Page 16

Loading...
Tips: Click on articles from page
Page 16 212 viewsPrint | Download

Commonwealth of Massachusetts The Trial Court Probate and Family Court Department

SUFFOLK Division

Docket No. SU22D1371DR

Divorce Summons by Publication and Mailing

Doris Angie Brimage vs. Kirk Patterson

To the Defendant:

The Plaintiff has filed a Complaint for Divorce requesting that the Court grant a divorce for Irretrievable Breakdown.

The Complaint is on file at the Court.

An Automatic Restraining Order has been entered in this matter preventing you from taking any action which would negatively impact the current financial status of either party. SEE Supplemental Probate Court Rule 411.

You are hereby summoned and required to serve upon: Doris Angie Brimage, 36 A Hard Wood St., Dorchester, MA 02124 your answer, if any, on or before 03/23/2023. If you fail to do so, the court will proceed to the hearing and adjudication of this action. You are also required to file a copy of your answer, if any, in the office of the Register of this Court.

Witness, Hon. Brian J. Dunn, First Justice of this Court. Date: January 23, 2023

Felix D. Arroyo Register of Probate


Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”) Request for Proposal for Harvard ERC and Greenway Plan Andrew Nahmias; (617) 918-4375; [email protected]

The Boston Redevelopment Authority “BRA” d/b/a Boston Planning & Development Agency “BPDA”, by its Chief Procurement Officer is pleased to issue this Request for Proposal entitled “Harvard ERC District and Greenway Plan” the “RFP”. This RFP 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 Monday , February 27 at 9:00 A.M at www.bostonplans.org/work-with-us/procurement. All responses to this RFP must be returned no later than 12:00 noon on March 24, 2023, to: Teresa Polhemus, Secretary, Boston Redevelopment Authority, One City Hall Square, Boston MA 02210. Michelle Goldberg, Chief Procurement Officer


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

BID NO. DESCRIPTION DATE TIME

WRA-5263

Purchase of Reverse-Osmosis Deionized Water System

03/16/23 12:00 p.m.

OP-456

RFB Voluntary Renewable Energy Certificates for Voluntary Renewable Energy Certificates for Interval Accounts

6956 Intermediate High Pipeline Improvements (CP2)

03/24/23 11:00 a.m.

03/31/23 2:00 p.m.

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


MASSACHUSETTS PORT AUTHORITY NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. L1709-C1, 2023 MISCELLANEOUS AIRFIELD PAVEMENT IMPROVEMENTS, 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, MARCH 22, 2023 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 CONDUCTED BY WAY OF A VIRTUAL VIDEO CONFERENCE AT 10:00 AM LOCAL TIME ON THURSDAY, MARCH 9, 2023. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/84389568844

DIAL IN: +1 (646) 518-9805 OR +1 (267) 831-0333 MEETING ID: 843 8956 8844.

The work includes PAVEMENT MILLING, HOT MIX ASPHALT PAVING, CRACK REPAIRS, RUNWAY AND TAXIWAY GROOVING, PAVEMENT MARKINGS, AND IN-PAVEMENT LIGHT ADJUSTMENTS.

Bid documents will be made available beginning WEDNESDAY, MARCH 1, 2023.

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 TWO MILLION EIGHT HUNDRED FIFTY THOUSAND DOLLARS ($2,850,000).

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 workers no less than the prevailing wage rates on the schedules listed in Division II, Special Provisions of the Specifications, which wage rates have been established by the U. S. Secretary of Labor and /or the Massachusetts Department of Labor Standards. In the event of a conflict between the two schedules, the higher wage rate shall apply.

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. Said policy shall be on an occurrence basis and the Authority shall be included as an Additional Insured. See the insur ance sections of Division I, General Requirements and Division II, Special Provisions for complete details.

This contract is subject to a Minority Business Enterprise/Women Business Enterprise participation provision requiring that the Contractor demonstrate good faith efforts that TWENTY AND SEVEN TENTHS PERCENT (20.7%) of the Contract be performed by minority business enterprise and/or women business enterprise contractors certified by the Massachusetts Supplier Diversity Office. 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 Division I, Article 79 of the Contract 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 Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, all bidders/proposers will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.

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. W308-C1, RUNWAY 29 REHABILITATION (APPROXIMATELY 3720’ x 150’), 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, MARCH 22, 2023 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 CONDUCTED BY WAY OF A VIRTUAL VIDEO CONFERENCE AT 11:00 AM (LOCAL TIME) ON TUESDAY, MARCH 7, 2023. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom. us/j/87673603552

DIAL IN: +1 (646) 518-9805 OR +1 (267) 831-0333 MEETING ID: 876 736 03552.

The work includes PAVEMENT MILLING, HOT MIX ASPHALT PAVING, CRACK SEALING AND CRACK REPAIR, SEMI-FLUSH LIGHT BASE ADJUSTMENTS, RUNWAY CENTERLINE, TOUCHDOWN ZONE, AND EDGE LIGHTS, PAVEMENT MARKINGS, PAVEMENT GROOVING, UTILITY STRUCTURE ADJUSTMENTS.

Bid documents will be made available beginning WEDNESDAY, MARCH 1, 2023.

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 ELEVEN MILLION ONE HUNDRED THOUSAND DOLLARS ($11,100,000).

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.

Bidders must submit a Buy American Certificate with all bids or offers on AIP funded projects. Bids that are not accompanied by a completed Buy American Certificate must be rejected as nonresponsive.

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 FIFTEEN AND SIX TENTHS PERCENT (15.6%) 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 Massachusetts Port Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.

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.

A Contractor having fifty (50) or more employees and his subcontractors having fifty (50) or more employees who may be awarded a subcontract of $50,000 or more will, within one hundred twenty (120) days from the contract commencement, be required to develop a written affirmative action compliance program for each of its establishments.

Compliance Reports - Within thirty (30) days of the award of this Contract the Contractor shall file a compliance report (Standard Form [SF 100]) if:

(a) The Contractor has not submitted a complete compliance report within twelve (12) months preceding the date of award, and

(b) The Contractor is within the definition of “employer” in Paragraph 2c(3) of the instructions included in SF100.

The contractor shall require the subcontractor on any first tier subcontracts, irrespective of the dollar amount, to file SF 100 within thirty (30) days after the award of the subcontracts, if the above two conditions apply. SF 100 will be furnished upon request. SF 100 is normally furnished Contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address:

Joint Reporting Committee 1800 G Street Washington, DC 20506

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