Page 23

Loading...
Tips: Click on articles from page

More news at Page 23


Page 23 594 viewsPrint | Download

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

BID NO. DESCRIPTION DATE TIME

WRA-5420

Supply and Deliver 19 Various Flood Planks

03/19/24 2:00 p.m.

WRA-5421

S621

OP-472

Supply and Delivery of Sodium Hydroxide to the Deer Island Treatment Plant

RFQ Purchase and Supply of Electricity Deer Island Treatment Plant

RFQ/P Regulatory Compliance at Former General Dynamics Shipyard

03/19/24 2:00 p.m.

03/26/24 11:00 a.m.

04/17/24 11:00 a.m.

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


Epiphany School Serves Free Meals Every Day

The Epiphany School (Epiphany) will be participating in the National School Lunch Program. As part of this program, Epiphany will offer healthy meals every school day at NO COST.

Non-Discrimination Statement:

In accordance with Federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, the USDA, its Agencies, offices, employees, and institutions participating in or administering USDA programs are prohibited from discriminating based on race, color, national origin, sex, disability, age, or reprisal or retaliation for prior civil rights activity in any program or activity conducted or funded by USDA.

Persons with disabilities who require alternative means of communication for program information (e.g. Braille, large print, audiotape, American Sign Language, etc.), should contact the Agency (State or local) where they applied for benefits. Individuals who are deaf, hard of hearing, or have speech disabilities may contact USDA through the Federal Relay Service at (800) 877-8339. Additionally, program information may be made available in languages other than English.

To file a program complaint of discrimination, complete the USDA Program Discrimination Complaint Form, (AD-3027) found online at: https://www.usda.gov/oascr/how-to-file-a-program-discrimination-complaint, and at any USDA office, or write a letter addressed to USDA and provide in the letter all of the information requested in the form. To request a copy of the complaint form, call (866) 632-9992. Submit your completed form or letter to USDA by:

1. mail: U.S. Department of Agriculture Office of the Assistant Secretary for Civil Rights 1400 Independence Avenue, SW Washington, D.C. 20250-9410;

2. fax: (202) 690-7442; or

3. email: [email protected].

This institution is an equal opportunity provider.

About Epiphany School

Epiphany is an independent school for children of economically disadvantaged families in Boston, with scholarships for all. We admit children of diverse faiths, races, cultures, and cognitive profiles, believing in the Episcopal tradition that we find God in and through each other. In close partnership with families and community partners, we are an innovative learning community. We offer structured support to enable children to discover and develop the fullness of their individual gifts and to help their families thrive. Our Early Learning Center serves infants, toddlers, and preschoolers through a rich, child-centered curriculum and whole-family program model to ensure kindergarten readiness and family self-sufficiency. Our Middle School offers small classes, individualized curricula, and extended hours providing rigorous academic, moral, and social instruction to children in grades five through eight. Our Graduate Support Program provides abiding educational, personal, and career guidance and assistance to our graduates, ensuring they are prepared to contribute intelligently, morally, and actively to the society they will inherit. Our Teacher Training Program supports aspiring urban teachers, including many of our own graduates. Our Impact Center shares best practices to improve educational outcomes on a broad scale. Together we are a school that never gives up on a child.


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. L1773-C1, TERMINAL A GROUND BOARDING, 1 HARBORSIDE DRIVE, BOSTON, MA 02128, 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 General Bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, APRIL 10, 2024, immediately after which, the electronic bids will be opened and posted publicly on Bid Express.

Electronic filed sub-bids for the same contract will be received at the same office until 11:00 A.M. local time on WEDNESDAY, MARCH 27, immediately after which, the filed sub-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 ON ZOOM AT THE FOLLOWING LINK https://massport.zoom.us/j/83714133234 AT 1:30PM ON THURSDAY MARCH 14, 2024

The work includes REMOVAL AND INSTALLATION OF FLYAWAY SEATING, DEMOLITION OF EXISTING ACT, EXISTING GRID TO REMAIN, REMOVE EXISTING CEILING LIGHTS AND EXIT SIGNS, REMOVE TEMPORARY LIGHTS AT EXTERIOR CANOPY. INSTALL NEW ACT, LIGHT FIXTURES AND EXIT SIGNS, NEW WALL BASE, NEW FLYAWAY SEATING; INSTALL E NEW RAILING ON THE RAMP SIDE AND WEATHER SCREENS AT THE EXISTING STEEL CANOPY. PAINT INTERIOR WALLS AND EXTERIOR JERSEY BARRIERS.

Bid documents will be made available beginning WEDNESDAY MARCH 6, 2024

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 General Bid 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 & Maintenance and an Update Statement. The General Bidder must be certified in the category of GENERAL CONSTRUCTION The estimated contract cost is $ 591,584.75.

In order to be eligible and responsible to bid on this contract, filed Subbidders must submit with their bid a current Sub-bidder Certificate of Eligibility issued by the Division of Capital Asset Management & Maintenance and a Sub-bidder Update Statement. The filed Sub-bidder must be certified in the sub-bid category of work for which the Sub-bidder is submitting a bid proposal.

Bidding procedures and award of the contract and sub-contracts shall be in accordance with the provisions of Sections 44A through 44H 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 $10M. 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.

Filed sub-bids will be required and taken on the following classes of work:

ACOUSTICAL TILE ($25,366.00) ELECTRICAL ($40,169.00)

The Authority reserves the right to reject any sub-bid of any sub-trade where permitted by Section 44E of the above-referenced General Laws. The right is also reserved to waive any informality in or to reject any or all proposals and General Bids.

This contract is subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than EIGHT and THREE TENTH of a PERCENT (8.3%) 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 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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic General Bids for MPA Contract No. M672-C1, CONLEY TERMINAL SECURITY CAMERAS, SOUTH 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 27TH, 2024 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, OUTDOORS AT CONLEY CONTAINER TERMINAL, 700 SUMMER STREET, BOSTON, MA 02127, ON FRIDAY, MARCH 15TH, 2024 AT 10:00 AM LOCAL TIME. ALL ATTENDEES MUST BRING A VALID DRIVER’S LICENSE, US PASSPORT, OR TWIC TO OBTAIN ENTRY TO CONLEY TERMINAL. PLEASE ARRIVE AT LEAST 1/2 HOUR EARLY TO OBTAIN SECURITY CLEARANCE PRIOR TO ENTRY. PLEASE MEET IN LARGE PARKING AREA AT NORTH SIDE OF SECURITY BUILDING.

The work includes: PROCUREMENT AND INSTALLATION OF NEW SECURITY CAMERAS AT MULTIPLE LOCATIONS ON HIGH MAST LIGHT POLES AND BUILDINGS IN CONLEY TERMINAL.

• FURNISH AND INSTALL TWENTY (20) 270 Degree 8 MP MULTISENSOR CAMERAS; • FURNISH AND INSTALL FIVE (5) 36X ZOOM 8 MP PTZ DOME CAMERAS; • FURNISH AND INSTALL ONE (1) NETWORK VIDEO RECORDER (NVR); • INTEGRATION OF CAMERAS and NVR WITH MASSPORT’S AVIGILON VIDEO MANAGEMENT SYSTEM.

Bid documents will be made available beginning March 6th, 2026.

Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through www.bidexpress.com/businesses/27137/home in the listing for this Project.

The estimated contract cost is TWO HUNDRED AND SEVENTY-FIVE THOUSAND DOLLARS ($275,000).

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 with a combined single limit of ONE MILLION DOLLARS ($1,000,000) and a TWO MILLION DOLLARS ($2,000,000) policy aggregate. 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 IIB, Special Provisions for complete details.

No filed sub-bids will be required for this contract.

This contract is limited to bidders who are Small Business Enterprise (SBE) contractors. A Small Business Enterprise (SBE) is a small business concern as defined pursuant to section 3 of the Small Business Act and Small Business Administration regulations implementing it (13 CFR part 121). An SBE firm must be owned by a U.S. citizen(s) or lawfully admitted resident(s) whose personal net worth does not exceed $1.32 million, excluding the owner’s equity in the applicant business and his/her primary residence. All certified DBEs are eligible to participate as SBEs. Other firms interested in certification as an SBE must fill out the Verification Form attached hereto as Exhibit A and provide it and all supporting documents to the Authority together with its bid. SBE bidders must perform a minimum of 30% of the contracted work with their own forces. 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 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.

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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION


Commonwealth of Massachusetts The Trial Court Probate and Family Court Department

SUFFOLK Division

Docket No. SU23D2044DR

Divorce Summons by Publication and Mailing

Emiliano Encarnacion Vallejo vs. Margarita Cuevas Mendez

To the Defendant:

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

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: Emiliano Encarnacion Vallejo, 97 Devon St, Boston, MA 02121 your answer, if any, on or before 03/26/2024. 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: February 6, 2024

Stephanie L. Everett, Esq.

Register of Probate