Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”)
INVITATION FOR BID Electric Repair and Maintenance of Properties Owned by the EDIC Dick Mulligan; 617-918-6231; [email protected]
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 “Electric Repair and Maintenance of Properties Owned by the EDIC” (the “IFB”). The IFB is issued in accordance with 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 September 1, 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 September 24, 2025 to: Teresa Polhemus, Clerk, Economic Development and Industrial Corporation c/o Real Estate Administration, One City Hall Square, Room 900A/ Reception, Boston MA 02210. Teresa Polhemus, Chief Procurement Officer
Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”)
INVITATION FOR BID Electric Repair and Maintenance of Properties Owned by the BRA Dick Mulligan; 617-918-6231; [email protected]
The Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief Procurement Officer is pleased to issue this Invitation for Bid entitled “Electric Repair and Maintenance of Properties Owned by the BRA” (the “IFB”). The IFB is issued in accordance with 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 September 1, 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 September 25, 2025 to: Teresa Polhemus, Secretary, Boston Redevelopment Authority c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Teresa Polhemus, Chief Procurement Officer
Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”)
REQUEST FOR PROPOSALS Citywide Land Use Needs Assessment Caitlin Coppinger; [email protected]
The Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief Procurement Officer (“CPO”), is pleased to issue this Request for Proposals (“RFP”) to perform consultant services for the “Citywide Land Use Needs Assessment”. The RFP is issued in accordance with M.G.L. c. 30B, as may be amended. This RFP package will be available to download on the BPDA Procurement Portal free-of charge in digital print form to all interested respondents on September 2, 2025, 9:00 A.M. at bostonplans.org/work-with-us/procurement-portal. All responses to this RFP must be returned no later than 12:00 (noon) on September 26, 2025, to: Teresa Polhemus, Secretary, Boston Planning & Development Agency, One City Hall Square, Room 900A/Receptionist, Boston, MA 02201- 1007. Teresa Polhemus, Chief Procurement Officer
Boston Redevelopment Authority (“BRA”) and the Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”)
REQUEST FOR PROPOSAL Genetec Managed Service Security Lauren Firnstein; [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 Request for Proposal entitled “Genetec Managed Service Security” (the “RFP”). The RFP is issued in accordance with M.G.L. c. 30B, as may be amended. This RFP 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 September 2, 2025 at 9:00 A.M at www.bostonplans.org/work-with-us/procurement. All responses to this RFP must be returned no later than 12:00 noon on October 1, 2025 to: Teresa Polhemus, Secretary, Boston Redevelopment Authority c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Teresa Polhemus, Interim Chief Procurement Officer
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic bids for MPA Contract No. L1275-C2, TERMINAL B (BLDGS. 27 & 29) CTU/STEAM TRAP REPLACEMENT AND FLASH TANK IMPROVEMENT PROJECT AT PIERS A&B, 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 General Bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, OCTOBER 1, 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, SEPTEMBER 17, 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: A VIRTUAL ZOOM PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT VIA ZOOM CALL AT 10:00AM LOCAL TIME ON FRIDAY, SEPTEMBER 5, 2025. CALL OR JOIN IN USING THE FOLLOWING INSTRUCTIONS:
https://massport.zoom.us/j/9564878502?pwd=ejVmOWdheEppTTR5MFA1TEQ2YklOUT09&omn=89527125352 Meeting ID: 956 487 8502
The work includes DEMOLITION OF EXISTING STEAM TRAPS, ASSOCIATED PIPING AND TRIM, CONDENSATE TRANSFER UNITS. REPLACE WITH NEW TRAPS, PIPING, TRIM, INSULATION, CONDENSATE TRANSFER UNITS. PROVIDE NEW FLASH TANKS AND ASSOCIATED VENT PIPING. ELECTRICAL AND CONTROL TIE-INS/RECONNECTION BETWEEN PUMPS AND EXISTING ELECTRICAL AND CONTROL PANELS. CEILING REMOVAL AND RESTORATION TO SUPPORT THE WORK.
Bid documents will be made available beginning WEDNESDAY, AUGUST 27, 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 MECHANICAL The estimated contract cost is $ 4,027,199.
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 TEN MILLION DOLLARS ($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.
Filed sub bids will be required and taken on the following classes of work:
HEATING,
VENTILATING, AND AIRCONDITIONING............. $2,293,301.00
ELECTRICAL......................................................................
$220,570.00
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 SEVEN PERCENT (7%)
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..
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
CITY OF CAMBRIDGE PURCHASING DEPARTMENT
Sealed
bids will be received via the Cambridge eProcurement portal prior to
11:00 AM Thursday, September 11, 2025 at which time and place they will
be unsealed for furnishing the following:
File No. 30368B – REBID: Pierce parts for trucks and other vehicles
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 9/10/25 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: Rahel Gebi, Nathaniel Anthony Trinidad, Adriana Sena
Sears. 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 9/10/25 and 9/17/25. 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:
8/7/25 at Franklin, MA By: Clutter, INC, Tel. No. (800) 805-4023.
ADVERTISEMENT FOR BIDS
LEGAL NOTICE INVITATION TO BID
The
Lemuel Shattuck Hospital, in accordance with M. G. L. Chapter 149,
hereby invites the submission of sealed bids for the following:
DPH821726- 001 Sterile Processing Department (SDP) Sink Modifications:
170 Morton Street, Jamaica Plain, MA 02130. General bidders must be
certified by the Division of Capital Asset Management and Maintenance
(DCAMM) in General Building Construction; Sub-Bidders must be certified
by DCAMM in identified sub-bid categories. Specification and drawings
for this project can be found at www.Biddocs.com, Project Code 860843. Tutorials and instructions are available online at www.Biddocs.com.
Neither the Owner or the Architect/ Engineer shall be responsible for
full or partial sets of bid documents, including addenda, if any,
obtained from sources other than www.Biddocs.com.
Pre-registration
for the mandatory walk through due by September 8, 2025, at 4:00pm at
the following email [email protected]. The mandatory walk
through will be held on September 10, 2025 at 10:00am at Lemuel Shattuck
Hospital. Filed sub-bid questions are due on September 15, 2025 at
2:00pm. Sub-bid submittals are due on September 19, 2025 at 2:00pm.
General Contractor questions are due on September 24, 2025 at 2:00pm.
General Contractor public bid opening will be on October 1, 2025 at
2:00pm at the Lemuel Shattuck Hospital. The Lemuel Shattuck Hospital
reserves the right to reject any and all proposals and to waive any
defects, informalities, and minor irregularities in proposals as deemed
to be in the best interest of Lemuel Shattuck Hospital. All proposals
must be submitted online at www.Biddocs.com and must conform to the specifications.
File No. 30506 Request for Proposals City of Cambridge RFP for Decarbonization Finance and Climate Utility Strategy Consultancy
This
Request for Proposal (“RFP”) is to be advertised on August 28, 2025.
The proposal opening date is scheduled for 11:00 a.m. on Thursday,
October 9, 2025.
Sealed
proposals will be received digitally through the Cambridge eProcurement
system until 11:00 a.m. Thursday, October 9, 2025, for furnishing the
following to the City of Cambridge:
The
City of Cambridge seeks consultants to lead a strategic planning
process to evaluate the feasibility of creating universal access to
long-term financing of the building and community-level decarbonization
retrofits necessary to meet the goals of the Net-Zero Action Plan.
The successful proposer must be an Equal Opportunity Employer.
The City of Cambridge reserves the right to reject any or all proposals and to waive any minor informalities.
Elizabeth Unger Purchasing Agent