Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU25P0003EA
CITATION ON PETITION FOR FORMAL ADJUDICATION
Estate of: Constance Leigh Date of Death: 11/06/2024
To all interested persons:
A Petition for Formal Adjudication of Intestacy and Appointment of Personal Representative has been filed by Jill M. Hochberg of Lancaster PA requesting that the Court enter a formal Decree and Order and for such other relief as requested in the Petition. The Petitioner requests that Jill M. Hochberg of Lancaster PA 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 02/13/2025. 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: January 02, 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. SU24P2656EA
Citation on Petition for Order of Complete Settlement
Estate of: Luciene Michel Date of Death: 04/25/2023
A Petition for Order of Complete Settlement has been filed by Pierre M Joseph of Mattapan, MA requesting that the court enter a formal Decree of Complete Settlement including the allowance of a final account, Personal Representative and other such relief as may be requested in the Petition.
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 01/24/2025. 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 date, action may be taken without further notice to you.
WITNESS, Hon. Brian J. Dunn, First Justice of this Court. Date: December 24, 2024
Stephanie L. Everett, Esq.
Register of Probate
Keith Construction, Inc. is seeking CITY OF BOSTON AND MA SDO REGISTERED MWBEs to bid on an upcoming project in Boston, MA. Seeking the following trades: Demolition, Concrete, Metal Fabrication, Rough Carpentry, Thermal Protection, Membrane Roofing, Doors & Frames, Drywall, Flooring, Painting, Appliances, Cabinets, Plumbing, HVAC, Electrical, Sitework. Please send an email with your company brochure to [email protected] to begin the prequalification process. Keith Construction, Inc. is an Affirmative Action/ Equal Opportunity Employer.
Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”)
INVITATION FOR BID China Trade Center Bike Room and Storage Corey Harris; 617-918-6229; [email protected]
The Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief Procurement Officer is pleased to issue this Invitation for Bid entitled “China Trade Center Bike Room and Storage” (the “IFB”). The IFB is issued in accordance with M.G.L. c.149 and Chapter 30 §39F and §39K-§39P and Chapter 30-39m §29 and §44A- 44J., as may be amended. This IFB package including requirements for this project will be available to download on the BPDA Procurement Portal free-of charge in digital print form to all interested respondents on January 13, 2025 at 9:00 A.M at www.bostonplans.org/work-with-us/procurement. All responses to this IFB must be returned no later than 12:00 noon on February 13, 2025 to: Teresa Polhemus, Secretary, Economic Development and Industrial Corporation c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Teresa Polhemus, Chief Procurement Officer
Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”)
REQUEST FOR PROPOSAL Commercial Property Management of the China Trade Center Lauren Firnstein; 617-918-4328; [email protected]
The Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief Procurement Officer is pleased to issue this Request for Proposal entitled “Commercial Property Management of the China Trade Center” (the “RFP”). The RFP is issued in accordance with M.G.L. c.30B as may be amended. This RFP package including requirements for this project will be available to download on the BPDA Procurement Portal free-of charge in digital print form to all interested respondents on January 13, 2025 at 9:00 A.M at www.bostonplans.org/work-with-us/procurement. All responses to this IFB must be returned no later than 12:00 noon on February 19, 2025 to: Teresa Polhemus, Secretary, Economic Development and Industrial Corporation c/o Real Estate Administration, One City Hall Square, Room 900A/Reception, Boston MA 02210. Teresa Polhemus, Chief Procurement Officer
BOSTON WATER AND SEWER COMMISSION INVITATION FOR BIDS
The Boston Water and Sewer Commission by its Executive Director invites sealed bids for CONTRACT # 25-309-007, ROADWAY RESTORATION OF BWSC EXCAVATIONS 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 #25-309-007, ROADWAY RESTORATION OF BWSC EXCAVATIONS. Bids will be publicly opened and read at the office of the Director of Procurement on FEBRUARY 5,2025. 10:00 A.M. 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
ADVERTISEMENT TO BID
The
Brookline Housing Authority, the Awarding Authority, invites sealed
bids from electrical contractors for the Electrical Infrastructure
Upgrade Project at the High Street Veterans Family Development, 200-1
for the Brookline Housing Authority in Brookline Massachusetts, in
accordance with the documents prepared by Nangle Engineering Inc.
The
Project consists of: The replacement of existing single phase
electrical services at seven buildings with new three phase services,
including: underground primary and secondary conduits and associated
earthwork, conduits, transformer pads, secondary lateral conductors,
building services and distribution equipment, feeder and branch circuit
wiring, utility coordination, etc.
The work is estimated to cost $3,196,000.00.
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.
General
bidders must be certified by the Division of Capital Asset Management
and Maintenance (DCAMM) in the category of Electrical.
General Bids will be received until 2:00 pm, Thursday, January 23, 2025 and publicly posted online, forthwith.
All bids should be submitted electronically online at www.biddocsonline.com and received no later than the date and time specified above. Hard copy bids will not be accepted by the Awarding Authority.
General
bids shall be accompanied by a bid deposit that is not less than five
(5%) of the greatest possible bid amount, and made payable to the
Brookline Housing Authority.
Bid forms and Contract Documents will be available for pick-up at www.biddocsonline.com
(may be viewed electronically and hardcopy requested) or at Nashoba
Blue, Inc. at 433 Main Street, Hudson, MA 01749 (978-568-1167) on
Wednesday, January 8, 2025.
There is a plan deposit of $35.00 per set (maximum of 2 sets) payable to BidDocs Online Inc.
Deposits
may be electronically paid or must be a check. This deposit will be
refunded for up to two sets upon return of the sets in good condition
within thirty (30) days of receipt of bids. Otherwise, the deposit shall
be the property of the Awarding Authority.
Additional sets may be purchased for $35.00.
Bidders
requesting Contract Documents to be mailed to them shall include a
separate check for $40.00 per set for UPS Ground (or $65.00 per set for
UPS overnight), payable to BidDocs Online Inc., to cover mail and
handling costs.
General
bidders must agree to contract with minority and women business
enterprises as certified by the Supplier Diversity Office (SDO),
formerly known as SOMWBA. The combined participation benchmark reserved
for such enterprises shall not be less than 13% of the final contract
price including accepted alternates. Request for waivers must be sent to
Candace Tempesta ([email protected]) not less than 5 calendar
days prior to the General Bid date. NO WAIVERS WILL BE GRANTED AFTER THE
GENERAL BIDS ARE OPENED.
The
job site will be available for observation on the morning of Wednesday,
January 15, 2025 at 10:00 AM. Parking within the site is limited to
residents only, and bidders must park on High, Chestnut, or surrounding
streets. Meet outdoors, in the vicinity of 30 New Terrace Road.
The
observation is an opportunity to observe the site only. Any oral
interpretations offered at the observation are non-binding. Any
questions must be submitted in writing to the Designer, at the e-mail
address on the Project Manual cover, no later than 4:00 PM on the Monday
prior to the date stated above for the receipt of general bids.
Questions after that time may not be responded to, at the sole
discretion of the designer.
The
Brookline Housing Authority reserves the right to waive any
informalities in or to reject any and all bids, or to waive any
informalities in the bidding. No bid shall be withdrawn for a period of
thirty (30) days, Saturdays, Sundays and legal holidays excluded, after
approval of the award by the Brookline Housing Authority without written
consent of the Brookline Housing Authority.
Brookline Housing Authority January 8, 2025
INVITATION TO BID
ELIOT CONGREGATIONAL CHURCH EXTERIOR RESTORATION
The
Eliot Congregational Church of Roxbury requests bids for selective
exterior repairs at the Eliot Church, 56 Dale Street, Roxbury,
Massachusetts. The Eliot Church is listed on the National Register of
Historic Properties. The project is being partially funded with a grant
from the Massachusetts Preservation Projects Fund through the
Massachusetts Historical Commission.
All
work must be performed in accordance with the documents prepared by and
available from the Spencer Preservation Group, 41 Valley Road, Nahant
Massachusetts, Massachusetts 01908 (617-227-2675) and meet the Secretary
of the Interior’s Standards for the Treatment of Historic Properties.
State law prohibits discrimination. Awarding of this contract is subject
to Affirmative Action and Equal Opportunity guidelines.
Bid documents are available by email beginning January 10,
2025 and requests should be addressed to Doug Manley, [email protected]
Bids
shall be evaluated on the basis of price, previous experience with
similar types of construction projects, ability to perform the work in a
timely manner, and references. All bids must be delivered to the
architect’s office via email no later than 12:00 noon on January 31,
2025 to be eligible for
consideration.
A pre-bid conference will be held at the Eliot Church of Roxbury, 56 Dale Street, Roxbury at 10:00 AM on January 22, 2025.
ADVERTISEMENT TO BID
The
BROOKLINE HOUSING AUTHORITY, the Awarding Authority, invites sealed
bids from Prequalified Contractors and Public Contractors for select
subtrades for the Window Replacement and Common Stair Hall Renovations
#046112 project at State Aided Development:
Egmont Street Veterans (200-2) Pleasant, Egmont and St. Paul Streets, Brookline, MA 02446
Trustman
Apartments (705-1) St. Paul, Egmont and Amory Streets, Brookline, MA
02446 in accordance with the documents prepared by NEXT PHASE STUDIOS.
This
Request for Proposals is the second part of a two-step Request for
Qualifications (RFQ) process as provided in M.G.L. c. 149, §44D½. Based
on the SOQs received in Phase I, the Awarding Authority selected
respondents it deemed to be prequalified in accordance with the criteria
set forth in the RFQ. In Phase II, the prequalified respondents are
invited to submit bids in response to an RFP. Only GC and Subcontractor
firms prequalified for this project in Phase I are permitted to submit
bids in Phase II. The only exception being the subtrades of Lathing and
Plastering and Marble, which are available for public bidding.
The
Project consists of but not limited to: Work to be completed at Egmont
Street Veterans Apartments (200-2) and Trustman Apartments (705-1).
Scope includes window replacement, exterior lighting, renovations to
interior stairs (new flooring, painting, unit entry doors (select
locations), and lighting), and exterior vestibule door replacement at
Trustman Apartments.
The work is estimated to cost $14,226,897.00.
Bid Documents will be
available on BidDocs.com on 01/10/2025 at 10:00 AM EST. All bidding
Requests for Information (RFIs) shall be submitted online by 01/21/2025
at 10:00AM EST for filed sub-bids and by 02/03/2025 at 10:00AM EST for
general bids.
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
bidders must be certified by the Division of Capital Asset Management
and Maintenance (DCAMM) in the following category of work, General
Building Construction, and must submit a current DCAMM Certificate of
Eligibility and signed DCAMM Prime/General Contractor
Update Statement.
General Bids will be received until 10 February 2025 at 10:00AM EST and publicly opened online, forthwith.
Filed
Sub-bids for the trades listed below will be received until 27 January
2025 at 10:00AM EST and publicly opened online, forthwith.
Filed
sub-bidders must be DCAMM certified for the trades listed below and
bidders must include a current DCAMM Sub-Bidder Certificate of
Eligibility and a signed DCAMM Sub-Bidder’s Update Statement.
TRADES
Miscellaneous and Ornamental Metals Metal Windows Lathing and
Plastering Marble Resilient Flooring Painting Electrical Work
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 BROOKLINE 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).
General
bidders must agree to contract with minority and women business
enterprises as certified by the Supplier Diversity Office (SDO),
formerly known as SOMWBA. The combined participation benchmark reserved
for such enterprises shall not be less than 13% of the final contract
price including accepted alternates. Request for waivers must be sent to
EOHLC ([email protected]) 5 calendar days prior to the General Bid
date. NO WAIVERS WILL BE GRANTED AFTER THE GENERAL BIDS ARE OPENED.
PRE-BID
CONFERENCE / SITE VISIT: Scheduled Date and Time: 01/15/2025 at 10:00AM
EST Address: 341 St. Paul Street, Rear - Learning Center, Brookline, MA
02446 Instructions: Meet in the Learning Center at the rear of 341 St.
Paul St.
Pre-bid Conference / Site Visit is MANDATORY for General Contractors.
The hard copy Contract Documents may be seen at:
Nashoba Blue Inc. 433 Main Street Hudson, MA 01749 978-568-1167
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
WRA-5582
Supply and Delivery of 130-ton Chiller
01/22/25 2:00 p.m.
WRA-5583
WRA-5584
Purchase of Two (2) New Diesel- Powered Trucks with Interchangeable Bodies
Purchase of Two (2) New Trailer Mounted Light Towers
01/22/25 2:00 p.m.
01/22/25 2:00 p.m.
WRA-5585
Purchase of Two (2) New Hydraulic Excavators with Buckets
01/22/25 2:00 p.m.
WRA-5569 Purchase of Victaulic Pipe and Tees 01/24/25 3:00 p.m.
A644
RFQ/P Workers’ Compensation Litigation Services
02/05/25 11:00 a.m.
To access and bid on Event(s) please go to the MWRA Supplier Portal at https://supplier.mwra.com.