Page 22

Loading...
Tips: Click on articles from page

More news at Page 22




Page 22 538 viewsPrint | Download

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

Docket No. SU25P0908GD

Citation Giving Notice of Petition for Appointment of Guardian for Incapacitated Person Pursuant to G.L. c. 190B, §5-304

In the matter of: Jose Garcia Of: Roxbury, MA RESPONDENT Alleged Incapacitated Person

To the named Respondent and all other interested persons, a petition has been filed by Boston Medical Center of Boston, MA in the above captioned matter alleging that Jose Garcia is in need of a Guardian and requesting that (or some other suitable person) be appointed as Guardian to serve on the bond.

The petition asks the court to determine that the Respondent is incapacitated, that the appointment of a Guardian is necessary, that the proposed Guardian is appropriate. The petition is on file with this court and may contain a request for certain specific authority.

You have the right to object to this proceeding. If you wish to do so, you or your attorney must file a written appearance at this court on or before 10:00 A.M. on the return date of 05/28/2025. This day is NOT a hearing date, but a deadline date by which you have to file the written appearance if you object to the petition. If you fail to file the written appearance by the return date, action may be taken in this matter without further notice to you. In addition to filing the written appearance, you or your attorney must file a written affidavit stating the specific facts and grounds of your objection within 30 days after the return date.

IMPORTANT NOTICE The outcome of this proceeding may limit or completely take away the above-named person’s right to make decisions about personal affairs or financial affairs or both. The above-named person has the right to ask for a lawyer. Anyone may make this request on behalf of the above-named person. If the above-named person cannot afford a lawyer, one may be appointed at State expense.

WITNESS, Hon. Brian J. Dunn, First Justice of this Court. Date: April 30, 2025

Stephanie L. Everett, Esq.

Register of Probate


PUBLIC ANNOUNCEMENT

MASSACHUSETTS BAY TRANSPORTATION AUTHORITY SOLICITATION FOR PA AND REALTIME DIGITAL INFORMATION SYSTEM DESIGN SERVICES MBTA CONTRACT NO. C90PS03

REQUEST FOR QUALIFICATIONS

The Massachusetts Bay Transportation Authority is soliciting Professional Design services for 0-100% design of a new systemwide specification and station-specific replacement plans for the MBTA’s PA and Realtime Digital Information System in stations. The Scope of Service(s) may include but are not limited to: 0-15% new specification and guidelines, 15-75% station replacement design development, and 75-100% final PS&E development for the station PA and countdown clock system. The scope of services will be authorized on a per phase basis. The duration of this contract will be 3 years.

This project is expected to utilize non-federal funding. Although there is not DBE participation for this project, 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 website. Please see the following link:

http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/

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

EV00015580 Meera Deean [email protected]


REQUEST FOR PROPOSAL:

On-Call Urban Design Consultants

Phillip Eng General Manager

The City of Boston Planning Department (the City), acting by its Chief of Planning (the Official), invites sealed submittals for the performance of the services generally described as On-Call Urban Design Consultants, and particularly set forth in the Request for Proposals Document (“RFP”). The RFP shall be available at 9:00 AM EST on Monday May 12, 2025 from the City’s Supplier Portal at boston.gov/supplierportal (Bid Event EV00015580). The scope of work is further detailed in the specifications and includes, but is not limited to the following: The Planning Department seeks to award contracts to up to five (5) responsive and responsible respondents. Urban Design Division staff will assign work through a series of discrete work orders. Respondent(s) may apply for any combination (one-to-five) of service categories: : (1) physical impact and ecological analysis, (2) sustainability and resilience, (3) urban design and spatial planning, (4) site analysis and architectural test-fits, and (5) graphics and video. The awarded contracts shall be for one (1) year, with the Planning Department holding one (1) one (1) year option to extend the contract that may be exercised at the sole discretion of the Planning Department. Proposals are due no later than 12:00 PM EST on Monday June 16, 2025 via the City’s Supplier Portal at t boston. gov/supplierportal (Bid Event EV00015580). Refer to Section V of the RFP for complete information on the submission process and details.

KAIROS SHEN, CHIEF OF PLANNING (May 12, and May 19, 2025)


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

BID NO. DESCRIPTION DATE TIME

7676 RFQ/P Steel Water Storage Tank Painting and Improvements Resident Engineering Services

05/30/25 11:00 a.m.

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

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 L1773-C2 A TO B POST SECURITY CONNECTOR. 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 LOGAN INTERTNATIONAL AIRPORT. 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: ACOUSTICAL TILE, ELECTRICAL, ELEVATORS, ESCALATORS, MOVING WALKWAYS, FIRE PROTECTION, GLASS & GLAZING, HVAC, MASONRY, MISCELLANEOUS AND ORNAMENTAL IRONS, PAINTING, PLUMBING, RESILIENT FLOORING, ROOFING & FLASHING, TERRAZZO, TILE, AND WATERPROOFING, DAMPPROOFING, CAULKING.

The estimated cost of the trade contractors’ portion of this phase of the Project is approximately $35,000,000 and the construction duration for this phase is approximately THIRTY TWO (32) months. The estimated value of work to be performed by trade contractors is as follows:

• ACOUSTICAL TILE………………………………………… $2,000,000 • ELECTRICAL.……………………………………………….. $7,000,000 • ELEVATOR, ESCALATOR, MOVING WALKWAYS.…… $3,750,000 • FIRE PROTECTION…………………………………………. $2,000,000 GLASS & GLAZING…………………………………………… $750,000 HVAC…………………………………………………………… $6,750,000 MASONRY……………………………………………………... $500,000 MISCELLANEOUS AND ORNAMENTAL IRONS………….. $2,000,000 PAINTING……………………………………………………… $500,000 PLUMBING…………………………………………………….. $3,000,000 RESILIENT FLOORING……………………………………….. $250,000 ROOFING & FLASHING……………………………………… $2,500,000 TERRAZZO…………………………………………………….. $2,000,000 TILE…………………………………………………………….. $1,250,000 WATERPROOFING, DAMP-PROOFING, CAULKING……... $750,000

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, MAY 7, 2025 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]

In addition, a Project Briefing shall be held via Zoom on WEDNESDAY, MAY 14, 2025 AT 10:00AM. The briefing is not mandatory; however, it is strongly encouraged to best familiarize your firm with the project details and prequalification process. https://massport.zoom.us/j/86836563388 Meeting ID: 868 3656 3388.

Responses shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, NAC Chief Infrastructure Officer of Capital Programs Department, and received no later than 12:00 PM Local Time on THURSDAY, JUNE 5, 2025, 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


BOSTON WATER AND SEWER COMMISSION INVITATION FOR BIDS

The Boston Water and Sewer Commission by its Executive Director invites sealed bids for CONTRACT # 21-309-002, WATER AND SEWERAGE WORKS IMPROVEMENTS IN EAST 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 # 21-309-002, WATER AND SEWERAGE IMPROVEMENTS IN EAST BOSTON. Bids will be publicly opened and read at the office of the Director of Procurement on JUNE 11,2025. 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