Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU24P1864GD
NOTICE AND ORDER: Petition for Appointment of Guardian of a Minor
In the interests of Vawn Avory Johnson Battiste of Boston, MA Minor
NOTICE TO ALL INTERESTED PARTIES
1. Hearing Date/Time: A hearing on a Petition for Appointment of Guardian of a Minor filed on 08/06/2024 by Pauline Silva of Boston, MA will be held 04/25/2025 09:00 AM Guardianship of Minor Hearing Located at Edward W. Brooke Courthouse, 24 New Chardon Street, Boston, MA 02114.
2. Response to Petition: You may respond by filing a written response to the Petition or by appearing in person at the hearing. If you choose to file a written response, you need to:
File the original with the Court; and Mail a copy to all interested parties at least five (5) business days before the hearing.
3. Counsel for the Minor: The minor (or an adult on behalf of the minor) has the right to request that counsel be appointed for the minor.
4. Counsel for Parents: If you are a parent of the minor child who is the subject of this proceeding you have a right to be represented by an attorney. If you want an attorney and cannot afford to pay for one and if you give proof that you are indigent, an attorney will be assigned to you. Your request for an attorney should be made immediately by filling out the Application of Appointment of Counsel form. Submit the application form in person or by mail at the court location where your case if going to be heard.
5. Presence of the Minor at Hearing: A minor over age 14 has the right to be present at any hearing, unless the Court finds that it is not in the minor’s best interests.
THIS IS A LEGAL NOTICE: An important court proceeding that may affect your rights has been scheduled. If you do not understand this notice or other court papers, please contact an attorney for legal advice.
Date: January 31, 2025
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 for CONTRACT # 22-308-003 WATER, SEWER, AND DRAINAGE WORKS IMPROVEMENTS IN ROSLINDALE AND WEST ROXBURY. Bids must be accompanied by a bid deposit, certified check, treasurers or cashier’s check, or in the form of a bid bond in the amount of 5% OF BID payable to and to become the property of the Commission if the bid, after acceptance, is not carried out. In addition, a performance bond and also a labor and materials payment bond, each of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Executive Director, and each in the sum of 100 % OF THE CONTRACT PRICE, must be submitted within the time specified in the Contract document.
Bid documents may be obtained by downloading it from the BWSC Portal BIDNET DIRECT. https://www.bidnetdirect.com/bwsc. Bids must be submitted on the forms obtained from the Director of Procurement, in A sealed envelope, clearly marked BIDS FOR CONTRACT # 22-308-003 WATER, SEWER, AND DRAINAGE WORKS IMPROVEMENTS IN ROSLINDALE AND WEST ROXBURY. Bids will be publicly opened and read at the office of the Director of Procurement on MARCH 13,2025 10:00 A.M. The rate of wages paid in the work to be performed under the contract shall not be less than the prevailing rate of wages in the schedule determined by the Department of Labor, Division of Occupational Safety of the Commonwealth, a copy of which schedule is annexed to the form of contract referred to herein. Before commencing performance on this contract, the contractor shall provide by insurance for the payment of compensation and the furnishing of all other benefits under Chapter 152 of the General Laws (The Workmen’s Compensation Law, so called). Attention is called to Chapter 370 of the Acts of 1963, which must be strictly complied with. No bid for the award of this project will be considered acceptable unless the Contractor agrees to comply fully with the requirement of the Minority Employee Utilization Requirement as set forth in Article VIII of the Contract and the Utilization of Minority and Women Owned Business Enterprises as set forth in Article X of the Contract. The Executive Director reserves the right to reject any and all bids. The Award of any contract is subject to the approval of the Board of Commissioners.
Henry F. Vitale Executive Director
Boston Redevelopment Authority (“BRA”) and the Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”) Invitation for Bid General Repair and Maintenance Francis Collins; (617) 918-6232; [email protected]
Boston Redevelopment Authority (“BRA”) and 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 “General Repair and Maintenance Services” (the “IFB”). The IFB is issued in accordance with M.G.L. c. 149 § 44A-44J and 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 February 24, 2025 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 March 20, 2025 to: Teresa Polhemus, Clerk/ Secretary, Economic Development and Industrial Corporation of Boston/ Boston Redevelopment Authority c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Teresa Polhemus, Interim Chief Procurement Officer
Boston Redevelopment Authority (“BRA”) and the Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”) Request for Qualifications House Doctor Design Services Corey Harrs; (617) 918-6229; [email protected]
Boston Redevelopment Authority (“BRA”) and 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 Request for Qualifications entitled “House Doctor Design Services” (the “RFQ”). The RFQ is issued in accordance with M.G.L. c. Chapter 7C, §§ 44-58, as may be amended. This RFQ 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 February 24, 2025 at 9:00 A.M at www.bostonplans.org/work-with-us/procurement. All responses to this RFQ must be returned no later than 12:00 noon on March 25, 2025 to: Teresa Polhemus, Clerk/Secretary, Economic Development and Industrial Corporation of Boston/Boston Redevelopment Authority c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Teresa Polhemus, Interim Chief Procurement Officer
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
WRA-5599
S629
Oracle Patch Management Services
Grit and Screenings Hauling and Disposal
03/12/25 2:00 p.m.
03/28/25 2:00 p.m.
To access and bid on Event(s) please go to the MWRA Supplier Portal at https://supplier.mwra.com.
LEGAL NOTICE REQUEST FOR QUALIFICATIONS
The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. M660 – RAMP DB WIDENING TO TWO LANES, SOUTH BOSTON, MASSACHUSETTS. The Authority is seeking a qualified multidiscipline consulting firm or team, with proven experience to provide professional services including planning, design, and construction related services,
including resident inspection, relative to the widening of existing Ramp
DB to facilitate two lanes of traffic along its full length. This
project also includes design of various pedestrian and roadway
improvements in the greater Seaport District area owned and/or leased by
Massport.
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 Structural, Civil and Utility, Electrical,
Traffic, Geotechnical, Land Surveying, Pavement, Cost Estimating,
Scheduling, Construction Phasing, and related Environmental Consulting
Services associated with construction debris and soil management.
The
contract will be work order based, and Consultant’s fee for each work
order shall be negotiated; however, the estimated total project budget
is $3,000,000.
A Supplemental Information Package will be available, on February 19, 2025 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 via zoom at 2:00 PM on February 26, 2025 via the following
link:
https://massport.zoom.us/j/89789005830?pwd=D6boRKkd1cPUNQbRIrudscna2wWWRz.1,
Meeting ID: 897 8900 5830, Passcode: 823533, Dial In Number: (646)
518-9805. 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/.
The 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, NAC, Director of Capital Programs and Environmental Affairs and
received no later than 12:00 Noon on April 3, 2025 Via Bid Express
https://www.bidexpress.com/businesses/27137/home. Any submission which is not received by the deadline shall be rejected by the Authority as non-responsive.
MASSACHUSETTS PORT AUTHORITY Richard A. Davey CEO & Executive Director
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic
bids for MPA Contract No. L1705-C1 NORTH AND SOUTH GATE PAVEMENT
REHABILITATION, 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, MARCH 26, 2025, 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 12, 2025
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 AM (LOCAL TIME) ON THURSDAY, FEBRUARY 27, 2025.
THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS:
https://massport.zoom.us/j/82037369821 Meeting ID: 820 3736 9821
DIAL IN: +16465588656,,82037369821# US (New York) +12678310333,,82037369821# US (Philadelphia)
The
work includes INSTALLATION OF TEMPORARY SECURITY FENCING,
PLACEMENT/COMPACTION OF SUB-BASE AND BASE COURSE MATERIALS, INSTALLATION
OF POWER/CONTROL CONDUITS AND STRUCTURES, INSTALLATION OF NEW VEHICLE
BEAM BARRIER AND BI-FOLD BARRIER, FULL DEPTH PCC PAVEMENT, FULL DEPTH
BITUMINOUS PAVEMENT, INSTALLATION OF REQUIRED TRAFFIC CONTROL DEVICES,
INSTALLATION OF PAVEMENT MARKINGS.
Bid documents will be made available beginning WEDNESDAY, FEBRUARY 19, 2025.
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. The estimated contract cost is ONE
MILLION, NINE HUNDRED THOUSAND DOLLARS ($1,900,000).
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 TEN MILLION DOLLARS ($10,000,000). 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.
Filed sub bids will be required and taken on the following classes of work:
ELECTRICAL $110,000.00
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 TEN PERCENT (10%)
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