Page 24

Loading...
Tips: Click on articles from page

More news at Page 24




Page 24 199 viewsPrint | Download

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Sealed General Bids for MPA Contract No. L1598-C1 AIRFIELD IN-PAVEMENT LIGHT RISER REPLACEMENTS, will be received by the Massachusetts Port Authority at the Capital Programs Department Office, Suite 209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128- 2909, until 11:00 A.M. local time on WEDNESDAY, OCTOBER 17, 2018, immediately after which, in a designated room, the bids will be opened and read publicly.

NOTE:

PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 1:00 P.M. LOCAL TIME ON TUESDAY, OCTOBER 9, 2018.

The work includes REPLACEMENT OF STAINLESS STEEL LIGHT BASE EXTENSIONS, SPACERS AND FLANGE RINGS WITH NEW OWNER SUPPLIED GALVANIZED STEEL LIGHT BASE EXTENSIONS, SPACERS AND FLANGE RINGS; BOLT REPLACEMENT OF IN-PAVEMENT LIGHTS AIRFIELD WIDE.

Bid documents will be made available beginning WEDNESDAY, OCTOBER 3, 2018.

Bid Documents in electronic format may be obtained free of charge at the Authority’s Capital Programs Department Office, together with any addenda or amendments, which the Authority may issue and a printed copy of the Proposal form.

The estimated contract cost is $1,100,000.00.

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, 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 and Property Damage Liability Insurance for a combined single limit of $10 MILLION DOLLARS. 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 ZERO POINT ZERO PERCENT (0.0%) 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 THOMAS P. GLYNN CEO & EXECUTIVE DIRECTOR


Brookline Housing Authority (BHA) Request for Qualifications for Accounting Services

The Brookline Housing Authority is seeking proposals from qualified accounting firms to provide accounting services associated with the redevelopment of O’Shea House and Morse Apartments utilizing a 4% LIHTC and tax-exempt bond execution. Both properties, each a 100-unit public housing development, will convert at closing to Section 8 Project-Based Vouchers (PBV) under HUD’s Rental Assistance Demonstration (RAD) and Section 18 programs. The first transaction, O’Shea, is expected to close in Spring 2019; Morse Apartments is projected to close by the end of 2019. The BHA is looking for firms with particular expertise in low income housing tax credits. Experience with RAD conversions and working with a Public Housing Authority are highly desirable.

The RFP will be available on October 1, 2018 on the BHA website at brooklinehousing.org/public-bids. Proposals must be submitted by email to [email protected] as described in Section 6 of the RFP. Proposals must be received by Wednesday 24, 2018 no later than 4:00 PM EST. Proposals received after this deadline will not be accepted.

Inquiries or requests for clarification of the RFP must be submitted to: [email protected] by October 10, 2018 at 4:00 pm. Responses will be provided through addenda that will be posted to the BHA website. Please note: to automatically receive notification of addenda postings, firms and individuals must be registered as solicitation holders for this project on the BHA website

The BHA reserves the right to reject any proposals, to cancel this RFP and to waive informalities if it is in the public interest to do so.

M/WBE & Section 3 certified firms are encouraged to apply.


Brookline Housing Authority (BHA) Request for Qualifications for Relocation Services

The Brookline Housing Authority is seeking proposals from qualified relocation firms to provide relocation services associated with the redevelopment of O’Shea House and Morse Apartments utilizing a 4% LIHTC and tax-exempt bond execution. Both properties, each a 100-unit public housing development, will convert at closing to Section 8 Project-Based Vouchers (PBV) under HUD’s Rental Assistance Demonstration (RAD) and Section 18 programs. The first transaction, O’Shea, is expected to close in Spring 2019; Morse Apartments is projected to close by the end of 2019. Renovation will begin immediately following closing and is expected to last between twelve and fourteen months. The buildings will be occupied during the renovation, with residents relocated while their units are renovated to units within their building that are currently being held vacant. The construction scope is intended to address all significant repair needs for the long-term and residents’ ability to age in place. The BHA is looking for firms with particular expertise in affordable housing, seniors/disabled housing, occupied rehab, and working with housing authorities.

The RFP will be available on October 1, 2018 on the BHA website at brooklinehousing.org/public-bids. Each respondent must submit one (1) signed original and two copies of its proposal. The original signed hard copy must be clearly labeled as such. If there are any differences between the original and any of the copies (or the electronic copy of the Proposal), the material in the hard copy original will prevail. The proposal must be submitted no later than 4 pm on October 24, 2018. Proposals received after this deadline will not be accepted.

Proposals should be delivered to: Patrick Dober, Executive Director and Chief Procurement Officer, Brookline Housing Authority, 90 Longwood Ave, Brookline, MA 02446

Inquiries or requests for clarification of the RFP must be submitted to: [email protected] by October 10, 2018 at 4:00 pm. Responses will be provided through addenda that will be posted to the BHA website. Please note: to automatically receive notification of addenda postings, firms and individuals must be registered as solicitation holders for this project on the BHA website

The BHA reserves the right to reject any proposals, to cancel this RFP and to waive informalities if it is in the public interest to do so.

M/WBE & Section 3 certified firms are encouraged to apply.


ADVERTISEMENT FOR BID

The Arlington Historical Society, Arlington, Massachusetts, Owner, requests bids for repair of framing members based upon structural sill investigation at the west elevation of the house. Filling gaps on inside face of rubble stone crawlspace foundation in the repair area. Replacing gutters with new and rehanging existing gutters. Painting the exterior at the west elevation. Restoring seven wood windows, making five wooden storm windows. Interior painting of selected interior ceilings. Three part lime plaster patching of one ceiling. Installing one GFI duplex receptacle. Add alternates to the project include historic brick chimney repointing, additional ceiling painting and additional gutter replacement. The Jason Russell house is listed in the State and National Registers of Historic Places and is listed in the Massachusetts State Building Code as a House Museum. All bidders must provide references for similar work on historic properties in the past five years. The project is being partially funded by the Arlington Community Preservation Commission and with a grant from the Massachusetts Preservation Projects Fund through the Massachusetts Historical Commission. All work must be performed in accordance with the documents prepared by Design Associates Inc., and Simpson, Gumpertz and Heger, Inc., and meet the Secretary of the Interior’s Standards for the Treatment of Historic Properties. State law prohibits discrimination. Awarding of this contract is subject to Affirmative Action and Equal Opportunity guidelines. A copy of the bidding documents may be obtained by emailing the architect at patrick@design-associates. com. A pre-bid meeting will be held at the Jason Russell House at 7 Jason Street, Arlington, MA, on WEDNESDAY, OCTOBER 10, at 10 AM. Bids shall be evaluated on the basis of price, previous experience with similar types of construction projects, ability to perform the work in a timely manner, and references. All bids must be delivered to the architect’s office, 1035 Cambridge Street, Suite 18B, Cambridge, MA prior to 3 PM, THURSDAY, OCTOBER 25, 2018 to be eligible for consideration. All grant funded work must be completed by JUNE 30, 2019.


Commonwealth of Massachusetts The Trial Court Probate and Family Court Department

SUFFOLK Division

Docket No. SU17C0492CA

In the matter of Luis Jose Santiago

CITATION ON PETITION TO CHANGE NAME

A Change of name has been filed by Luis Jose Santiago of Mattapan, MA requesting that the court enter a Decree changing their name to:

Angelina Rodriguez

IMPORTANT NOTICE Any person may appear for purposes of objecting to the petition by filing an appearance at: Suffolk Probate and Family Court before 10:00 a.m. on the return day of 10/11/2018. This is NOT a hearing date, but a deadline by which you must file a written appearance if you object to this proceeding.

WITNESS, HON. Brian J. Dunn, First Justice of this Court. Date: September 14, 2018 Felix D. Arroyo Register of Probate