Page 28

Loading...
Tips: Click on articles from page

More news at Page 28


Page 28 350 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. 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