Page 22

Loading...
Tips: Click on articles from page

More news at Page 22





Page 22 705 viewsPrint | Download

Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street Boston MA, 02114

Docket No. SU23P2163GD

Citation Giving Notice of Petition for Appointment of Guardian for Incapacitated Person Pursuant to G.L. c. 190B, §5-304

In the matter of: Luisa Holden Of: Boston, MA RESPONDENT Alleged Incapacitated Person

To the named Respondent and all other interested persons, a petition has been filed by Mass. Dept. Of Mental Health of Westborough, MA in the above captioned matter alleging that Luisa Holden is in need of a Guardian and requesting that (or some other suitable person) be appointed as Guardian to serve Without Surety on the bond.

The petition asks the court to determine that the Respondent is incapacitated, that the appointment of a Guardian is necessary, that the proposed Guardian is appropriate. The petition is on file with this court and may contain a request for certain specific authority.

You have the right to object to this proceeding. If you wish to do so, you or your attorney must file a written appearance at this court on or before 10:00 A.M. on the return date of 11/15/2023. This day is NOT a hearing date, but a deadline date by which you have to file the written appearance if you object to the petition. If you fail to file the written appearance by the return date, action may be taken in this matter without further notice to you. In addition to filing the written appearance, you or your attorney must file a written affidavit stating the specific facts and grounds of your objection within 30 days after the return date.

IMPORTANT NOTICE The outcome of this proceeding may limit or completely take away the above-named person’s right to make decisions about personal affairs or financial affairs or both. The above-named person has the right to ask for a lawyer. Anyone may make this request on behalf of the above-named person. If the above-named person cannot afford a lawyer, one may be appointed at State expense.

WITNESS, Hon. Brian J. Dunn, First Justice of this Court.

Date: October 18, 2023 Stephanie L. Everett Register of Probate


Commonwealth of Massachusetts The Trial Court Probate and Family Court Department

SUFFOLK Division

Docket No. SU13D1997

Divorce Summons by Publication

Stephanie Flores, Plaintiff(s) vs. Wilfreddie Flores-Rivera, Defendant(s)

To the above-named Defendant(s) Wilfreddie Flores-Rivera,

A Complaint has been presented to this Court by Plaintiff Stephanie Flores, seeking a Complaint for Divorce.

You are required to serve upon: Stephanie Flores whose address is 87 Child St, Hyde Park, MA 02136 your answer on or before 12/13/2023. 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 at 24 New Chardon St., Boston, MA 02114

Witness, Brian J. Dunn, Esquire, First Judge of said Court, this 18th day of October 2023.

Stephanie L. Everett Register of Probate


LEGAL NOTICE REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. L1833 CARGO THROUGHPUT FACILITY, BOSTON LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS. The Authority is seeking qualified multidiscipline consulting firms or teams, with proven experience to provide professional services including programming, planning, design, and construction-related services including resident inspection relative to the programming, design, and construction of an industrial-use Cargo Throughput Facility. 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 consultant shall demonstrate experience in several disciplines including but not limited to Architectural, Civil, Structural, Mechanical, Electrical, IT/Communications/Security, Fire Protection, Plumbing, Vertical Transportation, Geotechnical, Code Compliance, Lean Design and Construction, Cost Estimating, Construction Phasing, Climate Resiliency, Sustainable Design, and energy efficiency.

A Supplemental Information Package will be available, on Wednesday October 25, 2023 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 9:00am on Thursday, November 9, 2023, via ZOOM MEETING. All participants shall use the following Zoom instructions. Link: https://massport.zoom.us/j/82669112424 Meeting ID: 826 6911 2424.

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/. Consultant shall specify in its cover letter that it has the ability to obtain requisite insurance coverage.

This submission 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, December 7, 2023, 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 by the deadline 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


BROOKLINE HOUSING AUTHORITY

RFP Re-Bid Elevator Maintenance and Repair Services at Brookline Housing Authority Properties

The Brookline Housing Authority, Brookline, Massachusetts (the Authority) invites sealed bids to provide Elevator Maintenance and Repair Services at Brookline Housing Authority properties, in Brookline, MA in accordance with the bid documents as written by the Brookline Housing Authority.

The project consists of providing ongoing preventative maintenance and repair services to the Brookline Housing Authority’s ten elevators at five locations for a period of three years with two possible one-year extensions at the BHA’s discretion.

The estimated cost of this project is $300,000 and the start of service is anticipated for January 1, 2024.

General bidders must be certified by the Division of Capital Asset Management and Maintenance (DCAMM) in the following category of work, Elevators, and must submit a current DCAMM Certificate of Eligibility and signed DCAMM Prime/General Contractor Update Statement.

General bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering all alternates) and made payable to the Brookline Housing Authority.

Bid documents will be available on October 26, 2023, after 9:00am at BIDDOCS.COM.

General Bids will be received electronically at BIDDOCS.COM no later than Tuesday, November 21st at 2pm and opened forthwith.

Pre-Bid walk through November 1st, 2023:

Wednesday 11/1: Morse Apartments 90 Longwood, Brookline 9:00am

Wednesday 11/1: Sussman House 50 Pleasant Street Brookline 10:00am

Wednesday 11/1: Kickham Apartments 190 Harvard Street, Brookline 10:45am

Wednesday 11/1: O’Shea, 61 Park Street, Brookline 11:30am

Wednesday 11/1: Walnut Street Apartments, 22 High Street, Brookline 12:15pm

By submitting a bid, the bidder warrants that s/he has examined the condition of the equipment installed at each location as well as the bid documents and, that the information provided through the site visits and bid documents are adequate and the required maintenance services can be provided at the bid price submitted. No increase in the contract sum nor claim for damages due to delay will be permitted because of the Contractor’s failure to accomplish any or all of these requirements.

The time of acceptance of the bid by the Brookline Housing Authority is 30 days from the date of the bid opening. The award of the contract is conditioned on approval by the Brookline Housing Authority Board of Commissioners. The contract is subject to the appropriation of adequate funds and may be cancelled in the event such funds are not available.

Bids are subject to M.G.L. c.149 §44A-J & to minimum wage rates as required by M.G.L. c.l49 §§26 to 27H inclusive.

All general bids are subject to the provisions of M.G.L. Chapter 149, Section 44. Award will be made to the most responsible and responsive bidder offering the best lowest total price. All other applicable state laws, municipal ordinances, and rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout and will be deemed to be included in the contract as if written out in full.

The Awarding Authority reserves the right to reject any and all bids and to waive any informalities in the bidding if it is in the public interest to do so. The Brookline Housing Authority also reserves the right to reject the bids if less than three bids are received.

Bidders shall promptly notify the Brookline Housing Authority in writing of any ambiguity, inconsistency, or error, which may discover upon examination of the bid documents. No interpretations of the meaning of the specification or other pre-bid documents shall be made to any bidder orally. All requests for clarification or interpretation must be submitted in writing by 5:00 PM on Thursday November 9th, 2023. Requests should be sent to the following individual:

If an addendum is issued, it will be sent to all potential bidders via email no later than 48 hours before the General Bid Opening.


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

BID NO. DESCRIPTION DATE TIME

WRA-5379

Purchase of Automatic Transfer Switch

11/06/23 2:00 p.m.

WRA-5380

F273

Supply and Delivery of Liquid Emulsion Polymer to the Deer Island Treatment Plant

RFQ/P Bond Counsel Services for Capital Financing Program

11/07/23 2:00 p.m.

11/17/23 11:00 a.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. AP2410-C1, OVERHEAD DOOR REPAIR - TERM CONTRACT, ALL MASSPORT PROPERTIES, BEDFORD, BOSTON, AND 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, NOVEMBER 15, 2023, immediately after which the electronic bids will be opened and posted publicly on Bid Express.

No paper copies of bids will be accepted.

NOTE: PRE-BID CONFERENCE WILL BE HELD VIA A ZOOM MEETING AT 11:00 AM LOCAL TIME ON FRIDAY NOVEMBER 3, 2023. All participants shall join Zoom Meeting: https://massport.zoom.us/j/85737230758?pwd=a1haY2NudGtIYTAwNVFIUldvR25HQT09

The work shall occur on a work order, on-call basis, over a thirty-six month period and includes PROVISION OF LABOR, INCIDENTAL MATERIALS, TOOLS, EQUIPMENT, AND SERVICES NEEDED TO REPAIR AND MAINTAIN OVERHEAD DOORS AT ALL MASSPORT PROPERTIES.

Bid documents will be made available beginning WEDNESDAY, OCTOBER 25, 2023 AT 9:00 A.M.

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 DOORS AND WINDOWS. The estimated contract cost is $500,000 [FIVE HUNDRED THOUSAND DOLLARS].

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 Massachusetts Department of Labor Standards, 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 (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 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


Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”) INVITATION FOR BID Trash Removal Services EDIC RLFMP Susan Downs ; 617-918-6204 ; [email protected]

The Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief Procurement Officer is pleased to issue this Invitation for Bid entitled “Trash Removal Services EDIC RLFMP” (the “IFB”). The IFB is issued in accordance with M.G.L. 30B, as may be amended. 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 October 30, 2023 at 9:00 A.M at www.bostonplans.org/work-with-us/procurement.

All responses to this IFB must be returned no later than 12:00 noon on November 21, 2023, to: Teresa Polhemus, Secretary, Economic Development and Industrial Corporation c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Michelle R. Goldberg, Chief Procurement Officer


INVITATION TO BID

GREENWOOD MEMORIAL UMC – EXTERIOR RESTORATION

Greenwood Memorial UMC, the Awarding Authority, requests bids for the exterior restoration of a historic church at 378A Washington Street, Dorchester, MA, which is listed in the State and National Registers of Historic Places. The project is being partially funded with a grant from the Massachusetts Preservation Project Fund (MPPF) through the Massachusetts Historical Commission and Boston Community Preservation Funding through the Boston Community Preservation Committee.

All work must be performed in accordance with the documents prepared by and available from the architect: Spencer Preservation Group, 41 Valley Road, Suite 211, Nahant, Massachusetts 01908 (617-227-2675) 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.

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 submitted to the architect no later than 5:00 PM, Thursday, November 16, 2023, to be eligible for consideration.