Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU25P0226EA
CITATION ON PETITION FOR FORMAL ADJUDICATION
Estate of: Ellen B Hopkins Date of Death: 01/17/2025
To all interested persons:
A Petition for Formal Probate of Will with Appointment of Personal Representative has been filed by William F Merrigan of Braintree, 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 William F Merrigan of Braintree, 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 03/17/2025. 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: February 03, 2025
Stephanie L. Everett, Esq.
Register of Probate
Per M.L.G. c. 30B § 6, the Brookline Housing Authority is seeking proposals for Relocation Services for Walnut High Apartments Phase 1 Redevelopment. Please contact Amelia Youngstrom at [email protected] to receive a copy of the RFP. Proposals at due Tuesday, March 11th at 4pm.
Per M.L.G. c. 30B § 6, the Brookline Housing Authority is seeking proposals for Passive House Verifier and Enterprise Green Communities Consultant services for Walnut High Apartments Phase 1 Redevelopment. Please contact Amelia Youngstrom at [email protected] to receive a copy of the RFP. Proposals at due March 3rd at 4pm.
MASSACHUSETTS BAY TRANSPORTATION AUTHORITY 10 PARK PLAZA BOSTON, MASSACHUSETTS 02116
LEGAL NOTICE
Electronic proposals for the following project will be received through the internet using Project Bids until the date and time stated below and will be posted on www.sharepoint.com forthwith after the bid submission deadline. No paper copies of bids will be accepted. Bidders must have a valid digital ID issued by the Authority in order to bid on projects. Bidders need to apply for a digital ID with Project Bids at least 14 days prior to a scheduled bid opening date.
Electronic bids for MBTA Contract No. T90CN08, TRACK STATE OF GOOD REPAIR CONTRACT 1, SYSTEMWIDE, MA (Class 1, General Transit - $20,000,000; Class 3, Track work - $20,000,000; Contract value $25,000,000) can be submitted at www.sharepoint.com until two o’clock (2:00 p.m.) on FEBRUARY 27, 2025. Immediately thereafter, in a designated room, the Bids will be opened and read publicly.
These contracts are for systemwide track infrastructure improvements on the red, orange, blue, and green lines. Work will include replacement of ties, rail, restrained rail along both tangent, curved and restrained curve track, special trackwork, removal and replacement of broken or lock spike plates with pandrol plates, insulators and C-Bonds (where called for or where damaged by Contractor), contact rail replacement, ballast replacement (full depth and spot), joint elimination thermite welding, direct fixation and floating slab repairs including concrete repairs and replacement, surface line and tamping and track stabilizing where directed on both Light Rail and Heavy Rail portions of the MBTA system. CWR will require thermite welding and destressing in accordance with MBTA standards during scheduled surges. Work may require early action items like weekly meetings with contractors to plan and schedule work, moving rail, pre plating ties, site walks to finalize work limits, materials delivery, materials staging, equipment movement, schedule update, etc. Contractor will be required to remove all surplus materials generated by the project and all existing debris currently within the project limits. Debris to be removed will be confirmed during planned preconstruction site walks.
Bidders’ attention is directed to Appendix 1, Notice of Requirement for Affirmative Action to Insure Equal Employment Opportunity; and to Appendix 2, Supplemental Equal Employment Opportunity, Anti- Discrimination, and Affirmative Action Program in the specifications. While there is no DBE goal associated with this contract, the Authority strongly encourages the use of Minority, Women and Disadvantaged Business Enterprises as prime contractors, subcontractors and suppliers in all of its contracting opportunities.
To view the full Notice to Bidders, please see link below.
http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/
On behalf of the MBTA, thank you for your time and interest in responding to this Notice to Bidders Massachusetts Bay Transportation Authority
Phillip Eng General Manager & CEO of the MBTA
February 5, 2025
MASSACHUSETTS BAY TRANSPORTATION AUTHORITY 10 PARK PLAZA BOSTON, MASSACHUSETTS 02116
LEGAL NOTICE
Electronic proposals for the following project will be received through the internet using Project Bids until the date and time stated below and will be posted on www.sharepoint.com forthwith after the bid submission deadline. No paper copies of bids will be accepted. Bidders must have a valid digital ID issued by the Authority in order to bid on projects. Bidders need to apply for a digital ID with Project Bids at least 14 days prior to a scheduled bid opening date.
Electronic bids for MBTA Contract No. T90CN09, TRACK STATE OF GOOD REPAIR CONTRACT II, SYSTEMWIDE, MA (Class 1, General Transit- $20,000,000; Class 3, Track Work- $20,000,000; Contract value $25,000,000, can be submitted at www.sharepoint.com until two o’clock (2:00 p.m.) on MARCH 13, 2025. Immediately thereafter, in a designated room, the Bids will be opened and read publicly.
These contracts are for systemwide track infrastructure improvements on the red, orange, blue, and green lines. Work will include replacement of ties, rail, restrained rail along both tangent, curved and restrained curve track, special trackwork, removal and replacement of broken or lock spike plates with pandrol plates, insulators and C-Bonds (where called for or where damaged by Contractor), contact rail replacement, ballast replacement (full depth and spot), joint elimination thermite welding, direct fixation and floating slab repairs including concrete repairs and replacement, surface line and tamping and track stabilizing where directed on both Light Rail and Heavy Rail portions of the MBTA system. CWR will require thermite welding and destressing in accordance with MBTA standards during scheduled surges. Work may require early action items like weekly meetings with contractors to plan and schedule
work, moving rail, pre plating ties, site walks to finalize work limits,
materials delivery, materials staging, equipment movement, schedule
update, etc. Contractor will be required to remove all surplus materials
generated by the project and all existing debris currently within the
project limits. Debris to be removed will be confirmed during planned
preconstruction site walks.
Bidders’
attention is directed to Appendix 1, Notice of Requirement for
Affirmative Action to Insure Equal Employment Opportunity; and to
Appendix 2, Supplemental Equal Employment Opportunity, Anti-
Discrimination, and Affirmative Action Program in the specifications.
While there is no DBE goal associated with this contract, the Authority
strongly encourages the use of Minority, Women and Disadvantaged
Business Enterprises as prime contractors, subcontractors and suppliers
in all of its contracting opportunities.
To view the full Notice to Bidders, please see link below.
http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/
On
behalf of the MBTA, thank you for your time and interest in responding
to this Notice to Bidders Massachusetts Bay Transportation Authority
Phillip Eng General Manager & CEO of the MBTA
February 5, 2025
Economic Development and Industrial Corporation of Boston (“EDIC”) d/b/a Boston Planning & Development Agency (“BPDA”)
INVITATION FOR BID 12 CHANNEL STREET JANITORIAL SERVICES Lauren Firnstein; 617-918-4328; [email protected]
The
Economic Development and Industrial Corporation of Boston (“EDIC”)
d/b/a Boston Planning & Development Agency (“BPDA”), by its Chief
Procurement Officer is pleased to issue this Invitation for Bid entitled
“12 Channel Street Janitorial Services” (the “IFB”). The IFB is issued
in accordance with M.G.L. c. 30B, 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 February 10, 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 March 6, 2025 to: Teresa
Polhemus, Clerk, Economic Development and Industrial Corporation c/o
Real Estate Administration, One City Hall Square, Room 900A/Reception,
Boston MA 02210. Teresa Polhemus, Interim Chief Procurement Officer
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
WRA-5595
Purchase of Four (4) New Hydraulic Gate Valve Trucks
02/26/25 2:00 p.m.
WRA-5596
Purchase of Two (2) New Electric Pick-up Trucks
02/26/25 2:00 p.m.
WRA-5597 Purchase of Various Pick-ups, Cargo and Passenger Vans, Bolt SUV
OP-484 Western Operations Center, Building 270 Roof Coating, Southborough, MA
7486 Saugus River Crossing Section 56 Replacement
02/26/25 2:00 p.m.
03/06/25 2:00 p.m.
03/14/25 2:00 p.m.
To access and bid on Event(s) please go to the MWRA Supplier Portal at https://supplier.mwra.com.
NOTICE TO
CONTRACTORS MASSACHUSETTS EXECUTIVE OFFICE FOR ADMINISTRATION AND
FINANCE DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE
Electronic
Bids submitted in the format furnished by the Division of Capital Asset
Management & Maintenance (DCAMM) and clearly identified as a bid
will be received through DCAMM’s E-Bid Room at www.bidexpress.com/
businesses/10279/home no later than the date and time specified and
will forthwith be publicly opened remotely by DCAMM Bid Room personnel
and read aloud over a conference call line. Persons interested in
accessing the remote bid opening can do so by using the following phone
number: Audio Conferencing Dial-In Number (617) 315-0704, Meeting Number
2333 916 4237#. If prompted for attendee ID, please press #.
Mass. State Project No. DCP2210
DCP – McCormack Building – Automatic Transfer Switch Study (Phase 1 Equipment Purchase), One Ashburton Place, Boston, MA
General Bids at 2:00 PM: March 7, 2025
This Project bid in accordance with M.G.L. Chapter 30 Section 39M.
E.C.C: $300,540
This
project is scheduled for 240 calendar days to substantial completion.
Scope: Procurementand delivery of equipment as specified within the
project specifications. Equipment will be delivered and stored within
the McCormack State Office Building. No installation is included in this
Contract.
Bid
documents for this project may be accessed or downloaded at no cost to
potential bidders exclusively through DCAMM’s E-Bid Room
https://www.bidexpress.com/businesses/10279/home A hard copy set can be
made available for viewing in DCAMM’s Bid Room located at One Ashburton
Place, 15th Floor, Boston, MA during normal business hours by
appointment only by contacting DCAMM’s Bid Room. In order to access bid
documents and submit bids through DCAMM’s E-Bid Room potential bidders
must first be verified by DCAMM’s Bid Room and then register with the
E-Bid Room vendor. Instructions on the 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
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic
bids for MPA Contract No. AP2503-C1 TERM MECHANICAL MASSPORT FACILITIES
WORCESTER, BEDFORD AND FRAMINGHAM, 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
General Bids will be received by the Massachusetts Port Authority until
11:00 A.M. local time on WEDNESDAY, MARCH 19, 2025, immediately after
which the electronic bids will be opened and posted publicly on Bid
Express.
Electronic
filed sub bids for the same contract will be received at the same
office until 11:00 A.M. local time on WEDNESDAY, MARCH 5, 2025,
immediately after which the filed sub bids will be opened and posted
publicly on Bid Express.
No paper copies of bids will be accepted.
NOTE:
A VIRTUAL ZOOM PRE BID CONFERENCE WILL BE HELD BY THE CAPITAL PROGRAMS
DEPARTMENT AT 10:00AM LOCAL TIME ON WEDNESDAY, FEBRUARU 19, 2025. CALL
OR JOIN IN USING THE FOLLOWING INSTRUCTIONS:
https://massport.zoom.us/j/85202230779 Meeting ID: 852 0223 0779 One tap mobile +13017158592,,85202230779# US (Washington DC) +13126266799,,85202230779# US (Chicago)
The
work includes PROVISION OF LABOR, MATERIALS, TOOLS, EQUIPMENT AND
SERVICES TO REMOVE, RELOCATE AND INSTALL MECHANICAL AND PLUMBING
COMPONENTS AT MASSPORT PROPERTIES, WORCESTER, BEDFORD, FRAMINGHAM, ON AN
AS-NEEDED/ON-CALL BASIS.
ALSO,
PROVIDE ALL LABOR, TOOLS, TESTING, EQUIPMENT AND MATERIALS TO SERVICE,
MAINTAIN AND REPAIR WASTEWATER, STORMWATER, CONDENSATE AND OTHER PROCESS
PUMPS, MOTORS AND CONTROLS OF VARIOUS EQUIPMENT MANUFACTURERS FOR ALL
MASSACHUSETTS PORT AUTHORITY FACILITIES IN WORCESTER, BEDFORD AND
FRAMINGHAM, MASSACHUSETTS.
THE DURATION FOR THIS AGREEMENT SHALL BE A TWENTY-FOUR (24) MONTH PERIOD BEGINNING AT NOTICE TO PROCEED.
Bid documents will be made available beginning WEDNESDAY, FEBRUARY 12, 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 General Bid listing for this Project.
In
order to be eligible and responsible to bid on this contract General
Bidders must submit with their bid a current Certificate of Eligibility
issued by the Division of Capital Assessment Management and an Update
Statement. The General Bidder must be certified in the category of HVAC.
The estimated contract cost is $ FIVE HUNDRED FIFTY THOUSAND DOLLARS
($550,000.00).
In
order to be eligible and responsible to bid on this contract, filed
Sub-bidders must submit with their bid a current Sub-bidder Certificate
of Eligibility issued by the Division of Capital Asset Management and
Maintenance and a Sub-bidder Update Statement. The filed Sub-bidder must
be certified in the sub-bid category of work for which the Sub-bidder
is submitting a bid proposal.
Bidding
procedures and award of the contract and sub contracts shall be in
accordance with the provisions of Sections 44A through 44H inclusive,
Chapter 149 of the General Laws of the Commonwealth of Massachusetts.
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 TEN MILLION DOLLARS ($10,000000). 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.
Filed sub bids will be required and taken on the following classes of work:
PLUMBING $110,000
The
Authority reserves the right to reject any sub bid of any sub trade
where permitted by Section 44E of the above referenced General Laws. The
right is also reserved to waive any informality in or to reject any or
all proposals and General Bids.
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.
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