Section 00 11 13

ADVERTISEMENT TO BID

MGL c.149 $50K to $150K

The SCITUATE HOUSING AUTHORITY, the Awarding Authority, invites sealed bids from Contractors for the Balcony Repair - Bldg. F at State Aided Development: Lincoln Park (667-1) in Scituate, Massachusetts, in accordance with the documents prepared by JM BOOTH & ASSOCIATES, INC..

The Project consists of but not limited to:

Removal and replacement of balcony floor covering, underlayment, flashings and aluminum railing system. Minor abatement included.

The work is estimated to cost $62,341.00.

Bids are subject to M.G.L. c.149 §44A-J & to minimum wage rates as required by M.G.L. c.149 §§26 to 27H inclusive.

THIS PROJECT IS BEING ELECTRONICALLY BID AND HARD COPY BIDS WILL NOT BE ACCEPTED. Please review the instructions in the bid documents on how to register as an electronic bidder. All Bids shall be submitted online at biddocs.com and received no later than the date and time specified.

General Bids will be received until 01 May 2025 at 10:00AM EDT and publicly opened online, forthwith.

General bids and sub-bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (including all alternates) and made payable to the SCITUATE HOUSING AUTHORITY. Note: A bid deposit is not required for Projects advertised under $50,000.

Bid Forms and Contract Documents will be available for review at biddocs.com (may be viewed and downloaded electronically at no cost).

PRE-BID CONFERENCE / SITE VISIT: Scheduled

Date and Time: 04/17/2025 at 9:00AM EDT

Address: 13 Lincoln Park Dr., Scituate, MA 02066

Instructions: Send questions to [email protected]. Deadline for questions is Friday 04/25/2025 at 5:00 PM.

The hard copy Contract Documents may be seen at:

Nashoba Blue Inc. 433 Main Street Hudson, MA 01749 978-568-1167


The Massachusetts Water Resources Authority is seeking bids for the following:

BID NO. DESCRIPTION DATE TIME

WRA-5631

WRA-5632

WRA-5633

Trash Removal and Recycling Services for MWRA Metro Boston Field Operations Facilities/Western Operations and Clinton Wastewater Treatment Plant

Supply and Delivery of Sodium Hypochlorite to Various MWRA Wastewater Facilities and Clinton Wastewater Treatment Plant

Rental of a 100-120 Ton Air Cooled Chiller

04/22/25 2:00 p.m.

04/22/25 2:00 p.m.

04/22/25 2:00 p.m.

WRA-5634

WRA-5635

Supply and Delivery of Sodium Hypochlorite to the John J. Carroll Water Treatment Plant and William A. Brutsch Water Treatment Facility

Service Contract for Aerator Gearbox Rebuild

04/22/25 2:00 p.m.

04/22/25 2:00 p.m.

WRA-5636

WRA-5628

Supply and Delivery of Sodium Bisulfite to the John J. Carroll Water Treatment Plant and Clinton Wastewater Treatment Plant

Purchase of Heat Exchanger Plate Packs

04/22/25 2:00 p.m.

04/24/25 3:00 p.m.

To access and bid on Event(s) please go to the MWRA Supplier Portal at https://supplier.mwra.com.


CITY OF CAMBRIDGE PURCHASING DEPARTMENT

Sealed bids will be received at City Hall, Cambridge, MA 02139 until 11:00 AM Thursday, May 1, 2025 at which time and place they will be opened and read for furnishing the following:

File No. 30208 – Furnish and Deliver Firearms for the Cambridge Police Department

File No. 30210 – 2025 DHSP Summer Food Program

Sealed bids will be received at City Hall, Cambridge, MA 02139 until 11:00 AM Thursday, April 24, 2025 at which time and place they will be opened and read for furnishing the following:

File No. 30154 – Golf Course Chemicals and Fertilizers

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


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. L1707-C2(R), 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, APRIL 30, 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 TUESDAY, APRIL 15, 2025. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/84548952195

DIAL IN: +1 (267) 831-0333 OR +1 (301) 715-8592 845 489 52195 #.

MEETING ID:

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, P.C.C. REPAIRS.

Bid documents will be made available beginning WEDNESDAY, APRIL 9, 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 EIGHT MILLION FIVE HUNDRED THOUSAND DOLLARS ($8,500,000).

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 NINETEEN AND FIVE TENTHS PERCENT (19.5%) 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


NOTICE TO CONTRACTORS MASSACHUSETTS EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE

Electronic Bids submitted in the format furnished by the Division of Capital Asset Management & Maintenance (DCAMM) and clearly identified as a bid will be received through DCAMM’s E-Bid Room at www.bidexpress.com/businesses/10279/home no later than the date and time specified and will forthwith be publicly opened remotely by DCAMM Bid Room personnel and read aloud over a conference call line. Persons interested in accessing the remote bid opening can do so by using the following phone number: Audio Conferencing Dial-In Number (617)-315-0704, Meeting Number 2333 916 4237#. If prompted for attendee ID, please press #.

Mass. State Project No. DCP2310

DCP – McCormack Kitchen Exhaust Duct Repairs, One Ashburton Place, Boston, MA The following Filed Sub-Bids: Acoustical Tile; Fire Protection; Plumbing; HVAC; Electrical

Sub-Bids at 12:00 Noon: April 25, 2025

General Bids at 2:00 PM: May 5, 2025

Every Filed Sub-Bidder must be certified by DCAMM in the category for which they bid. Every General Bidder must be certified by DCAMM for the category of work listed below and for no less than the bid price plus all add alternates of this project, if applicable.

Category of Work: General Building Construction

E.C.C: $2,404,094

This project is scheduled for 120 calendar days to substantial completion. Scope: Replacement of existing kitchen exhaust ductwork and separation of dishwasher exhaust, toilet exhaust and general exhaust from kitchen exhaust system.

A Pre-Bid/Site Visit will be held on April 14, 2025 at 1:00 PM at McCormack State Office Building, One Ashburton Place, Boston, MA. Bring valid ID and go through Security. Meet outside of Room 107.

Minimum rates of wages to be paid on the project have been determined by the Commissioner of the Department of Labor Standards. These rates are incorporated into the bid documents.

Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through DCAMM’s E-Bid Room https://www.bidexpress.com/businesses/10279/home, A hard copy set can be made available for viewing in DCAMM’s Bid Room located at One Ashburton Place, 15th Floor, Boston, MA during normal business hours by appointment only by contacting DCAMM’s Bid Room. In order to access bid documents and submit bids through DCAMM’s E-Bid Room potential bidders must first be verified by DCAMM’s Bid Room and then register with the E-Bid Room vendor. Instructions on the processes can be found on DCAMM’s website www.mass.gov/dcamm/bids or contact DCAMM’s Bid Room at bidroom.dcamm@mass.gov or (617) 727-4003.

Adam Baacke COMMISSIONER


MASSACHUSETTS PORT AUTHORITY NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. W332-C1 WORCESTER TERMINAL ROADWAY STREET LIGHT AND SIDEWALK UPGRADES, WORCESTER REGIONAL AIRPORT, WORCESTER, 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 APRIL 30, 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: A PRE-BID CONFERENCE WILL BE HELD VIA ZOOM https://massport. zoom.us/j/82360307376 APRIL 15, 2025, AT 10:00 AM.

The work includes:

WORK INCLUDES REPLACEMENT OF FOUNDATIONS, CONDUIT, WIRE, HANDHOLES, POLES, AND FIXTURES, AND REMOVAL AND RECONSTRUCTION OF SECTIONS OF ASPHALT AND CONCRETE SIDEWALK AND PEDESTRIAN RAMPS.

Bid documents will be made available beginning APRIL 9,2025.

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 $1,201,333.73

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 $2,000,000 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 Business Enterprise/Women Business Enterprise participation provision requiring that the Contractor demonstrate good faith efforts that FIVE AND ONE TENTH PERCENT (5.1%) 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


Boston Redevelopment Authority (“BRA”) and the Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”) Invitation for Bid General Repair and Maintenance Francis Collins; (617) 918-6232; [email protected]

Boston Redevelopment Authority (“BRA”) and the Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief Procurement Officer is pleased to issue this Invitation for Bid entitled “General Repair and Maintenance Services” (the “IFB”). The IFB is issued in accordance with M.G.L. c. 149 § 44A-44J and M.G.L. c. 30§39M, as may be amended. This IFB package including requirements for this project will be available to download on the BPDA Procurement Portal free-of charge in digital print form to all interested respondents on April 14, 2025 at 9:00 A.M at www.bostonplans.org/work-with-us/procurement. All responses to this IFB must be returned no later than 12:00 noon on May 7, 2025 to: Teresa Polhemus, Clerk/Secretary, Economic Development and Industrial Corporation of Boston/ Boston Redevelopment Authority c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Teresa Polhemus, Interim Chief Procurement Officer


Print | Back