Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU25C0246CA
CITATION ON PETITION TO CHANGE NAME
In the matter of: Sheryl Weser
A Petition to Change Name of Adult has been filed by Sheryl Weser of Boston, MA requesting that the court enter a Decree changing their name to:
Cherry Weser Gomez
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 07/03/2025. 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: May 27, 2025
Stephanie L. Everett, Esq.
Register of Probate
PUBLIC ANNOUNCEMENT
MASSACHUSETTS BAY TRANSPORTATION AUTHORITY SOLICITATION FOR THE SYSTEMWIDE TRANSIT BUS INFRASTRUCTURE IMPROVEMENT PROGRAM - MBTA CONTRACT Nos. Z91PS88- Z91PS92
REQUEST FOR QUALIFICATIONS
The Massachusetts Bay Transportation Authority is soliciting architectural and engineering services to provide General Engineering Consulting (GEC) services for bus infrastructure improvements systemwide.
The Scope of Service(s) may include but are not limited to planning, design, engineering, consulting support, public engagement, and any “on-call” needs. The scope of services will be authorized on a task order basis, as needed, by phase. The duration of this contract will be three (3) years from the date of “Notice to Proceed”.
This project is expected to utilize Federal and non-federal funding. The DBE participation goal for this project is 23 % 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 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
Phillip Eng General Manager
THE BOSTON WATER AND SEWER COMMISSION
980 Harrison Avenue Boston, MA 02119
REQUEST FOR PROPOSALS
FOR AUDIOVISUAL (AV) SYSTEMS UPGRADES
RFP No. 25-207-001
THE BOSTON WATER AND SEWER COMMISSION by its Executive Director, Henry F. Vitale, invites sealed proposals from qualified firms For FOR AUDIOVISUAL (AV) SYSTEMS UPGRADES
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 Wednesday, July 16,2025.
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.
06/19/2025 By Henry F. Vitale Executive Director
THE BOSTON WATER AND SEWER COMMISSION
980 Harrison Avenue Boston, MA 02119
REQUEST FOR PROPOSALS
FOR BUSINESS INTELLIGENCE (BI) DASHBOARD PLATFORM
RFP No. 25-207-003
THE BOSTON WATER AND SEWER COMMISSION by its Executive Director, Henry F. Vitale, invites sealed proposals from qualified firms For FOR BUSINESS INTELLIGENCE (BI) DASHBOARD PLATFORM
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 Wednesday, July 9,2025.
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.
06/19/2025 By Henry F. Vitale Executive Director
THE BOSTON WATER AND SEWER COMMISSION
980 Harrison Avenue Boston, MA 02119
REQUEST FOR PROPOSALS
For IT Advisory Services
RFP No. 25-207-002
THE BOSTON WATER AND SEWER COMMISSION by its Executive Director, Henry F. Vitale, invites sealed proposals from qualified firms For: IT Advisory 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 WEDNESDAY, JULY 9,2025.
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.
6/19/2025By
Henry F. Vitale Executive Director
COMMONWEALTH
OF MASSACHUSETTS EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE
DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE
Request
for Qualifications for Construction Management at Risk Services Mass.
State Project No. RCC2502 RCC – Reggie Lewis Center Improvements,
Roxbury, MA
The
Commonwealth of Massachusetts, through its Division of Capital Asset
Management & Maintenance (DCAMM), requests that qualified and
experienced firms submit a Statement of Qualification and required
information to be received through DCAMM’s E-Bid Room at www.bidexpress.com/businesses/10279/home no later than 2:00 PM, July 11, 2025.
Firms
interested in providing Public Construction Manager at Risk Services
(“CM” or “CM at Risk”) for the RCC – Reggie Lewis Center Improvements,
Roxbury, MA are invited to submit a Statement of Qualifications (“SOQ”)
to the Division of Capital Asset Management & Maintenance (“DCAMM”).
This CM at Risk procurement is conducted pursuant to M.G.L. 149A,
contained in Chapter 193 of the Acts of 2004. This Request for
Qualifications (“RFQ”) is the first phase of a two-phase procurement
process as set forth in M.G.L. 149A. DCAMM is prequalifying firms
interested in providing public CM at Risk services for the project
through the RFQ process. DCAMM will evaluate submitted SOQs based upon
the identified evaluation criteria as set forth in the RFQ and will
select those respondents it deems qualified. Only those respondents
deemed qualified will be invited to submit a proposal in response to a
detailed Request for Proposals (“RFP”), which will be issued in the
second phase of the procurement process. The project delivery method for
construction will be public CM at Risk with a Guaranteed Maximum Price
(“GMP”) under M.G.L. 149A.
In
addition, firms interested in being prequalified must demonstrate that
they have had prior experience as a Construction Manager on at least
three CM-at-Risk projects and have completed at least one project of a
similar cost, complexity, type and size as this project as it is
described further below and in the RFQ. The prior CM-at-Risk projects
must have been completed within the last ten (10) years.
At
the time a CM firm submits the Qualifications Statement, it must have a
DCAMM Certification in the Contractor Category, “General Building
Construction”, with a single limit greater than the Estimated Total
Project cost of $15,334,786. See www.mass.gov/dcamm/certification for certification forms and the required Update Form.
This
Project is for renovations and improvements to a 130,000 square foot,
two-story building constructed in 1995. Work will be done on the
facility’s systems, which are at or near the end of their useful life,
replacement of specialized furnishings, and updating of other conditions
to reflect current building codes.
An
RFQ Informational Meeting will be held on June 27, 2025 at 10:00 AM in
the lobby of the Reggie Lewis Center, 1350 Tremont Street, Roxbury, MA
02120.
The Request for Qualifications may be downloaded from DCAMM’s E Bid Room at https://www.bidexpress.com/businesses/10279/home on or after Wednesday, June 18, 2025. Instructions on the E-Bid Room 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
ADVERTISEMENT TO BID
The
MELROSE HOUSING AUTHORITY, the Awarding Authority, invites sealed bids
from Contractors for the Kitchen Renovations at State Aided Development:
DMR Special Needs Main Street (689-3) in Melrose, Massachusetts, in
accordance with the documents prepared by RICHARD ALVORD ARCHITECTS.
The
Project consists of but not limited to: Kitchen, dining room and
selective hallway renovations, including cabinetry, countertops,
flooring, electrical and plumbing modifications and painting throughout
the work area.
The work is estimated to cost $52,600.00.
Bids are subject to M.G.L. c.149 §44A-J & to minimum wage rates as required by M.G.L. c.149 §§26 to 27H inclusive.
THIS
PROJECT IS BEING ELECTRONICALLY BID AND HARD COPY BIDS WIll NOT BE
ACCEPTED. Please review the instructions in the bid documents on how to
register as an electronic bidder. All Bids shall be submitted online at
biddocs.com and received no later than the date and time specified.
General Bids will be received until 09 July 2025 at 1:00PM EDT and publicly opened online, forthwith.
General
bids and sub-bids shall be accompanied by a bid deposit that is not
less than five (5%) of the greatest possible bid amount (including all
alternates) and made payable to the MELROSE HOUSING AUTHORITY. Note: A
bid deposit is not required for Projects advertised under $50,000.
Bid
Forms and Contract Documents will be available for review at biddocs.
com (may be viewed and downloaded electronically at no cost).
The
Contractor and all subcontractors (collectively referred to as “the
Contractor”) agree to strive to achieve minority and women workforce
participation. The Workforce Participation benchmark is set at 6.9% for
women and 15.3% for minorities. The Workforce benchmark percentages are a
statutory requirement under MGL c. 149 § 44A(2)(G).
PRE-BID CONFERENCE / SITE VISIT: Date and Time: 07/02/2025 at 1:00PM EDT Address: 919 Main Street, Melrose, MA 02176
The hard copy Contract Documents may be seen at: Nashoba Blue Inc. 433 Main Street, Hudson, MA 01749 978-568-1167
CITY OF CAMBRIDGE PURCHASING DEPARTMENT
Sealed
bids will be received at City Hall, Cambridge, MA 02139 until 11:00 AM
Thursday, July 3, 2025 at which time and place they will be opened and
read for furnishing the following:
File No. 30228B - REBID: Maintenance & Repair for City and School Standard and hybrid sedans FY26
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
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic
General Bids for MPA Contract No. MP2600-C1, EAST BOSTON PARKS REPAIRS
TERM CONTRACT, 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
bids will be received by the Massachusetts Port Authority until 11:00
A.M. local time on WEDNESDAY, JULY 16, 2025 immediately after which the
electronic 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 AT PIERS PARK, ON
MARGINALSTREET,
IN EAST BOSTON, MASSACHUSETTS, BEGINNING IN THE EASTERN PARKING LOT, AT
8:00AM LOCAL TIME ON THURSDAY, JUNE 26, 2025.
The
work includes non-building related work associated with surface and
immediate subsurface repairs to park infrastructure. Work will primarily
take place in Piers Park in East Boston but may also take place at
other Massportmaintained parks in East Boston, including Bremen Street
Park.
SCOPE OF
WORK MAY INCLUDE: • REMOVAL AND RE-LEVELING OF PAVERS • SINKHOLE REPAIR •
PAVING • SEAWALL BREACH REPAIR • REPAIRS TO PLAYGROUNDS • MISCELLANEOUS
REPAIRS AS REQUESTED BY MASSPORT
Bid documents will be made available beginning WEDNESDAY, JUNE 18, 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 listing for this Project.
The estimated contract cost is $2,350,000.
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 $2,000,000. 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.
No filed sub-bids will be required for this contract.
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.
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 L1820-C2
TERMINAL E GARAGE. 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 INTERNATIONAL 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: PLUMBING, ELECTRICAL, FIRE PROTECTION, HVAC,
MISCELLANEOUS/ ORNAMENTAL METALS, ROOFING AND FLASHING,
WATERPROOFING/CAULKING, MASONRY, TILE, GLASS/GLAZING, RESILIENT
FLOORING, AND METAL WINDOWS.
The
contract includes the following scope of work: All trades will be
required to furnish and install their applicable scope for the future
construction of a future Terminal E Parking Garage. The proposed garage
includes construction of approximately 725,000 square feet precast
parking garage consisting of 9 levels and will connect to the walkway
for pedestrian access on Level 4. The garage will also include
pedestrian circulation accommodations, including several pedestrian
bridges that connects Terminal E to the Garage complex.
The
estimated cost of the trade contractors’ portion of this phase of the
Project is approximately $81,994,000 and the construction duration for
this phase is approximately 72 months. The estimated value of work to be
performed by trade contractors is as follows:
Plumbing...............................................
$4,450,000 Electrical.............................................
$31,000,000 Fire Protection.....................................
$18,300,000 HVAC…..................................................
$5,250,000 Miscellaneous/Ornamental Metals.......... $8,750,000 Roofing
and Flashing.............................. $1,900,000
Waterproofing/Caulking......................... $7,800,000
Masonry................................................ $4,400,000
Tile….......................................................... $30,000
Glass/Glazing............................................. $32,000
Resilient Flooring........................................ $50,000 Metal
Windows…......................................... $32,000
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, JUNE 18, 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]
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, JULY 17, 2025, via Bid
Express https://www.bidexpress.com/businesses/27137/home
All
questions relative to your submission shall be directed to
[email protected]. 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