Page 20

Loading...
Tips: Click on articles from page

More news at Page 20




Page 20 89 viewsPrint | Download

Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300

Divorce Summons by Publication and Mailing

Docket No. SU24D0836DR

Valcine Shanelle Poole vs. Jovan Tyrell Poole-Trayham

To the Defendant:

The Plaintiff has filed a Complaint for Divorce requesting that the Court grant him/her custody of the child(ren).

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: Valcine Shanelle Poole, 154 Georgetown’s Drive, Hyde Park, MA 02136 your answer, if any, on or before 11/05/2024. 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: August 14, 2024

Stephanie L. Everett, Esq.

Register of Probate


BOSTON WATER AND SEWER COMMISSION INVITATION FOR BIDS

The Boston Water and Sewer Commission by its Executive Director invites sealed Bids under the SHELTERED MARKET PROGRAM for CONTRACT NO. 24-201-005, FOR A THREE (3) YEAR JANITORIAL SERVICES CONTRACT OF COMMISSION FACILITIES.

BID/CONTRACT DOCUMENTS, MAY BE OBTAINED BY DOWNLOADING IT FROM THE BWSC PORTAL BIDNET DIRECT. https://www.bidnetdirect.com/ bwsc.

There will be a Mandatory Pre-Bid Conference and Tour at the Commission Headquarters located at 980 Harrison Avenue Boston, Ma. 02119 in Second Floor Training Room on WEDNESDAY SEPTEMBER 04,2024 at 5:00PM. Bids must be submitted on the forms obtained from the Director of Procurement and must be submitted in a sealed envelope clearly marked Bid for Contract NO.24-201-005 – Janitorial Services. Bids will be publicly opened and read on TUESDAY SEPTEMBER 17, 2024 at 10:00 AM, at the office of the Director of Procurement. THE EXECUTIVE DIRECTOR RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. The award of any contract is subject to approval by the board of commissioners.

THE BOSTON WATER AND SEWER COMMISSION IS AN EQUAL OPPORTUNITY EMPLOYER. WOMEN AND MINORITY OWNED BUSINESSES ARE ENCOURAGED TO respond.

BOSTON WATER AND SEWER COMMISSION

Henry F. Vitale Executive Director


REQUEST FOR SERVICES Brookline Housing Authority

Project #046112 -Window Replacements and Common Stair halls Renovations -at Trustman Apartments (705-1) & Egmont Street Veterans Apartments (200-2)

Pursuant to M.G.L. c. 30B, the Brookline Housing Authority is soliciting proposals from qualified firms or individuals to provide Owner’s Project Manager (‘OPM’) services for a construction project. The project involves construction-related activities for the stairwell renovations and window replacement at Egmont Street veterans Apartments and Trustman Apartments in Brookline, MA.

Qualified persons or firms are requested to submit proposals no later than 4pm October 2, 2024.

A briefing session and site visit will be held on Thursday September 4, 2024 at 11:00 AM at Egmont Veterans Apartments, community room at the rear of 341 Pleasant Street, Brookline, 02446.

To request a copy of the RFP email: [email protected] and/or [email protected]


REQUEST FOR PROPOSALS Terminal C Lounge

The Massachusetts Port Authority (the “Authority” or “Massport”), owner and operator of Boston Logan International Airport (“Logan Airport” or “Airport”) is requesting responses to this Request for Proposals (“RFP”) from established and qualified parties (each a “Respondent”) with demonstrated experience in designing, constructing, operating and managing a full service premium passenger lounge facility (the “Premises”) at Logan Airport. Copies of the RFP may be obtained on the Authority’s website, beginning on August 16, 2024, at: https://www.massport.com/business/bids-and-opportunities.

The Authority will conduct a Pre-Submission Conference on September 12, 2024 at 1:00 p.m. EST at Boston Logan International Terminal Briefing Room. To confirm attendance at the Pre-Submission Conference please complete the RSVP form located on the Massport website at https://www.massport.com/business/bids-and-opportunities as early as possible, but no later than 12:00 noon on August 29, 2024.

Proposals must be received by the Authority at, or prior to, 12:00 p.m. local time on October 18, 2024, via Bid Express https://www.massport.com/business/bids-and-opportunities.


Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”) INVITATION FOR BID RLFMP Building Security Gigi Munden; 617-918-6203; [email protected]

The Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Interim Chief Procurement Officer is pleased to issue this Invitation for Bid entitled “RLFMP Building Security” (the “IFB”). The IFB is issued in accordance with M.G.L. c. 149 as may be amended. This IFB package including requirements for this project will be available to download on the City of Boston Planning Department Procurement Portal free-of charge in digital print form to all interested respondents on August 26, 2024 at 9:00 A.M www.bostonplans. org/work-with-us/procurement. All responses to this IFB must be returned no later than 12:00 noon on November 15, 2024 to: Teresa Polhemus, Clerk, Economic Development and Industrial Corporation c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Tim Mathis, Interim Chief Procurement Officer


Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”)

INVITATION FOR BID Timber Boardwalk Reconstruction for Shipyard Park in the Charlestown Navy Yard Corey Harris; 857-465-1773; [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 Invitation for Bid entitled “Timber Boardwalk Reconstruction for Shipyard Park in the Charlestown Navy Yard” (the “IFB”). The IFB is issued in accordance with M.G.L. c. 30, § 39M., 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 August 26, 2024 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 October 3, 2024 to: Teresa Polhemus, Secretary, Boston Redevelopment Authority (“BRA”) c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Tim Mathis, Interim Chief Procurement Officer


MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. L1599-C2 LOC MISCELLANEOUS RENOVATIONS, EAST BOSTON, MASSACHUSETTS 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, SEPTEMBER 25, 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, SEPTEMBER 11, 2024 , 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 10:00AM LOCAL TIME ON WEDNESDAY, AUGUST 28, 2024

Link: https://massport.zoom.us/j/83649222820

The work includes RENOVATION TO REPAIR EXISTING FLOORING AND WALL PARTITIONS DUE TO FLOOD DAMAGE IN THE FIRST-FLOOR CORRIDORS; RENOVATION OF THE EXISTING OFFICE SUITE, FIRE RESCUE SUITE, RESTROOM, KITCHENETTE, AND CONFERENCE ROOM. THE PROJECT INVOLVES THE INTERIOR DEMOLITION OF PARTITIONS AND FINISHES; NEW PARTITIONS, CEILINGS, FINISHES, MEP/FP SYSTEMS, AND ACCESSORIES WILL BE PROVIDED TO SUPPORT THE NEW SPACES AT LOGAN OFFICE CENTER.

Bid documents will be made available beginning WEDNESDAY, AUGUST 21, 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 BUILDING CONSTRUCTION. The estimated contract cost is $ 1,074,983.

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 $1,000,000 (ONE 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.

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

HEATING, VENTILATING, AND AIR CONDITIONING......... $191,373 PAINTING...................................................................... $67,282 ELECTRICAL.................................................................. $58,636

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 5.1% 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 RICHARD A. DAVEY CEO & EXECUTIVE DIRECTOR


NOTICE TO TRADE CONTRACTORS REQUEST FOR TRADE CONTRACTOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY is soliciting Statements of Qualifications from TRADE CONTRACTORS interested in performing work for L1629 FRAMINGHAM LOGAN EXPRESS GARAGE EXPANSION. The Authority is seeking Qualification Statements from Trade Contractors who have a demonstrated experience in the construction and implementation of similar work in terms of scale and complexity as required for the FRAMINGHAM LOGAN EXPRESS GARAGE EXPANSION. In accordance with Massachusetts construction manager at-risk requirements, MGL Chapter 149A Section 8, Qualification Statements are being requested from trade contractors capable of performing the following classes of work: MISCELLANEOUS METALS, ROOFING, AND TERRAZZO.

The estimated cost of the trade contractors’ portion of this phase of the Project is approximately $38M and the construction duration for this phase is approximately 15 months. The estimated value of work to be performed by trade contractors is as follows:

Miscellaneous Metals............................$759,220 Roofing.................................................$250,000 Terrazzo...............................................$267,500

The Authority is implementing this project in accordance with MGL Chapter 149A, Sections 1 thru 13. This selection of trade contractors conforms to MGL Chapter 149A, Section 8, subsections (b) to (k) inclusive. This Request for Qualifications (RFQ) will be utilized to prequalify trade contractors capable and experienced in the construction of parking garages and terminal buildings. The Authority shall utilize a two-step process including the prequalification of trade contractors based on an evaluation of the Statement of Qualifications received in response to this solicitation, followed by an Invitation to Bidders that will only be issued to the prequalified trade contractors. A Prequalification Committee consisting of four representatives, one each from the Designer and the CM at Risk and two Massport staff.

This Prequalification Committee will be conducting a qualifications-based evaluation of submittals received from interested trade contractors in order to identify prequalified trade contractors who will be invited to respond to a written Invitation to Bidders. Please note that the Authority is not utilizing this process to prequalify subcontractors who are not trade contractors which shall be done separately in accordance with MGL C149A, Section 8, subsection (j).

Qualification Statements shall be evaluated in accordance with the following criteria; (1) Management Experience; (2) Project References including a Public Project Record and (3) Capacity to Complete including a demonstration that the contractor has the financial stability and long-term viability to successfully implement the Project.

A Supplemental Information Package which will provide more details on the scope of the Project as well as the selection process and evaluation criteria shall be available as of WEDNESDAY, AUGUST 21, 2024 on Bid Express, 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]

Responses shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, NAC Director of Capital Programs and Environmental Affairs, and received no later than 12:00 PM Local Time on THURSDAY, SEPTEMBER 12, 2024, via Bid Express https://www.bidexpress.com/businesses/27137/ home

All questions relative to your submission shall be directed to CPBidQuestions@ massport.com. In the subject line of your email, please reference the MPA Project Name and Number. It is strictly prohibited for any proponent to contact anyone else from Massport about this project from the time of this solicitation until award of the project to the successful proponent.

MASSACHUSETTS PORT AUTHORITY RICHARD A. DAVEY CEO & EXECUTIVE DIRECTOR


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

BID NO. DESCRIPTION DATE TIME

OP-480

RFQ/P Local Discharge Limits Development for the Massachusetts Water Resources Authority Metropolitan Sewerage Service Area

09/25/24 11:00 a.m.

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