Page 19

Loading...
Tips: Click on articles from page

More news at Page 19










Page 19 407 viewsPrint | Download

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

Docket No. SU25P0511EA

CITATION ON PETITION FOR FORMAL ADJUDICATION

Estate of: Stephanie Dee Smith Date of Death: 12/05/2024

To all interested persons:

A Petition for Formal Probate of Will with Appointment of Personal Representative has been filed by Kirby Kochanowski of Boston, MA requesting that the Court enter a formal Decree and Order and for such other relief as requested in the Petition. The Petitioner requests that Terry Dee Smith of Sun Valley, ID be appointed as Personal Representative(s) of said estate to serve Without Surety on the bond in unsupervised administration.

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 04/04/2025. 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 day, action may be taken without further notice to you.

UNSUPERVISED ADMINISTRATION UNDER THE MASSACHUSETTS UNIFORM PROBATE CODE (MUPC) A Personal Representative appointed under the MUPC in an unsupervised administration is not required to file an inventory or annual accounts with the Court. Persons interested in the estate are entitled to notice regarding the administration directly from the Personal Representative and may petition the Court in any matter relating to the estate, including the distribution of assets and expenses of administration.

WITNESS, Hon. Brian J. Dunn, First Justice of this Court. Date: March 07, 2025

Stephanie L. Everett, Esq.

Register of Probate


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

Docket No. SU24C0543CA

CITATION ON PETITION TO CHANGE NAME

In the matter of: Samir Cunningham Roberts

A Petition to Change Name of Minor has been filed by Samir Cunningham Roberts of Boston MA requesting that the court enter a Decree changing their name to:

Samir Roberts Cunningham-Jeantilus

IMPORTANT NOTICE Any person may appear for purposes of objecting to the petition by filing an appearance at: Suffolk Probate and Family Court before 10:00 a.m. on the return day of 04/03/2025. This is NOT a hearing date, but a deadline by which you must file a written appearance if you object to this proceeding.

WITNESS, Hon. Brian J. Dunn, First Justice of this Court. Date: March 05, 2025

Stephanie L. Everett, Esq.

Register of Probate


PUBLIC ANNOUNCEMENT

MASSACHUSETTS BAY TRANSPORTATION AUTHORITY

SOLICITATION FOR PROGRAM MANAGEMENT / CONSTRUCTION MANAGEMENT (PM/CM) FOR THE NORTH STATION DRAW ONE BRIDGE REPLACEMENT AND ASSOCIATED TRACK & SIGNAL UPGRADES PROJECT

REQUEST FOR QUALIFICATIONS

The Massachusetts Bay Transportation Authority is soliciting Program Management / Construction Management (PM/CM) Services for the North Station Draw One Bridge Replacement Project. The Scope of Services may include but is not limited to program management & construction management. The duration of this contract will be seven (7) years, with up to two (2) options to extend for one (1) year each.

This project is expected to utilize Federal and non-federal funding. The DBE participation goal for this project is 14% of the total amount authorized. In addition, the Authority strongly encourages the use of Minority, Women and Disadvantaged Business Enterprises as prime consultants, sub-consultants and suppliers in all of its contracting opportunities.

The complete Request for Qualifications can be found on the MBTA BidExpress website at the following link:

https://www.bidexpress.com/businesses/83754/home

This is not a Request for Proposal. The MBTA reserves the right to cancel this procurement or to reject any or all Statements of Qualifications.

Monica Tibbits-Nutt Secretary & CEO

Phillip Eng General Manager


BOSTON WATER AND SEWER COMMISSION INVITATION FOR BIDS

The Boston Water and Sewer Commission by its Executive Director invites sealed bids for CONTRACT # 24-308-001 REPLACEMENT OF WATER PIPES IN CITY PROPER 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 ay 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 #24-308-001 REPLACEMENT OF WATER PIPES IN CITY PROPER. Bids will be publicly opened and read at the office of the Director of Procurement on APRIL 10, 2025, @ 10:00AM. 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 [03/13/25]


CITY OF CAMBRIDGE PURCHASING DEPARTMENT

Sealed bids will be received at City Hall, Cambridge, MA 02139 until 11:00 AM Thursday, April 3, 2025 at which time and place they will be opened and read for furnishing the following:

File No. 30148 - Personal Property Collection & Valuation Updating Services FY25-FY27

Sealed bids will be received at City Hall, Cambridge, MA 02139 until 11:00 AM Thursday, March 27, 2025 at which time and place they will be opened and read for furnishing the following:

File No. 30150 - Aluminum Sulfate, Ammonium Sulfate, and Sodium Bisulfite for Cambridge Water Department

File No. 30151 - Furnish and Deliver Grass Seed for the City of Cambridge

The City reserves the right to reject any and all bids if it is in the City’s best interest to do so. The Invitation for Bid may be downloaded and viewed from the City’s eProcurement portal, https://procurement.opengov.com/portal/cambridgema.

This ad can also be found at the MNPA website: masspublicnotices.org

Elizabeth Unger Purchasing Agent


THE BOSTON WATER AND SEWER COMMISSION

980 Harrison Avenue Boston, MA 02119

REQUEST FOR PROPOSALS

SECURITY GUARD SERVICES

RFP No. 25-201-001

THE BOSTON WATER AND SEWER COMMISSION by its Executive Director, Henry F. Vitale, invites sealed proposals from qualified firms For SECURITY GUARD SERVICES

Request For Proposal May be obtained by downloading it from the BWSC portal BIDNET DIRECT. https://www.bidnetdirect.com/bwsc

The Proposal must be received by Electronic Submission thru BidNet Direct by 12:00 P.M. on FRIDAY APRIL 4,2025.

Proposals received after the required date and time will be rejected as non-responsive. Fax/email proposals will not be accepted.

The Executive Director reserves the right to reject any and all proposals, The Award of any contract is subject to the approval of the Board of Commissioners.

THE BWSC IS AN EQUAL OPPORTUNITY AFFIRMATIVE ACTION EMPLOYER. MINORITY AND WOMAN OWNED BUSINESS ENTERPRISES ARE ENCOURAGED TO RESPOND.

3/13/25 By Henry F. Vitale Executive Director


BOSTON WATER AND SEWER COMMISSION INVITATION FOR BIDS

The Boston Water and Sewer Commission by its Executive Director invites sealed bids for CONTRACT # 23-309-005, REPLACMENT AND REHABILITATION OF WATER, SEWER AND DRAINPIPES 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 # 23-309-005, REPLACMENT AND REHABILITATION OF WATER, SEWER AND DRAINPIPES. Bids will be publicly opened and read at the office of the Director of Procurement on APRIL 15,2025. 10:00AM. 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 [03/13/25]


BOSTON WATER AND SEWER COMMISSION INVITATION FOR BIDS

The Boston Water and Sewer Commission by its Executive Director invites sealed bids for CONTRACT # 25-309-004, SEWER AND DRAIN MONITORING IN THE CITY OF BOSTON 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 # 25-309-004, SEWER AND DRAIN MONITORING IN THE CITY OF BOSTON. Bids will be publicly opened and read at the office of the Director of Procurement on APRIL 10,2025. 11:00AM. 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 [03/13/25]


Request for Proposal:

Downtown and Neighborhood Block Activations UNSPSC Code: 80141607

EV00015512 Contact Information Breeze Outlaw [email protected] Neighborhood Block Activations Jill Zick [email protected] Winter Street Block Activation

The City of Boston Planning Department (“the City”), acting through its Chief of Planning, invites sealed submittals for the performance of the services generally described as Downtown and Neighborhood Block Activations, and particularly as set forth in the Request for Proposals Documents (“RFP”). The RFP shall be available from 10:00 AM ET on Monday, March 17, 2025 from the City’s Supplier Portal at boston.gov/supplierportal (Bid Event EV00015512). The scope of work is further detailed in the specifications and includes, but is not limited to the following: a firm to plan and organize a tactical design, program, and management for block activation at Boston’s Downtown Crossing (DTX) Winter Street and up to ten (10) locations in Boston neighborhoods under a single contract targeted to begin mid-August 2025 for a period up to 8 weeks. The term of the contract is anticipated to be approximately eighteen (18) months beginning on or about May 2025 and with the majority of the scope completed by Winter 2025. Proposals are due no later than 12:00 PM ET on Friday, April 11, 2025 via the City’s Supplier Portal at boston.gov/supplierportal (Bid Event EV00015512). Refer to Section V of the RFP for complete information on the submission process and details.

KAIROS SHEN, CHIEF OF PLANNING

Request for Proposals (RFP) Technology Services and Support

Issued By: Neighborhood House Charter School 21 Queen St, Dorchester, MA 02121

Contact: Rick Grant Chief Operations Officer [email protected]

Issue Date: Wednesday, March 12, 2025 Proposal Due Date: Tuesday, April 1, 2025

1. Overview

Neighborhood House Charter School (NHCS) is soliciting proposals in accordance with M.G.L. Chapter 30B for comprehensive Technology Services and Support. The selected vendor will provide outsourced IT services, device management, cybersecurity, and E-rate support, including a mandatory discovery phase as part of the procurement process.

This RFP follows the competitive sealed proposals process under Chapter 30B, Section 6 (Procurement of Services), allowing NHCS to select a vendor based on best value, considering both cost and quality factors.

2. Scope of Services

The awarded vendor will provide full-service technology support and function as NHCS’s outsourced technology department, with responsibilities including but not limited to:

A. Discovery Phase (Mandatory)

• Assess NHCS’s current IT infrastructure, systems, and security posture.

• Provide a report with recommendations for optimizing IT operations.

• Findings will shape the final scope of the contract.

B. Ongoing IT Support

• Helpdesk support for faculty, staff, and students.

• Device management (Chromebooks, laptops, tablets, and software updates).

• Network management, troubleshooting, and optimization.

• IT procurement assistance and lifecycle management.

C. Cybersecurity & Compliance

• Implement and monitor security best practices.

• Ensure NHCS meets compliance requirements for student data privacy laws.

• Provide ongoing cybersecurity training for staff.

D. E-Rate & Financial System Support

• Assist with E-rate applications and ensure compliance.

• Interface with Ramp.com and Bill.com for IT-related purchases and payments.

E. Information Systems Management

• Support and manage student information systems such as PowerSchool, DeansList, CLEVER, and similar platforms.

• Ensure seamless integration and interoperability between school systems.

• Provide troubleshooting, updates, and staff training on these platforms.

3. Proposal Submission Requirements

Qualified vendors must submit a sealed proposal that includes:

• Company Background & Experience (K-12 experience preferred).

• Approach to Discovery Process & IT Services (detailed methodology).

• Key Personnel Resumes & Qualifications.

• Project Cost Breakdown (including discovery phase and ongoing support).

• Three (3) Client References (preferably from K-12 institutions).

• Certificate of Non-Collusion & Tax Compliance Certification (required per Chapter 30B).

Proposals must be submitted in both digital (PDF) and hard copy format by 5:00 PM on April 1, 2025 to:

Rick Grant Chief Operations Officer Neighborhood House Charter School [email protected] 21 Queen St, Dorchester, MA 02121

4. Evaluation Criteria (Best Value Selection Process)

NHCS will evaluate proposals based on the following criteria and weighting:

• Experience & Qualifications (K-12 Focus): 25%

• Discovery Process Approach: 20%

• IT Support & Cybersecurity Plan: 20%

• Cost Proposal: 20%

• Client References & Past Performance: 15%

5. Procurement Timeline

• RFP Issued: March 12, 2025

• Questions Due: March 19, 2025

• Responses to Questions: March 21, 2025

• Proposals Due (Sealed): April 1, 2025

• Vendor Selection: April 10, 2025

• Contract Start Date: May 1, 2025

6. Additional Compliance Requirements

• All procurement activities shall comply with M.G.L. Chapter 30B.

• NHCS reserves the right to reject any or all proposals if deemed in the best interest of the school.

• Vendors must submit signed affidavits of tax compliance and non-collusion with their proposals.

• NHCS is a tax-exempt entity; no sales tax should be included in cost proposals.

7. Questions & Clarifications

All questions regarding this RFP must be submitted in writing to Rick Grant at [email protected] by March 19, 2025. I will respond to any questions by March 21, 2025.


UNSPSC 80000000 Economic Development & Industrial Corporation (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”) REQUEST FOR PROPOSAL Climate Expert to Advise and Support the Boston Climate Jobs Alliance

Contact information:

Jodi Sugerman-Brozan [email protected] 617-918-5248

The City of Boston Office of Workforce Development (“OWD”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief Procurement Officer (“CPO”), is pleased to issue this Request for Proposal (“RFP”) to perform services otherwise described in the RFP as the “Climate Expert to Advise and Support the Boston Climate Jobs Alliance”. The RFP is issued in accordance with M.G.L. 30B, as may be amended. This RFP package will be available to download on the BPDA Procurement Portal free-of charge in digital print form to all interested respondents on March 17, 2025, 9:00 A.M. at bostonplans.org/work-with-us/procurement-portal. All responses to this RFP must be returned no later than 12:00 (noon) on April 11, 2025, to: Teresa Polhemus, Interim CPO, Boston Planning & Development Agency, One City Hall Square, Room 900A/Receptionist, Boston, MA 02201-1007. Fee proposals must be submitted under separate cover and in a sealed envelope.

Teresa Polhemus, Interim Chief Procurement Office