Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU24P0271EA
CITATION ON PETITION FOR FORMAL ADJUDICATION
Estate of: Mary Fay Roggemann Also known as: Mary F. Roggemann Date of Death: 12/20/2023
To all interested persons
A Petition for Formal Appointment of Personal Representative has been filed by Kristen M. Roggeman of Cambridge, 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 Kristen M. Roggeman of Cambridge, MA 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 06/04/2024. 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: May 02, 2024
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. SU24C0219CA
CITATION ON PETITION TO CHANGE NAME
In the matter of: Andrew Nicholas Adams
A Petition to Change Name of Adult has been filed by Andrew Nicholas Adams of Boston requesting that the court enter a Decree changing their name to:
Celeste Jane Adams-Gutierrez
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 05/23/2024. 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: April 30, 2024
Stephanie L. Everett, Esq.
Register of Probate
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
WRA-5468
Purchase of Nutrients Analysis Instrument
05/28/24 1:00 p.m.
WRA-5465
WRA-5466
WRA-5467
W349
Supply and Delivery of Hydrofluorosilicic Acid to the John J. Carroll Water Treatment Plant
Supply and Delivery of Aqua Ammonia to the John J. Carroll Water Treatment Plant
Supply and Delivery of Carbon Dioxide to the John J. Carroll Water Treatment Plant
RFQ/P Dam Safety Compliance and Consulting Services
05/28/24 2:00 p.m.
05/28/24 2:00 p.m.
05/28/24 2:00 p.m.
06/12/24 11:00 a.m.
To access and bid on Event(s) please go to the MWRA Supplier Portal at https://supplier.mwra.com.
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic General Bids for MPA Contract No. M672-C1R, CONLEY TERMINAL SECURITY CAMERAS, SOUTH 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, JUNE 5TH, 2024 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, OUTDOORS AT CONLEY CONTAINER TERMINAL, 700 SUMMER STREET, BOSTON, MA 02127, ON FRIDAY, MAY 23RD, 2024 AT 1:00 PM LOCAL TIME. ALL ATTENDEES MUST BRING A VALID DRIVER’S LICENSE, US PASSPORT, OR TWIC TO OBTAIN ENTRY TO CONLEY TERMINAL. PLEASE ARRIVE AT LEAST 1/2 HOUR EARLY TO OBTAIN SECURITY CLEARANCE PRIOR TO ENTRY. PLEASE MEET IN LARGE PARKING AREA AT NORTH SIDE OF SECURITY BUILDING.
The work includes: PROCUREMENT AND INSTALLATION OF NEW SECURITY CAMERAS AT MULTIPLE LOCATIONS ON HIGH MAST LIGHT POLES AND BUILDINGS IN CONLEY TERMINAL.
• FURNISH AND INSTALL TWENTY (20) 270 Degree 8 MP MULTISENSOR CAMERAS; • FURNISH AND INSTALL FIVE (5) 36X ZOOM 8 MP PTZ DOME CAMERAS; • FURNISH AND INSTALL ONE (1) NETWORK VIDEO RECORDER (NVR); • INTEGRATION OF CAMERAS and NVR WITH MASSPORT’S AVIGILON VIDEO MANAGEMENT SYSTEM.
Bid documents will be made available beginning May 15th, 2026.
Bid documents for this project may be accessed or downloaded at no cost to potential bidders exclusively through www.bidexpress.com/businesses/27137/home in the listing for this Project.
The estimated contract cost will be the sum of two items: (Item 1) The work of the General Contractor, estimated to be ONE HUNDRED AND FIFTEEN THOUSAND AND FOUR HUNDRED DOLLARS ($115,400); and (Item 2) An owner provided allowance for the purchase of security cameras, a network video recorder, security camera licenses, and final system integration is set at ONE HUNDRED AND SIXTY-FIVE THOUSAND DOLLARS ($165,000). The total engineers estimate for this project is the sum of Item 1 and Item 2, THREE HUNDRED AND THIRTEEN THOUSAND DOLLARS ($280,400).
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.
Bidders
must submit a Buy American Certificate with all bids or offers on AIP
funded projects. Bids that are not accompanied by a completed Buy
American Certificate must be rejected as nonresponsive.
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 Commissioner of Labor and
Industries of Massachusetts, whichever is greater.
The
successful Bidder will be required to purchase and maintain Bodily
Injury Liability Insurance and Property Damage Liability Insurance with a
combined single limit of ONE MILLION DOLLARS ($1,000,000) and a TWO
MILLION DOLLARS ($2,000,000) policy aggregate. 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 IIB, Special Provisions for complete details.
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.
A
Contractor having fifty (50) or more employees and his subcontractors
having fifty (50) or more employees who may be awarded a subcontract of
$50,000 or more will, within one hundred twenty (120) days from the
contract commencement, be required to develop a written affirmative
action compliance program for each of its establishments.
Compliance
Reports - Within thirty (30) days of the award of this Contract the
Contractor shall file a compliance report (Standard Form [SF 100]) if:
(a) The Contractor has not submitted a complete compliance report within twelve (12) months preceding the date of award, and
(b) The Contractor is within the definition of “employer” in Paragraph 2c(3) of the instructions included in SF100.
The
contractor shall require the subcontractor on any first tier
subcontracts, irrespective of the dollar amount, to file SF 100 within
thirty (30) days after the award of the subcontracts, if the above two
conditions apply. SF 100 will be furnished upon request. SF 100 is
normally furnished Contractors annually, based on a mailing list
currently maintained by the Joint Reporting Committee. In the event a
contractor has not received the form, he may obtain it by writing to the
following address:
Joint Reporting Committee 1800 G Street Washington, DC 20506
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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION
LEGAL NOTICE REQUEST FOR QUALIFICATIONS
The
MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting
services for MPA CONTRACT NO. W320, WORCESTER PERMANENT (OVERFLOW)
PARKING LOT, WORCESTER, MASSACHUSETTS. The Authority is seeking
qualified multidiscipline consulting firms or teams, with proven
experience to provide environmental and professional engineering
services. The Services include studying, site planning, design, and
bidding, including resident inspection for the construction of a
Permanent (Overflow) parking lot. 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 Civil Design using Civil 3D/CIM, Drainage
Design, Environmental Permitting, Electrical Engineering, Construction
Phasing, Pavement Design and Soil Testing, Cost Estimating,
Topographical Survey, LEAN Practices, Construction Admission, Resident
Engineering Service, and Sustainable Design.
The
Contract will be work order based, and the Consultant’s fee for each
work order shall be negotiated; however, the total fee for the contract
shall not exceed ONE MILLION FIVE HUNDRED THOUSAND DOLLARS ($1,500,000).
A
Supplemental Information Package will be available, on WEDNESDAY, MAY
15, 2024 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 projects included as part of
this RFQ, the Authority has scheduled a Consultant Briefing to be held
at 9:00 AM on THURSDAY, MAY 23, 2024 via ZOOM MEETING. All participants
shall use the following Zoom Instructions. Link: https://massport.zoom.us/j/82128272930;
Meeting ID: 821 2827 2930. 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 THURSDAY, JUNE 27, 2024 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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION