Page 17

Loading...
Tips: Click on articles from page

More news at Page 17




Page 17 904 viewsPrint | Download

Commonwealth of Massachusetts The Trial Court Probate and Family Court Department

SUFFOLK Division

Docket No. SU19P1462EA

Estate of Maria Hauptman

Date of Death April 13, 2019

INFORMAL PROBATE PUBLICATION NOTICE

To all persons interested in the above captioned estate, by Petition of Petitioner Eugene J. Hauptman of Dorchester, MA

The estate is being administered under informal procedure by the Personal Representative under the Massachusetts Uniform Probate Code without supervision by the Court. Inventory and accounts are not required to be filed with the Court, but interested parties are entitled to notice regarding the administration from the Personal Representative and can petition the Court in any matter relating to the estate, including distribution of assets and expenses of administration. Interested parties are entitled to petition the Court to institute formal proceedings and to obtain orders terminating or restricting the powers of Personal Representatives appointed under informal procedure. A copy of the Petition and Will, if any, can be obtained from the Petitioner.


MASSDOT RAIL AND TRANSIT

INVITATION FOR BIDS SLOPE STABILIZATION, WARE RIVER BRANCH

Massachusetts Central Railroad is accepting sealed bids to rehabilitate railroad right-of-way on the Ware River Branch. The project is funded by the Massachusetts Department of Transportation Rail and Transit Division (MassDOT). This Invitation for Bids is issued pursuant to Massachusetts General Laws, Chapter 30, §39M.

THE PROJECT: Ware River Branch, New Braintree: Install a short soldier pile and lagging wall approximately 280 feet in length, reconstruct the slope behind it and install riprap backfill. Reshape the ditch in front of the wall. Access to the project site requires hi-rail equipment. Contractor must show evidence of having worked on an active railroad and was able to complete the work with no or few shutdowns and no impacts to Operations. Construction cost estimate is $985,000.

Bidders must provide the following information to be considered qualified to perform the work: 1. List of equipment which will be used including hi-rail equipment; 2. Completed Bid Bond in the amount of 5% of the Total Bid Price; 3. List of all work within the last 3 years of similar size and scope demonstrating Bidder’s experience and qualifications for this project as described above; 4. List of ongoing projects and 3 references from projects listed; and 5. Approved FRA drug and alcohol testing plan.

Bid document PDF available 7/15/19 from Rob Finley, Massachusetts Central Railroad. Send e-mail to [email protected]. Include in subject line “Bid Docs–Ware River Branch Slope.” Bid docs also available at pre-bid meeting (see below).

A mandatory pre-bid meeting & site tour will be held on Thurs., July 18, 2019, 10:30 a.m. Meet at Hardwick Municipal Building, 307 Main St., Hardwick, MA. RSVP to Rob Finley at [email protected].

Bids will not be accepted from bidders who do not attend the pre-bid meeting. Sealed Bids must be delivered to Massachusetts Central Railroad, 2 Wilbraham St., Palmer, MA 01069, by Thurs., August 8, 2019, 2:00 p.m. Sealed bids will be publicly opened at Palmer Town Hall, 4417 Main St., Palmer, MA, at 2:30 p.m. Please direct all questions to Rob Finley at [email protected] or phone 978-263-5565. Include in subject line “Bid Docs– Ware River Branch Slope.” It is prohibited for any bidder to contact anyone other than Rob Finley at Massachusetts Central Railroad about this Project until award of the Project.


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. L1555-C2, LANDSIDE VEHICLE CHARGING STATIONS LOGAN INTERNATIONAL AIRPORT, HANSCOM FIELD, WORCESTER REGIONAL AIRPORT, MARITIME PROPERTIES, AND LOGAN EXPRESS PROPERTIES AT LOCATIONS INCLUDING BOSTON, BEDFORD, BRAINTREE, CHELSEA, FRAMINGHAM, PEABODY, AND 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 WEDNESDAY, JULY 31, 2019 immediately after which the electronic bids will be opened and read publicly in a designated room at the Capital Programs Department Office, Suite209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:00 AM LOCAL TIME ON TUESDAY, JULY, 16, 2019.

The work includes INSTALLATION OF NEW ELECTRIC VEHICLE CHARGING STATIONS AT AUTHORITY WIDE PARKING FACILITIES INCLUDING PARKING GARAGES AND SURFACES LOTS. ELECTRICAL WORK SHALL INCLUDE UPGRADES TO EXISTING INFRASTRUCTURE TO ACCOMMODATE NEW ELECTRICAL LOADS. NEW PARKING STALL STRIPING AND COLORING AND SIGNAGE.

Bid documents will be made available beginning WEDNESDAY, JULY 10, 2019.

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.

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 Maintenance and an Update Statement. The General Bidder must be certified in the category of ELECTRICAL.

The estimated contract cost is ONE MILLION, EIGHT HUNDRED FORTY THOUSAND DOLLARS ($1,840,000).

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, or cash, or a certified check, or a treasurer’s or a cashier’s check issued by a responsible bank or trust company, payable to the Massachusetts Port Authority 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 Commissioner of Labor and Industries of Massachusetts, whichever is greater.

The successful Bidder will be required to purchase and maintain Bodily Injury Liability Insurance, Auto 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.

No filed sub-bids will be required for this contract.

This contract is subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than FOUR POINT THREE PERCENT (4.3%) 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 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 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 JOHN P. PRANCKEVICIUS ACTING CEO & EXECUTIVE DIRECTOR

MASSACHUSETTS PORT AUTHORITY


NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. MP1804-C1, FY 2019-20 MARITIME PAVEMENT REPAIRS - TERM CONTRACT, MASSACHUSETTS PORT AUTHORITY FACILITIES, SOUTH 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, JULY 31, 2019, immediately after which the electronic bids will be opened and read publicly in a designated room at the Capital Programs Department Office, Suite209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128-2909.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 10:00 AM LOCAL TIME ON THURSDAY, JULY 18, 2019.

The work includes EXCAVATION, PAVEMENT SAW CUTTING, BITUMINOUS CONCRETE PAVEMENT PATCHING, MILLING, AND OVERLAY, CURB SETTING, CASTING ADJUSTMENTS AND STRUCTURE REMODELING, CONCRETE PAVEMENT AND SIDEWALKS, PAVEMENT MARKINGS, MAINTENANCE OF TRAFFIC, AND OTHER INCIDENTAL WORK ON AN AS NEEDED BASIS.

Bid documents will be made available beginning WEDNESDAY, JULY 10, 2019.

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 ONE MILLION, FIVE HUNDRED THOUSAND DOLLARS ($1,500,000.00).

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 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 ONE MILLION DOLLARS ($1,000,000.00). 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 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 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 JOHN P. PRANCKEVICIUS ACTING CEO & EXECUTIVE DIRECTOR


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

BID NO. DESCRIPTION DATE TIME

WRA-4725

Laboratory Instruments Preventative 07/24/19 12:00 p.m. and Corrective Maintenance Service Agreement

WRA-4720 Roof Repairs 07/24/19 2:00 p.m.

OP-391

MIS Data Center Air Conditioning Units Replacement - Chelsea

07/30/19 2:00 p.m.

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