4/16/25. 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: 3/4/25 at Franklin, MA By: Clutter, INC, Tel. No. (800) 805-4023.
MASSACHUSETTS PORT AUTHORITY NOTICE TO CONTRACTORS
Electronic General Bids for MPA Contract No. L1840 LOGAN NPDES PERMIT INFRASTRUCTURE IMPROVEMENTS, LOGAN AIRPORT 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, APRIL 16, 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 HELD VIA ZOOM CAL AT 10:00 A.M. LOCAL TIME ON WEDNESDAY APRIL 2, 2025.
The work includes:
The bacteria concentration at North, West, Porter & Maverick outfalls are over EPA limits, this project is to systematically sample, clean, scope, and identify sources of bacteria and provide corrective actions to stop future contamination of storm water.
Bid documents will be made available beginning WEDNESDAY, MARCH 26, 2025
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 contract cost is $10,000,000.00
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 workers no less than the prevailing wage rates on the schedules listed in Division II, Special Provisions of the Specifications, which wage rates have been established by the U. S. Secretary of Labor and /or the Massachusetts Department of Labor Standards. In the event of a conflict between the two schedules, the higher wage rate shall apply.
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 $10,000,000.00, TEN MILLION DOLLARS. 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 Business Enterprise/Women Business Enterprise participation provision requiring that the Contractor demonstrate good faith efforts that TEN PERCENT (7%) of the Contract be performed by minority business enterprise and/or women business enterprise contractors certified by the Massachusetts Supplier Diversity Office. 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 Division I, Article 79 of the Contract 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.
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
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic bids for MPA Contract No. L1700 LOC RTU REPLACEMENT, ONE HARBORSIDE DRIVE, 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, APRIL 30, 2025, immediately after which, the
electronic bids will be opened and posted publicly on Bid Express.
Electronic
filed sub bids for the same contract will be received at the same
office until 11:00 A.M. local time on WEDNESDAY, APRIL 16, 2025,
immediately after which, the filed sub bids will be opened and posted
publicly on Bid Express.
No paper copies of bids will be accepted.
NOTE:
PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT
(ABOVE ADDRESS) AT 9:00 AM LOCAL TIME ON THURSDAY APRIL 3, 2025.
The work includes: *SEE BID EXPRESS SOLICITATION*
Bid documents will be made available beginning WEDNESDAY MARCH 26, 2025.
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 $ 9,400,000.
In
order to be eligible and responsible to bid on this contract, filed
Subbidders 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.
Bidding
procedures and award of the contract and sub contracts shall be in
accordance with the provisions of Sections 44A through 44H inclusive,
Chapter 149 of the General Laws of the Commonwealth of Massachusetts.
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 Massachusetts Department of Labor
Standards, 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:
HEATING, VENTILATING, AND AIR CONDITIONING $4,000,000.00
ELECTRICAL $500,000.00
ROOFING AND FLASHING $181,000.00
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 TWO POINT NINE
PERCENT (2.9%) 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
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.
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
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic
General Bids for MPA Contract No. H296-C1 REHABILITATE TAXIWAY E FROM
TAXIWAY M TO RUNWAY 5-23 AND CONSTRUCT TAXIWAY E5, LAURENCE G. HANSCOM
FIELD, BEDFORD, MASSACUSETTS, 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, APRIL 16, 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 11:00 AM (LOCAL TIME) ON TUESDAY, APRIL 1, 2025.
THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/89576304176
DIAL IN: +16465588656,,89576304176# US (New York)
MEETING ID: 895 7630 4176
The
work includes PAVEMENT MILLING, HOT MIX ASPHALT PAVING; PAVEMENT CRACK
REPAIR AND SEALING; UTILITY ADJUSTMENTS; LIGHT ADJUSTMENTS; CLEARING AND
GRUBBING; EARTHWORK; DRAINPIPE; TOPSOIL AND SEEDING; ELECTRICAL
UPGRADES; PAVEMENT MARKINGS LIGHTING CABLE REPLACEMENT, AIRFIELD
LIGHTING VAULT WORK, AND AIRFIELD GUIDANCE SIGNS.
Bid documents will be made available beginning WEDNESDAY, MARCH 26, 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 FIVE MILLION, ONE HUNDRED THIRTY-SEVEN THOUSAND, THREE HUNDRED FIFTY-FOUR DOLLARS ($ 5,137,354).
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 $5,000,000.00 FIVE MILLION 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 15.7 % 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
CITY OF CAMBRIDGE PURCHASING DEPARTMENT
Sealed
bids will be received at City Hall, Cambridge, MA 02139 until 11:00 AM
Thursday, April 17, 2025 at which time and place they will be opened and
read for furnishing the following:
File No. 30181 – Sale of Surplus Vehicle for Cambridge Public Schools
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