Page 20

Loading...
Tips: Click on articles from page

More news at Page 20


Page 20 27 viewsPrint | Download

MASSACHUSETTS PORT AUTHORITY

NOTICE TO CONTRACTORS

Electronic bids for MPA Contract No. L1749-C2, SECURITY TURNSTILE REPLACEMENT AT PRESCOTT STREET, 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 General Bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY, OCTOBER 9, 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 25, 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 CONDUCTED BY WAY OF A VIRTUAL VIDEO CONFERENCE AT 11:00 AM LOCAL TIME ON FRIDAY, SEPTEMBER 13, 2024. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/87832145779 DIAL IN: 1(301)715-8592 or 1(312)626-6799 MEETING ID: 878 3214 5779

The work includes; THE REMOVAL OF THE EXISTING TURNSTILE AND ITS REPLACEMENT. THE INSTALLATION OF NEW ACCESS CONTROL SYSTEM (CARD READERS AND BIOMETRIC SCANNERS). ELECTRICAL SYSTEM INTEGRATION (ENSURING ALL ELECTRICAL AND DATA CONNECTIONS ARE UPDATED TO SUPPORT THE NEW SYSTEM) AND UPDATING OR REPLACING THE SOFTWARE THAT CONTROLS THE TURNSTILE AND INTERFACES WITH LOGAN AIRPORT SECURITY SYSTEMS.

Bid documents will be made available beginning WEDNESDAY, SEPTEMBER 4, 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 $ 352,000 (THREE HUNDRED FIFTY-TWO THOUSAND DOLLARS).

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 $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.

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

ELECTRICAL $ 26,350

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 NINE AND ONE-TENTH PERCENT (9.1%) 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 offers 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 CONTRACTORS MASSACHUSETTS EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE

Pursuant to Massachusetts General Laws Chapter 149, Sections 44A and 44E1/2, as amended, the Commonwealth of Massachusetts, Division of Capital Asset Management and Maintenance requests Proposals from qualified firms for services to be performed on the Historic Massachusetts State House located on Beacon Hill in Boston, Massachusetts. Proposals must specifically identify certain of the subcontractors that the offeror proposes to use on this project as required by this Request for Proposals (RFP) and of those subcontractors identified must meet the experience requirements set forth in the RFP.

Electronic RFP submitted in the format furnished by the Division of Capital Asset Management & Maintenance (DCAMM) and clearly identified as a Proposal will be received through DCAMM’s E-Bid Room at www.bidexpress.com/businesses/10279/home no later than the date and time specified.

Mass. State Project No. BSB2005 Request for Proposals – State House Chilled Water Plant Upgrades, Boston, MA

RFP due by 2:00 PM: September 19, 2024

Every Proposer must be certified by DCAMM for the category of work listed below and for no less than the total cost plus all add alternates, if applicable.

Category of Work: HVAC

E.C.C: $7,966,759.00

This project is scheduled for 685 calendar days to substantial completion. Scope: Updates to the building chilled water plant (base scope); upgrades to the chiller and condensing units serving the archives (Alternate 1); installation of change over valves (base scope).

An RFP Informational Meeting will be held on September 4, 2024 at 10:00 AM at the State House, Ashburton Park Entrance located on Bowdoin Street.

Minimum rates of wages to be paid on the project have been determined by the Commissioner of the Department of Labor Standards. These rates are incorporated into the RFP documents.

RFP documents for this project may be accessed or downloaded at no cost to potential submitters exclusively through DCAMM’s E-Bid Room https:// www.bidexpress.com/businesses/10279/home, A hard copy set can be made available for viewing in DCAMM’s Bid Room located at One Ashburton Place, 15th Floor, Boston, MA during normal business hours by appointment only by contacting DCAMM’s Bid Room. In order to access RFP documents and submit proposals through DCAMM’s E-Bid Room, firms must first be verified by DCAMM’s Bid Room and then register with the E-Bid Room vendor.

Instructions on the processes can be found on DCAMM’s website www.mass.gov/dcamm/bids or contact DCAMM’s Bid Room at [email protected] or (617) 727-4003.

Adam Baacke COMMISSIONER

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

INVITATION FOR BID 12 CHANNEL STREET PLATFORM & CANOPY REPAIRS Dolores Fazio; 617-918-6209; [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 “12 Channel Street Platform and Canopy Repairs” (the “IFB”). The IFB is issued in accordance with M.G.L. c. 149, §§ 44A – 44J., 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 September 9, 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 November 13, 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


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

BID NO. DESCRIPTION DATE TIME

WRA-5516

DataPARC Software and Implementation Services

09/19/24 3:00 p.m.

WRA-5517 Purchase of Victaulic Pipe 09/19/24 3:00 p.m.

OP-473

RFQ/P Spill Prevention, Control 10/11/24 11:00 a.m. and Countermeasures Plans and

Related Training

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


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

Docket No. SU23P1474EA

Citation on Petition For Sale of Real Estate By a Personal Representative

Estate of: Erik Rhoades Anderson Also known as: Henry Alfred Anderson, Erik R. Anderson, Rick Anderson Date of Death: 06/11/2023

To all interested persons:

A Petition for Sale of Real Estate has been filed by Anne V. Conner of Charlestown, MA requesting that the court authorize the Personal Representative to sell the decedent’s real estate at a private sale.

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 09/25/2024. 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 date, action may be taken without further notice to you.

WITNESS, Hon. Brian J. Dunn, First Justice of this Court. Date: August 22, 2024

Stephanie L. Everett, Esq.

Register of Probate


Commonwealth of Massachusetts The Trial Court Norfolk Probate and Family Court 35 Shawmut Road, Canton, MA 02021 (617) 788-8300

Docket No. NO24D0075DR

Divorce Summons by Publication, Text, Email and Mailing

Beltis A. Lara vs. Juan Carlos Lara Baez

To the above named defendant:

The plaintiff has filed a complaint for Divorce Requesting that the court Grant a divorce for inrretrievable 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: Beltis A. Lara, 3205 Village Road W. #1, Norwood, MA 02062 your answer, if any, on or before October 3, 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. Patricia Gorman, First Justice of this Court.

Date: August 22, 2024 Colleen M. Brierley Register of Probate