MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic Bids for MPA Contract No. L1662-C2 RESIDENTIAL SOUND INSULATION PROGRAM, EAST BOSTON, MA, 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, June 4, 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, May 21, 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 BY ZOOM ON FRIDAY, MAY 2, @ 9:00AM-9:30AM.
ZOOM: https://massport.zoom.us/j/87926386150 Meeting ID: 879 2638 6150
The work includes (4) HOUSES TO RECEIVE FAA GRANT MONEY TO IMPROVE SOUND INSULATION. REPLACEMENT OF EXISTING WINDOWS AND DOORS WITH NEW ACOUSTIC WINDOW & DOOR PRODUCTS, INSTALLATION OF VENTILATION & AIR CONDITION EQUIPMENT, DUCTWORK, ELECTRICAL, SHEETROCK & FINAL FINISH WORK.
Bid documents will be made available beginning Wednesday, April 30, 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 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 and an Update Statement. The General Bidder must be certified in the category of GENERAL BULIDING CONSTRUCTION .The estimated contract cost is $ 459,429.
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 and an 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.
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 $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.
Filed sub-bids will be required and taken on the following classes of work:
HEATING, VENTILATING, AND AIR-CONDITIONING $135,783 ELECTRICAL $56,136
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 Disadvantaged Business Enterprise
participation provision requiring that not less than 2% 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 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.
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 OF PUBLIC SALE OF GOODS TO SATISFY LIEN AUCTION
Location: https://www.storagetreasures.com/
In
accordance with the provisions of the Massachusetts General Law Section
7-210. notice is hereby given that on 5/7/25 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: Rayshawn
McCall, Tanya Thompson, kristian andre budiman, Andrea Gonzalez, LaSonia
Lang, Mary Frances Mitchner, Iosif Merman, Hamzah Alfadl, Evelyn Nam,
Nicole Pilgrim, Khyona McCrear, Emmett James Manning, Capucine Richard.
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 5/7/25 and 5/14/25. 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:
4/3/25 at Franklin, MA By: Clutter, INC, Tel. No. (800) 805-4023.
REQUEST FOR PROPOSAL:
Land Use Planning and Zoning Consultant Services
EV00015464 Will Cohen [email protected]
The
City of Boston Planning Department (the City), acting by its Chief of
Planning (the Official), invites sealed submittals for the performance
of the services generally described as Land Use Planning and Zoning
Consultant Services, and particularly set forth in the Request for
Proposals Document (“RFP”). The RFP shall be available at 9:00 AM EST on
Monday May 5, 2025 from the City’s Supplier Portal at
boston.gov/supplierportal (Bid Event EV00015464). The scope of work is
further detailed in the specifications and includes, but is not limited
to the following:. The Planning Department seeks to award contracts to
up to five (5) responsive and responsible respondents and will assign
work through a series of discrete work orders. Respondent(s) may apply
for any combination (one-to-six) of service categories: (1) Land Use and
Spatial Planning Services, (2) Zoning Scenarios and Test-Fit Planning
Services, (3) Zoning Drafting Services, (4) Transportation Planning
Services, (5) Economic Analysis Services, and/or (6) Transportation
Impact Planning Review Services. The contract will be one (1) year, with
the City holding two (2) one (1) year options to extend the contract
that may be exercised at the sole discretion of the City. Proposals are
due no later than 12:00 PM EST on Wednesday May 28, 2025 via the City’s
Supplier Portal at t boston.gov/ supplierportal (Bid Event EV00015464).
Refer to Section V of the RFP for complete information on the submission
process and details.
KAIROS SHEN, CHIEF OF PLANNING (May 5, and May 12, 2025)
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. MMP-34 Elevator, Escalator and Lift Maintenance
Services for Certain State Buildings in Boston, Chelsea, and Lawrence,
MA
General Bids at 2:00 PM: May 22, 2025
This Project bid in accordance with M.G.L. Chapter 30 Section 39M.
E.C.C: $4,168,176
This
project is scheduled for 1,095 calendar days (3 years) to substantial
completion, with three (3) one-year option terms, for a maximum term of
six (6) years. Scope: Maintenance Service Contract to include daily
operations, testing, inspection, preventative maintenance, repairs,
stationed elevator mechanics, incidental extra services, part
replacement and 24/7 emergency services for all Elevator Equipment and
Systems, Escalator Equipment and Systems, and Lift Equipment and Systems
in the specified buildings.
A
Pre-Bid/Site Visit will be held on May 5, 2025, starting at 10:00 AM at
One Ashburton Place, Boston, MA. Bring valid ID and meet in the Lobby.
The Pre- Bid/Site Visit will continue at 12:00 PM at 200 Arlington St.,
Chelsea, MA. Bring valid ID and register at the front desk prior to
going through screening. Meet in the Lobby. The Pre-Bid/Site Visit will
continue at 1:30 PM at 37 Shattuck St., Lawrence, MA. Meet in the Lobby.
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 [email protected] or (617) 727-4003.
Adam Baacke COMMISSIONER