Brookline Housing Authority (BHA) Request for Proposals & Qualifications (RFP/Q) FEE ACCOUNTING SERVICES

The Brookline Housing Authority (BHA) is seeking proposals (Proposal or Proposals) from qualified Certified Public Accounts (CPA) (Respondent(s)) to provide comprehensive fee accounting services for its federal and state subsidized housing programs and other related programs. The respondent selected will provide services to the BHA in accordance with required monthly, quarterly and annual accounting cycles. The performance of the CPA must be in accordance with Generally Accepted Accounting Principles (GAAP) reporting provisions and DHCD, HUD REAC guidelines and the Single Audit Act (A-133), and any other applicable requirements.

The initial term of the Professional Service Contract (Contract) shall be three (3) years. The respondent selected is expected to execute a contract with the BHA to perform the services for the period April 1, 2019 through March 31, 2022 (FY20 – FY22) with two (2) one-year renewals available at the sole discretion of the BHA.

The Brookline Housing Authority (BHA) is a public housing authority authorized under Massachusetts state law and funded by the U.S. Department of Housing and Urban Development (HUD) and the Massachusetts Department of Housing and Community Development (DHCD). The BHA is a successful, High Performing Authority with annual audits with no financial findings and minimal or no procedural findings. The BHA has a seasoned leadership team, a professional staff of 40, and an involved five-member Board of Commissioners. The BHA has an annual operating budget of approximately $21 million, and approximately $100,000 annually in grant income in support of our extensive social/resident services programs. The BHA intends to convert some of our federal public housing properties to RAD/Section 8, we currently anticipate converting two properties by the end of 2020.

Interested Firms must submit a letter of intent as well as any inquiries, requests for clarification or modification regarding this RFP no later than September 13, 2018, 4:30 PM to Patrick Dober c/o Desirée Ladd at dladd@ brooklinehousing.org. Responses to inquiries and modifications to the terms of this RFP or any attachment thereto, if acceptable to the BHA, will be issued as an addendum to every individual or firm on record as having received the RFP and shall be posted on the BHA website no later than September 20, 2017.

Respondents must submit proposals no later than September 27, 2018, 4:30 PM as indicated below to: Patrick Dober, Executive Director/CPO, Brookline Housing Authority, 90 Longwood Ave, Suite 1, Brookline, MA 02446

The service proposal and fee proposal must be submitted in separate sealed envelopes clearly labeled CPA Service Proposal and CPA Fee Proposal, respectively, and the Respondent’s company name.

Further information on the Brookline Housing Authority is available at www. brooklinehousing.org

An electronic copy of the RFP may be obtained at: https://www.brooklinehousing.org/public-bids


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. L1366-D1 EQUIPMENT STORAGE AND MAINTENANCE FACILITY, LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS. The Authority is seeking qualified multidiscipline consulting firm or team, with proven experience to provide professional services including planning, design, and construction of an Equipment Storage and Maintenance Facility. The intent of this project is to design and construct a new facility to provide snow removal equipment maintenance and storage; large and small vehicle repair and cleaning; welding shop; parts storage; central stockroom; vehicle fueling island; storm operations control center; bunk rooms; locker rooms and associated offices/support areas. The building is expected to be approximately 200,000 square feet. A study has been completed to identify the space allocation for this new facility and this study will be provided to upon request to CPBidQuestions@massport. com. The Consultant must be able to work closely with the Authority and other interested parties in order to provide such services in a timely and effective manner.

The contract will be work order based, and Consultant’s fee for each work order shall be negotiated; however, the total fee for the contract shall not exceed $5,000,000.

A Supplemental Information Package will be available, on September 5, 2018 on the Capital Bid Opportunities webpage of Massport http://www.massport. com/massport/business/bids-opportunities/capital-bids as an attachment to the original Legal Notice, and on COMMBUYS (www.commbuys.com) in the listings for this project. If you have problems finding it, please contact Susan Brace at Capital Programs [email protected] The Supplemental Information Package will provide detailed information about Scope Of Work, Selection Criteria and Submission Requirements.

In recognition of the unique nature of the project and the services required to support it, the Authority has scheduled a Consultant Briefing to be held at 8:30AM on September 13, 2018 at the Capital Programs Department,Suite 209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128. At this session, an overview of the project will be provided, the services requested by the Autho rity will be described, and questions will be answered.

By responding to this solicitation, consultants agree to accept the terms and conditions of Massport’s standard work order agreement, a copy of the Authority’s standard agreement can be found on the Authority’s web page at http://www.massport.com/massport/business/capital-improvements/ important-documents/. Consultant shall specify in its cover letter that it has the ability to obtain requisite insurance coverage.

This submission, including the litigation and legal proceedings history in a separate sealed envelope as required shall be addressed to Houssam H. Sleiman, PE, CCM, FCMAA, NAC, Hon. D.Eng. Director of Capital Programs and Environmental Affairs and received no later than 12:00 Noon on October 11, 2018 at the Massachusetts Port Authority, Logan Office Center, One Harborside Drive, Suite 209S, Logan International Airport, East Boston, MA 02128-2909. Any submission which is not received in a timely manner shall be rejected by the Authority as non-responsive. Any information provided to the Authority in any Proposal or other written or oral communication between the Proposer and the Authority will not be, or deemed to have been, proprietary or confidential, although the Authority will use reasonable efforts not to disclose such information to persons who are not employees or consultants retained by the Authority except as may be required by M.G.L. c.66.

MASSACHUSETTS PORT AUTHORITY THOMAS P. GLYNN CEO AND EXECUTIVE DIRECTOR


LEGAL NOTICE MASSACHUSETTS BAY TRANSPORTATION AUTHORITY 10 PARK PLAZA BOSTON, MASSACHUSETTS 02116

Public Announcement of Request for Letters of Interest (RFLOI) for Design Build Services for the MBTA Commuter Rail North Side Automatic Train Control Program Contract No. L60CN01

The Massachusetts Bay Transportation Authority (the “MBTA”) hereby solicits Letters of Interest (LOI) from firms or teams (the “Design Build Entities”) interested in providing Design Build (DB) services for the Commuter Rail North Side Automatic Train Control Program (the “Project”) located within the MBTA system in Massachusetts under MBTA Contract No. L60CN01. The Project is being procured using a two-phase best-value DB procurement process pursuant to M.G.L. c. 149A, s. 14, et seq. and consistent with the MBTA’s Design Build Procurement Procedures.

The MBTA intends to enter into a DB contract with the best-value Design Build Entity identified through a two- phase selection process including a Request for Qualifications (RFQ) with a subsequent Request for Proposals (RFP). The RFQ will be utilized to identify qualified Design Build Entities to submit a proposal pursuant to Section 19 of M.G.L. c. 149A. The best-value selection criteria detail will be provided in the RFP. Respondents to this RFLOI will receive future notifications of the RFQ’s availability and its amendments.

Submittal: One electronic copy of an LOI from Design Build Entities or firms interested in receiving a notice of the availability of the RFQ should be received by the MBTA at or before 2:00 pm on Thursday, September 20, 2018. All responses must be submitted via email to [email protected] with the subject line labeled “Letter of Interest – Commuter Rail North Side Automatic Train Control Program”. LOIs will be accepted up to the date SOQs are required to be submitted. In order to receive an RFQ an LOI must have been submitted. Project documentation and instructions for submitting a Letter of Interest are available on the MBTA website. http://bc.mbta.com/business_center/ bidding_solicitations/current_solicitations/

Massachusetts Bay Transportation Authority

Stephanie Pollack MassDOT Secretary and Chief Executive Officer

Luis Manuel Ramirez General Manager of the MBTA


INVITATION TO BID

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

BID NO. DESCRIPTION DATE TIME

*WRA-4574

Temporary Flow Monitoring and Data Collection for MWRA Operations Division

09/18/18 2:00 p.m.

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


Commonwealth of Massachusetts The Trial Court Probate and Family Court Department

SUFFOLK Division

Docket No. SU18P1809EA

Citation on Petition for Formal Adjudication

Estate of Jerome S. Heath Date of Death: 08/10/2017

To all interested persons:

A Petition for Formal Adjudication of Intestacy and Appointment of Personal Representative has been filed by Janel Muhammad of Boston, MA requesting that the Court enter a formal Decree and Order and for such other relief as requested in the Petition. The Petitioner requests that Janel Muhammad of Boston, MA be appointed as Personal Representative(s) of said estate to serve Without Surety on the bond in an unsupervised administration.

IMPORTANT NOTICE You have the right to obtain a copy of the Petition from the Petitioner or at the Court. You have a right to object to this proceeding. To do so, you or your attorney must file a written appearance and objection at this Court before 10:00 a.m. on the return day of 09/20/2018. This is NOT a hearing date, but a deadline by which you must file a written appearance and objection if you object to this proceeding. If you fail to file a timely written appearance and objection followed by an Affidavit of Objections within thirty (30) days of the return day, action may be taken without further notice to you.

UNSUPERVISED ADMINISTRATION UNDER THE MASSACHUSETTS UNIFORM PROBATE CODE (MUPC) A Personal Representative appointed under the MUPC in an unsupervised administration is not required to file an inventory or annual accounts with the Court. Persons interested in the estate are entitled to notice regarding the administration directly from the Personal Representative and may petition the Court in any matter relating to the estate, including distribution of assets and expenses of administration.

WITNESS, HON. Brian J. Dunn, First Justice of this Court. Date: August 20, 2018 Felix D. Arroyo Register of Probate


Print | Back