ADVERTISEMENT
The Melrose Housing Authority, the Awarding Authority, invites sealed bids from Contractors for the Phase 2.2 Selective Window Replacement at McCarthy Apartments 667-2 Elderly Housing Development for the Melrose Housing Authority in Melrose, Massachusetts, in accordance with the documents prepared by Raymond T. Guertin, Architect.
The Project consists of: Selective replacement of 63 existing CPVC windows with new fiberglass replacement windows in residential units, including all related work as indicated in the Drawings and Project Manual.
Alternate No. 1 - Selective replacement of 18 additional CPVC windows in residential units with new fiberglass windows, including all related work.
Alternate No. 2 - Selective replacement of 24 additional CPVC windows in residential units with new fiberglass windows, including all related work.
Alternate No. 3 - Selective replacement of 11 additional CPVC windows in MHA Office with new fiberglass windows, and replacement of two (2) CPVC windows in MHA Conference Room with one (1) triple-wide, double-hung vinyl window and wall infill as shown on the drawings.
The work is estimated to cost $432,000.00 including the cost of all alternates. (Base Bid: $239,000 - Alternates: $193,000)
Bids are subject to M.G.L. c.149 §44A-J & to minimum wage rates as required by M.G.L. c.l49 §§26 to 27H inclusive.
General bidders must be certified by the Division of Capital Asset Management and Maintenance (DCAMM) in the category of Doors and Windows.
General Bids will be received until 2:00 p.m.,Thursday, April 10, 2025 and publicly opened, forthwith.
This project is being Electronically Bid (E-Bid). All bids shall be prepared and submitted online at Projectdog.com and received no later than the date & time specified above. Hard copy bids will not be accepted by the Awarding Authority. For assistance, contact Projectdog, Inc. at 978.499.9014.
General bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering all alternates), and made payable to the Melrose Housing Authority.
Bid Forms and Contract Documents will be available in electronic form and without cost or charge at Projectdog.com, project code 867596, beginning Wednesday, March 26, 2025. Persons desiring hard copies of the documents shall be solely responsible for all printing 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 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: Date and Time: 10 A.M. on Wednesday, April 2, 2025. Address: 910 Main Street, Melrose, Massachusetts 02176
SITE VIST BY APPOINTMENT: For an appointment call Martin Corona, Executive Director at 781-665-1622
Sealed Proposals are hereby solicited from multiple contractors for the provision of Homemaker/Personal Care/Supportive Home Care Aide/Companion services and all Non Homemaking services to the clients of Boston Senior Home Care, Central Boston Elder Services and Ethos (hereinafter referred to as ‘the Consortium’). The Consortium is comprised of three separate corporate entities designated as Aging Services Access Points (ASAPs) by the Executive Office of Aging and Independence (Age). For a complete list of the services, RFP instructions and contract requirements and details, visit https://www.bshcinfo.org/ or https://centralboston.org/ or https://ethocare.org. Contracts are awarded based upon individual ASAP agency needs.
A Bidders Conference will be held virtually on Thursday, April 17, 2025 from 2:00PM – 4:00PM. The purpose of this conference is to provide an overview of the RFP process and the services Consortium members are seeking to purchase.
Boston Senior Home Care, Central Boston Elder Services, and Ethos, are Affirmative Action and Equal Employment Opportunity (AA/EEO) agencies. The Consortium strongly encourages minority and women owned businesses to respond to this RFP.
The deadline for Proposal submission is May 30, 2025 at 12:00PM.
Please consult the Age website, https://noi.800ageinfo.com, for more information.
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
8150 Cryogenics Facility Valve Replacement
05/15/25 2:00 p.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. AP2501, TERM GLASS & GLAZING CONTRACT, BOSTON, BEDFORD, WORCESTER, BRAINTREE, 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 bids will be received by the Massachusetts Port Authority until 11:00 A.M. local time on WEDNESDAY APRIL 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 VIA ZOOM AT 11:00AM ON APRIL 8, 2025
Join Zoom Meeting https://us06web.zoom.us/j/6966208836?pwd=sg9y1lozGWgRL9abbzQnmRbBub2OPh.1&omn=86 420547876 Meeting ID: 696 620 8836 Passcode: GLASS
The work includes PROVISION OF LABOR, MATERIALS, TOOLS AND EQUIPMENT TO REPLACE GLASS & GLAZING SYSTEMS ON AN “AS NEEDED” BASIS OVER A TWO YEAR TERM AT ALL MASSACHUSETTS PORT AUTHORITY AVIATION AND NON-AVIATION FACILITIES
Bid documents will be made available beginning WEDNESDAY, MARCH 26, 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.
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 Asset Management and Maintenance and an Update Statement. The General Bidder must be certified in the category of GLASS & GLAZING. The estimated contract cost is EIGHT HUNDRED THOUSAND DOLLARS $ 800,000.00.
Bidding procedures and award of the contract and sub-contracts shall be in accordance with the provisions of Sections 44A through 44J 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 $10,000,000 (TEN MILLION). 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, 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
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic
General Bids for MPA Contract No. L1642-C1, TAXIWAY C ELECTRICAL
INFRASTRUCTURE IMPROVEMENTS AND DUCT BANK INSTALLATION, LOGAN
INTERNATIONAL AIRPORT, 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, APRIL 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 CONDUCTED BY WAY OF A VIRTUAL VIDEO
CONFERENCE AT 10:00 A.M. LOCAL TIME ON THURSDAY APRIL 3, 2025. THE
FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/85904496459 DIAL IN: +1 (646) 558-8656 OR +1 (267) 831-0333 MEETING ID: 859 0449 6459
The
work includes INSTALLATION OF AIRFIELD LIGHTING CONDUIT, CABLE AND
LIGHT BASES WITH NEW OWNER PROVIDED FIXTURES IN EXISTING HOT MIX ASPHALT
PAVEMENT, AIRFIELD DUCT BANK AND HANDHOLE CLUSTER INSTALLATION,
INCLUDING EXCAVATION AND SITE RESTORATION.
Bid documents will be made available beginning WEDNESDAY, MARCH 26, 2025
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 is $11.8 MILLION.
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 for a
combined single limit of $10 MILLION. 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.
This
contract is subject to a Disadvantaged Business Enterprise
participation provision requiring that not less than THREE PERCENT
(3.0%) of the Contract be performed by disadvantaged business enterprise
contractors. With respect to this provision, bidders are urged to
familiarize themselves thoroughly with the Bidding Documents. Strict
compliance with the pertinent procedures will be required for a bidder
to be deemed responsive and eligible.
This
Contract is also subject to Affirmative Action requirements of the
Massachusetts Port Authority contained in Article 84 of the 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 Richard A. Davey CEO & Executive Director
IN THE CIRCUIT COURT
Cause No. 1722-CC01264 STATE OF MISSOURI Division No. 20 TWENTY-SECOND JUDICIAL CIRCUIT (City of St. Louis)
NOTICE BY PUBLICATION
JUDITH DIAMANT, Individually and as Surviving Heir of the Estate of EDWARD DIAMANT, Deceased, Plaintiff,
v.
AIR & LIQUID SYSTEMS CORPORATION, Successor-by-Merger to BUFFALO PUMPS, INC., et al., Defendants.
NOTICE
IS GIVEN YOU, WILLIAM JOSEPH DIAMANT, ROBYN WELLS BOUSHEY, and TRACY
LYNN DICKERSON, AS NEXT OF KIN OF EDWARD DIAMANT, that a Motion to
Allocate Settlement Proceeds in this case, which involves a claim you
may have as a relative of Edward Diamant to receive settlement funds, is
pending before the Honorable Judge Joan L. Moriarty, St. Louis City
Circuit Court, Carnahan Courthouse 1114 Market Street, Division 20, St.
Louis, MO.
UNLESS
YOU file your answer or otherwise file your appearance in this case in
the office of the Clerk of this Court, within 30 days of the date of
publication of this notice, A JUDGMENT MAY BE ENTERED ADJUDICATING YOUR
RIGHTS AND THIS HEARING MAY PROCEED IN YOUR ABSENCE. March 17, 2025
Dated: March 12, 2025
Thomas Kloeppinger Clerk of the Circuit Court
Commonwealth of
Massachusetts The Trial Court Suffolk Probate and Family Court 24 New
Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU19P0885EA
CITATION ON PETITION FOR FORMAL ADJUDICATION
Estate of: Barbara Dejournette Also known as: Barbara M Dejournette Date of Death: 08/21/2015
To all interested persons:
A
Petition for S/A - Late and Limited Formal Testacy and/or Appointment
has been filed by Ronald G Martin of Hyde Park 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 Ronald G Martin
of Hyde Park MA be appointed as Personal Representative(s) of said
estate to serve With Corporate 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 04/15/2025. 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: March 11, 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. SU25P0567EA
CITATION ON PETITION FOR FORMAL ADJUDICATION
Estate of: Carl Erick Reynolds, Jr. Date of Death: 01/18/2019
A
Petition for Late and Limited Formal Testacy and/or Appointment has
been filed by Brianna Jackson of Quincy MA requesting that the Court
enter a formal Decree and Order and for such other relief as 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 04/17/2025. 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: March 13, 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. SU25P0343PM
CITATION
GIVING NOTICE OF PETITION FOR APPOINTMENT OF CONSERVATOR OR OTHER
PROTECTIVE ORDER PURSUANT TO G.L c. 190B, §5-304 & §5-405
In the matter of: Stephen Gassett Respondent (Person to be Protected/Minor) Of: Boston, MA
To
the named Respondent and all other interested persons, a petition has
been filed by Boston Medical Center of Boston, MA in the above captioned
matter alleging that Stephen Gassett is in need of a Conservator or
other protective order and requesting that (or some other suitable
person) be appointed as Conservator to serve Without Surety on the bond.
The
petition asks the court to determine that the Respondent is disabled,
that a protective order or appointment of a Conservator is necessary,
and that the proposed conservator is appropriate. The petition is on
file with this court.
You
have the right to object to this proceeding. If you wish to do so, you
or your attorney must file a written appearance at this court on or
before 10:00 A.M. on the return date of 04/17/2025. This day is NOT a
hearing date, but a deadline date by which you have to file the written
appearance if you object to the petition. If you fail to file the
written appearance by the return date, action may be taken in this
matter without further notice to you. In addition to filing the written
appearance, you or your attorney must file a written affidavit stating
the specific facts and grounds of your objection within 30 days after
the return date.
IMPORTANT
NOTICE The outcome of this proceeding may limit or completely take away
the above-named person’s right to make decisions about personal affairs
or financial affairs or both. The above-named person has the right to
ask for a lawyer. Anyone may make this request on behalf of the
above-named person. If the above-named person cannot afford a lawyer,
one may be appointed at State expense.
Witness, Hon. Brian J. Dunn, First Justice of this Court. Date: March 19, 2025
Stephanie L. Everett, Esq.
Register of Probate