Child Nutrition Program – PUBLIC NOTICE
Brooke Charter Schools will continue its policy to operate the Community Eligibility Program (CEP) under the National School Lunch and Breakfast program for the 2024-2025 school year for all Brooke Schools. Schools qualifying to operate CEP serve breakfast and lunch to all children at no charge and eliminate the collection of meal applications for free, reducedprice, and paid student meals. This new approach reduces the burdens for both families and school administrators and helps ensure that students receive nutritious meals.
Some schools participate in the After School Snack Program and are be provided a free snack in the afternoon.
For any questions regarding this notice, please contact Mark Loring, Chief Operating Officer at 617-325-7977.
Nondiscrimination Statement In accordance with federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, this institution is prohibited from discriminating on the basis of race, color, national origin, sex (including gender identity and sexual orientation), disability, age, or reprisal or retaliation for prior civil rights activity.
Program information may be made available in languages other than English. Persons with disabilities who require alternative means of communication to obtain program information (e.g., Braille, large print, audiotape, American Sign Language), should contact the responsible state or local agency that administers the program or USDA’s TARGET Center at (202) 720- 2600 (voice and TTY) or contact USDA through the Federal Relay Service at (800) 877-8339.
To file a program discrimination complaint, a Complainant should complete a Form AD-3027, USDA Program Discrimination Complaint Form which can be obtained online at: https://www.usda.gov/sites/default/files/documents/USDA-OASCR%20P-Complaint-Form0508-0002-508-11-28-17Fax2Mail.pdf, from any USDA office, by calling (866) 632-9992, or by writing a letter addressed to USDA. The letter must contain the complainant’s name, address, telephone number, and a written description of the alleged discriminatory action in sufficient detail to inform the Assistant Secretary for Civil Rights (ASCR) about the nature and date of an alleged civil rights violation. The completed AD-3027 form or letter must be submitted to USDA by:
1. mail:
U.S. Department of Agriculture Office of the Assistant Secretary for Civil Rights 1400 Independence Avenue, SW Washington, D.C. 20250-9410; or
2. fax:
(833) 256-1665 or (202) 690-7442; or
3. email:
This institution is an equal opportunity provider.
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic General Bids for MPA Contract No. AP2417, FY 2025 TO 2028 ELEVATOR, ESCALATOR, AND MOVING WALKWAY MAINTENANCE TERM CONTRACT, ALL MASSPORT PROPERTIES, BOSTON, BEDFORD, WORCESTER, 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, AUGUST 21, 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 AT THE CAPITAL PROGRAMS DEPARTMENT BID CONFERENCE ROOM, ONE HARBORSIDE DRIVE, EAST BOSTON, MASSACHUSETTS AT 10AM LOCAL TIME ON WEDNESDAY, AUGUST 7, 2024.
The work includes PROVIDING LABOR, TOOLS, EQUIPMENT, RECORDS, SERVICES, AND MATERIALS FOR A THREE-YEAR CONTRACT TO INSPECT, TEST, MAINTAIN, AND REPAIR (ROUTINE AND EMERGENCY) OF ELEVATORS, ESCALATORS, AND MOVING WALKS LOCATED AT LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, AND ALL MASSPORT FACILITIES, LOCATED AT BOSTON, SOUTH BOSTON, BEDFORD, WORCESTER, AND FRAMINGHAM, MASSACHUSETTS. YEARLY CERTIFICATION OF EACH UNIT BY THE DEPARTMENT OF PUBLIC SAFETY AND A TWENTY-FOUR HOUR LABOR FORCE COVERAGE AS SPECIFIED SHALL BE PROVIDED.
Bid documents will be made available beginning WEDNESDAY, JULY 31, 2024.
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 ELEVATORS. The estimated contract cost is TWENTY ONE MILLION, FIVE HUNDRED THOUSAND DOLLARS ($21,500,000.00).
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, or cash, or a certified check, or a treasurer’s or a cashier’s check issued by a responsible bank or trust company, payable to the Massachusetts Port Authority 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, Auto Liability Insurance, and Property Damage Liability Insurance for a combined single limit of $10,000,000. 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 subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than SEVEN POINT EIGHT PERCENT (7.8%) of the Contract be performed by minority and women owned 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.
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. L1840 – LOGAN NPDES PERMIT INFRASTRUCTURE PROGRAM, LOGAN INTERNATIONAL AIRPORT, ONE HARBORSIDE DRIVE, EAST BOSTON, MASSACHUSETTS. The Authority is seeking qualified multidiscipline consulting firm or team, with proven experience to provide professional services pertaining to stormwater drainage system and sanitary sewer improvements, investigation, design, bid, and construction-related services including resident engineering inspection. These services are expected to be provided at Logan International Airport in East Boston, Massachusetts. 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 numerous disciplines including but not limited to all aspects of NPDES Permit Compliance Stormwater Water Quality Assessment, Pathogen Source Tracking and Cross Connection Investigations, Stormwater Modeling, Green Infrastructure Design, Development and Design of Treatment Systems to achieve Water Quality-Based Effluent Limits, Civil and Utility Design, Cost Estimating, Construction Phasing, Climate Resiliency, and Sustainable Design within a spatially and operationally constrained international airport setting.
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 $5,000,000.
A Supplemental Information Package will be available, on July 31, 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.
In recognition of the unique nature of the project and the services required to support it, the Authority has scheduled a Consultant Briefing via zoom at 10:00 AM on Wednesday, August 7, 2024 via the following link: https://massport.zoom.us/j/81050703741?pwd=liKGE5kxnbAKnhVBBNQzTznYJqObRv.1, Meeting ID: 810 5070 3741, Passcode: 621297, Dial In Number: +1 (646) 518-9805. 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 September 12, 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
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic General Bids for MPA Contract No. LP2500-C1, FY2025-2027 RUNWAY/TAXIWAY SAFETY AREA INFIELD MAINTENANCE TERM CONTRACT, 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, AUGUST 21, 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 CONDUCTED BY WAY OF A VIRTUAL VIDEO CONFERENCE AT 9:00 AM (LOCAL TIME) ON FRIDAY, AUGUST 2, 2024. THE FOLLOWING VIRTUAL INSTRUCTIONS SHALL BE USED BY ALL PARTICIPANTS: https://massport.zoom.us/j/82389328918 DIAL IN: (312) 626-6799 or (646) 518-9805 MEETING ID: 82389328918#
The work includes GRADING AND RE-TURFING OF INFIELD AREAS ADJACENT TO AIRFIELD RUNWAY AND TAXIWAY PAVEMENTS, INCLUDING EXCAVATION, GRAVEL FILL, TOPSOILING, SEEDING AND SODDING, WATERING, INSTALLATION OF BLAST STONE, INSTALLATION OF FRENCH DRAINS, ADJUSTMENT OF CASTINGS, AND MISCELLANEOUS INFIELD REPAIRS.
Bid documents will be made available beginning WEDNESDAY, JULY 31, 2024.
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 ONE MILLION DOLLARS ($1,000,000).
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 $10,000,000. 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, 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 EDWARD C. FRENI INTERIM CEO & DIRECTOR OF AVIATION
Notice to Bidders
Hancock Street Partners LLC, (HSP) acting as agent of the Massachusetts Bay Transportation Authority MBTA is issuing an IFB Available 7/30/24 @ 10:00am at www.projectdog.com, Project Code 863323 Project: North Quincy MBTA Station Garage Upgrades: North head House Plaza, lighting, Bike shelter located at 189 Hancock Street, Quincy MA. pursuant to MGL c.30, 39M. Value estimate is $900,000.
Site visit will be held on 8/16/2024 @ 12:00pm (noon) at the North Headhouse of the North Quincy MBTA Station 189 Hancock Street Quincy, Ma ground level. Proposal deadline submission to is August 27, 2024 at 9:00am. All proposals shall be submitted on E-Bid online at www.Projectdog. com. HSP reserves the right to reject any or all proposals Work consists of demolition, concrete, electrical, misc. construction
Electronic proposals for the project will be issued and received through the internet using Projectdog until the date and time stated below, and will be posted on www.Projectdog.com. No paper copies of bids will be accepted. Bidders need to apply with Projectdog at least 14 days prior to the scheduled bid opening date.
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
WRA-5504
WRA-5505
WRA-5502
Supply and Delivery of Ferric/Ferrous Chloride to the Deer Island Treatment Plant
Supply and Delivery of Sodium Hypochlorite to the Deer Island Treatment Plant
Purchase of Butterfly Valves and Chains
08/13/24 2:00 p.m.
08/13/24 2:00 p.m.
08/15/24 3:00 p.m.
To access and bid on Event(s) please go to the MWRA Supplier Portal at https://supplier.mwra.com.
Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU24P1516EA
CITATION ON PETITION FOR FORMAL ADJUDICATION
Estate of: Grace Ellis Date of Death: 05/14/2020
To all interested persons
A Petition for Late and Limited Formal Testacy and/or Appointment has been filed by Mary Squillante of Medford, 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 Mary Squillante of Medford, MA be appointed as Personal Representative(s) of said estate to serve 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 09/03/2024. 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: July 23, 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. SU24P1280EA
INFORMAL PROBATE PUBLICATION NOTICE
Estate of: Charles E. Salamone Also Known As: Reverend Charles E. Salamone Date of Death: April 24, 2024
To all persons interested in the above captioned estate, by Petition of Petitioner Sheila A Salamone of Chestnut Hill MA, Petitioner Patricia M Salamone of Chestnut Hill MA a Will has been admitted to informal probate.
Sheila A Salamone of Chestnut Hill MA, Patricia M Salamone of Chestnut Hill MA has been informally appointed as the Personal Representative of the estate to serve without surety on the bond.
The estate is being administered under informal procedure by the Personal Representative under the Massachusetts Uniform Probate Code without supervision by the Court. Inventory and accounts are not required to be filed with the Court, but interested parties are entitled to notice regarding the administration from the Personal Representative and can petition the Court in any matter relating to the estate, including distribution of assets and expenses of administration. Interested parties are entitled to petition the Court to institute formal proceedings and to obtain orders terminating or restricting the powers of Personal Representatives appointed under informal procedure. A copy of the Petition and Will, if any, can be obtained from the Petitioner.
Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU24P1487GD
Citation Giving Notice of Petition for Appointment of Guardian for Incapacitated Person Pursuant to G.L. c. 190B, §5-304
In the matter of: John Doe Of: Boston, MA RESPONDENT Alleged Incapacitated Person
To the named Respondent and all other interested persons, a petition has been filed by Beth Israel Deaconess Medical Center of Boston, MA in the above captioned matter alleging that John Doe is in need of a Guardian and requesting that (or some other suitable person) be appointed as Guardian to serve Without Surety on the bond.
The petition asks the court to determine that the Respondent is incapacitated, that the appointment of a Guardian is necessary, that the proposed Guardian is appropriate. The petition is on file with this court and may contain a request for certain specific authority.
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 08/15/2024. 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: July 18, 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. SU24C0349CA
CITATION ON PETITION TO CHANGE NAME
In the matter of: Elliott Lawrence Post
A Petition to Change Name of Adult has been filed by Elliott Lawrence Post of Roxbury MA requesting that the court enter a Decree changing their name to:
Shiloh Zelda Lawrence
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 08/15/2024. 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: July 19, 2024
Stephanie L. Everett, Esq.
Register of Probate