Page 20

Loading...
Tips: Click on articles from page

More news at Page 20


Page 20 286 viewsPrint | Download

Commonwealth of Massachusetts

The Trial Court Probate and Family Court Department

SUFFOLK Division

Docket No. SU21C0246CA

CITATION ON PETITION TO CHANGE NAME

In the matter of: Gulganym Suiin Nour

A Petition to Change Name of Adult has been filed by Gulganym Suiin Nour of Roxbury, MA requesting that the court enter a Decree changing their name to

Aya Gulganym Suiin

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 08/05/2021. 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: July 20, 2021 Felix D. Arroyo Register of Probate


Commonwealth of Massachusetts The Trial Court Probate and Family Court Department

SUFFOLK Division

Docket No. SU20P1167EA

Citation on Petition for Formal Adjudication

Estate of: Sabino A Coleta Date of Death: 01/26/2020

To all interested persons:

A Petition for S/A - Formal Appointment of Personal Representative has been filed by Manuel Rodrigues of Dorchester, 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 Manuel Rodrigues of Dorchester, 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 09/03/2021. 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: July 22, 2021 Felix D. Arroyo Register of Probate


REQUEST FOR PROPOSALS Request for Proposals for the sale of 13 Alleghany Street in the Mission Hill area of Roxbury

The Boston Redevelopment Authority (“BRA”), doing business as the Boston Planning & Development Agency (“BPDA”), is soliciting responses to a Request for Proposals (“RFP”) for the sale of 7,103 square feet of vacant land located at 13 Alleghany Street in the Mission Hill neighborhood of Boston (the “Property”). The BPDA seeks to convey the Property to allow publicly accessible open space or community garden uses. The Property is intended for disposition by a sale pursuant to the RFP. The Property is being offered as is, without warranty of any kind, express or implied. If concerned about the Property condition, legal or physical access and the maintenance thereof, property lines or boundaries or any other matter affecting the Property, prospective developers should investigate and conduct whatever due diligence and inspection deemed necessary. The RFP package will be available on the BPDA Procurement Portal at www.bostonplans.org/work-with-us/procurement on July 28, 2021. Completed proposal applications must be submitted as instructed and returned directly to the BPDA, 22 Drydock Avenue, 2nd Floor, South Boston, MA, 02210 by 12:00 PM on August 27, 2021. Late proposals will not be accepted. For more information about this Request for Proposals, contact Morgan McDaniel, Real Estate Development Officer at

(617) 918-6250 or via email to: [email protected].


Economic Development and Industrial Corporation of Boston d/b/a Boston Planning & Development Agency (“BPDA”)

INVITATION FOR BIDS Northern Avenue Mobility and Streetscape Project

Contact Information: Peter Sun; [email protected]; 617-918-6264

The Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a the Boston Planning & Development Agency (“BPDA”) is issuing an Invitation for Bids (“IFB”) for a Northern Avenue Mobility and Streetscape Project (hereinafter, the “Services”). 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 July 28, 2021, 9:00 A.M at www.bostonplans.org/work-with-us/procurement. Plan holders shall open and register the information requested for the “Northern Avenue Mobility and Streetscape Project”

Michelle Goldberg, Budget Director/ Interim Chief Procurement Officer


PUBLIC ANNOUNCEMENT

MASSACHUSETTS BAY TRANSPORTATION AUTHORITY SOLICITATION FOR PROGRAM MANAGEMENT/CONSTRUCTION MANAGEMENT CONSULTING SERVICES FOR THE RED/ORANGE LINE TRANSFORMATION PROGRAM REQUEST FOR QUALIFICATIONS

MBTA Contract No. R19PS04

The Massachusetts Bay Transportation Authority is soliciting Program Management/Construction Management Consulting Services (PM/CM) for Yard and Facilities rehabilitation work on the Red Orange/Line Transformation Program. The Scope of Service(s) may include but are not limited to:

a. Program Management (PM) and General Administration Services b. Feasibility Studies c. Design Phase Services d. Construction Phase Services e. Construction Management (CM) Oversight Services f. Other GEC Services as may be assigned

The primary disciplines involved in Phases 1 and 2 of this contract include, but are not limited to: Yard track and signal work, site utilities, Car House roofing, electrical, HVAC, concrete work, PCB and Lead Paint abatement, painting, window replacement, fire protection, gas distribution, elevator installation and Traction Power Substation upgrades.

The selected PMCM firm will have a transition period of 6 months with the current PMCM team.

The PM/CM services for the program shall commence from NTP and are anticipated to continue for the overall project duration of 60 months at which time the program needs will be reassessed.

The selected Program Management/ Construction Management team (PM/ CM) shall exhibit a depth of experience and expertise in the design and construction of rail transit infrastructure, facilities, and systems, including vehicle maintenance facilities, signals, communication systems, track, power transmission and distribution, and other disciplines necessary to upgrade the infrastructure as outlined in this RFP. The scope of the PM/CM is to support MBTA senior management of Red Line/Orange Line Infrastructure Improvement and Transformation Programs.

Additionally, the P/CM team will provide support for MBTA’s Operational Readiness program working with Operations, E & M and Safety to identify Hazards and Risks, on a program wide basis, and participate in weekly/ biweekly/monthly Safety Management Working Group (SMWG) and other Committee meetings.

The scope of services will be authorized on a project specific basis The anticipated cost estimate is $50,000,000.00 The duration of this contract will be five (5) years.

The complete Request for Qualifications can be found on the MBTA website. Please see the following link:

and then follow the prompt to start file download under the “Work with Us” tab. If unable to access the IFB package through the BPDA Procurement Portal, contact the BPDA Procurement Office at 617-918-6252, or via email to [email protected] in order to make alternative arrangements. All responses to this IFB must be returned no later than 12:00 noon on August 20, 2021, to: Teresa Polhemus, Secretary, Boston Planning & Development Agency, One City Hall Square, Room 910, Boston, MA 02201-1007. Respondents who wish to drop off their respective bids via courier or in person, must follow the operating hours and protocols for public access to City Hall, which are available at: boston.gov/news/covid-19-status-cityboston-departments.

http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/

This is not a Request for Proposal. The MBTA reserves the right to cancel this procurement or to reject any or all Statements of Qualifications.

Jamey Tesler Acting MassDOT Secretary & CEO

Steve Poftak General Manager


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

BID NO. DESCRIPTION DATE TIME

7628 RFQ/P Roof Replacement at Water Pump Stations - Resident Engineering Services

08/27/21 11:00 a.m.

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

LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. L1697, TERMINAL B GARAGE DEPARTURES LEVEL ROADWAY REHABILITATION, which includes Civil and Structural Engineering relating capital improvements. The Authority is seeking qualified multidiscipline consulting firms or teams to provide professional engineering services for design and construction services, including resident inspection for the above-mentioned capital improvement project.

The Consultant(s) shall demonstrate experience in the required disciplines including but not limited to being or contracting with MBE/WBE sub-consultants, Lean Design and Construction, Virtual Design/Construction (VDC), AutoCAD Civil 3D/Civil Design, Structural, Electrical, Signage, Cost Estimating, Traffic Design and Modeling, Construction Phasing, Survey, Cost Controls and Scheduling. Massport will select a consultant for the listed project based on the submitted qualifications as deemed in its best interest. The contract will be work order based, and the Consultant’s fee shall be negotiated; however, the total contract shall not to exceed ELEVEN MILLION DOLLARS ($11,000,000).

A Supplemental Information Package will be available, on Wednesday July 28, 2021 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 solicitation. If you have problems finding the notice, please contact Susan Brace at Capital Programs SBrace@ massport.com. 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 virtually at 4:00 PM Tuesday August 3, 2021. The link for this virtual briefing is: https://global.gotomeeting.com/join/637472253. At this session, an overview of the project will be provided, the services requested by the Authority 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/. The Consultant shall specify in its cover letter that it has the ability to obtain the requisite insurance coverage.

This submission, including the litigation and legal proceedings history in a separate sealed envelope, as required, shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, Director of Capital Programs and Environmental Affairs and received no later than 12:00 noon on Thursday, September 16, 2021 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 LISA S. WIELAND

CEO & EXECUTIVE DIRECTOR


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. LP2102-C1, REFRIGERATION SYSTESM TERM CONTRACT, LOGAN INTERNATIONAL AIRPORT, 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 bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, AUGUST 18, 2021, 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 CENTRAL HEATING PLANT, FACILITIES 1, LOGAN INTERNATIONAL AIRPORT, AT 9:00 A.M. LOCAL TIME ON WEDNESDAY, AUGUST 4, 2021.

BIDDERS ARE STRONGLY ENCOURAGED TO ATTEND THE PRE-BID CONFERENCE TO DEVELOP A FULL APPRECIATION FOR THE NATURE OF THE WORK AND THE EQUIPMENT TO BE MAINTAINED.

The work includes PREVENTIVE AND EMERGENCY MAINTENANCE OF REFRIGERATION SYSTEMS AND MISCELLANEOUS EQUIPMENT AT LOGAN INTERNATIONAL AIRPORT AT ALL LOCATIONS EXCEPT THE CENTRAL HEATING PLANT. THE CONTRACT TERM IS THIRTY-SIX (36) MONTHS.

Bid documents will be made available beginning WEDNESDAY, JULY 28, 2021.

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 HVAC. The estimated contract cost is ONE MILLION DOLLARS ($ 1,000,000.00).

Bidding procedures and award of the contract and sub contracts shall be in accordance with the provisions of Sections 44A through 44J 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 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 $10,000,000.00 TEN 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.

No filed sub bids will be required for this contract.

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 LISA S. WIELAND CEO & EXECUTIVE DIRECTOR