MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic General Bids for MPA Contract No. W278-C1R., REHABILITATE RUNWAY 11-29 AND OTHER AIRFIELD IMPROVEMENTS, 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, APRIL 22, 2020 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 2ND FLOOR CONFERENCE ROOM, WORCESTER TERMINAL BUILDING, WORCESTER REGIONAL AIRPORT, 375 AIRPORT DRIVE, WORCESTER, MASSACHUSETTS, AT 11:00 AM (LOCAL TIME) ON TUESDAY, APRIL 7, 2020.
The work includes PAVEMENT MILLING, HOT MIX ASPHALT PAVING, CRACK SEALING AND CRACK REPAIR, SEMI-FLUSH AND ELEVATED LIGHT BASE ADJUSTMENTS, PAVEMENT MARKINGS, PAVEMENT GROOVING, UTILITY STRUCTURE ADJUSTMENTS; LOAMING AND SEEDING; AND GUIDANCE SIGN INSTALLATION.
Bid documents will be made available beginning WEDNESDAY, APRIL 1, 2020.
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 TEN MILLION SEVEN HUNDRED THOUSAND DOLLARS ($10,700,000).
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.
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 $3,000,000. 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/Women Owned Business Enterprise participation provision requiring that not less than FIVE AND FOUR TENTHS PERCENT (5.4%) 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 LISA S. WIELAND CEO & EXECUTIVE DIRECTOR
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic
General Bids for MPA Contract No. H207-C2, EAST RAMP REHABILITATION
PHASE 2 AND REPLACE TAXIWAY J EDGE LIGHTS, L.G. HANSCOM FIELD, BEDFORD,
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 22, 2020, 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 2ND FLOOR CONFERENCE ROOM, CIVIL AIR
TERMINAL, L. G. HANSCOM FIELD, BEDFORD, MASSACHUSETTS AT 11:00 AM (LOCAL
TIME) ON THURSDAY, APRIL 9, 2020.
The
work includes ASPHALT MILLING; P-401 ASPHALT OVERLAY; P-501 PORTLAND
CEMENT CONCRETE SLAB REPLACEMENT AND REPAIRS; PORTLAND CEMENT PAVEMENT
JOINT REPLACEMENT; DRAINAGE STRUCTURE REPLACEMENT; PAVEMENT MARKINGS;
LOAMING AND SEEDING, TAXIWAY EDGE LIGHT REPLACEMENT AND OTHER INCIDENTAL
ITEMS OF WORK.
Bid documents will be made available beginning WEDNESDAY, APRIL 1, 2020.
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 $1,100,000.
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.
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. 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/Women Owned Business Enterprise
participation provision requiring that not less than THIRTEEN AND ONE
TENTH PERCENT (13.1%) 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 LISA S. WIELAND CEO & EXECUTIVE DIRECTOR
Commonwealth of Massachusetts The Trial Court Probate and Family Court Department
SUFFOLK Division
CITATION G.L. c. 210, § 6
In the matter of Adrianna P McDonald
Docket No. SU19A0198AD
To any unnamed or unknown parent and persons interested in a petition for the adoption of said child and to the Department of Children and Families of said Commonwealth.
A petition has been presented to said court by Jelix Carrasquillo of Roxbury, MA and Tiffany Foster of Roxbury, MA requesting for leave to adopt said child and that the name of the child be changed to Tiffany Da’nae Foster.
If you object to this adoption you are entitled to the appointment of an attorney if you are an indigent person.
An indigent person is defined by SJC Rule 3:10. The definition includes but is not limited to persons receiving TAFDC, EACDC, poverty related veteran’s benefits, Medicaid, and SSI. The Court will determine if you are indigent. Contact an Assistant Judicial Case Manager or Adoption Clerk of the Court on or before the date listed below to obtain the necessary forms.
IF YOU DESIRE TO OBJECT THERETO, YOU OR YOUR ATTORNEY MUST FILE A WRITTEN APPEARANCE IN SAID COURT AT BOSTON ON OR BEFORE TEN O’CLOCK IN THE MORNING (10:00 AM) ON 04/16/2020.
WITNESS, Hon. Brian J. Dunn, First Justice of this Court. Date: February 21, 2020 Felix D. Arroyo Register of Probate