Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU25P0999PM
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: Evelyn Brown Respondent (Person to be Protected/Minor) Of: Mattapan, MA
To the named Respondent and all other interested persons, a petition has been filed by Mattapan Health and Rehabilitation C of Mattapan, MA in the above captioned matter alleging that Evelyn Brown 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 06/05/2025. 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: May 07, 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. SU22D1637DR
Divorce Summons by Publication and Mailing
Melody Caridad Comrie-Picou vs. Jason R Picou
To the Defendant:
The Plaintiff has filed a Complaint for Divorce requesting that the Court grant a divorce for Irretrievable Breakdown.
The Complaint is on file at the Court.
An Automatic Restraining Order has been entered in this matter preventing you from taking any action which would negatively impact the current financial status of either party. SEE Supplemental Probate Court Rule 411.
You are hereby summoned and required to serve upon: Melody Caridad Comrie-Picou, 25 Dorchester Ave, Unit 51779, Boston, MA 02205 your answer, if any, on or before 06/24/2025. If you fail to do so, the court will proceed to the hearing and adjudication of this action. You are also required to file a copy of your answer, if any, in the office of the Register of this Court.
Witness, Hon. Brian J. Dunn, First Justice of this Court. Date: April 30, 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. SU25P0951GD
Citation Giving Notice of Petition for Appointment of Guardian for Incapacitated Person Pursuant to G.L. c. 190B, §5-304
In the matter of: Malachi R.J. Carter Of: Boston, MA RESPONDENT Alleged Incapacitated Person
To the named Respondent and all other interested persons, a petition has been filed by Catherine H Brown of Boston, MA in the above captioned matter alleging that Malachi R.J. Carter is in need of a Guardian and requesting that Catherine H Brown of Boston, MA (or some other suitable person) be appointed as Guardian to serve 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 06/04/2025. 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: May 01, 2025
Stephanie L. Everett, Esq.
Register of Probate
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic bids for MPA Contract No. L1354-C9-R1, CENTRAL HEATING PLANT BOILER #3 REPLACEMENT 600 TERMINAL E EXTENSION LOGAN INTERNATIONAL AIRPORT EAST BOSTON, MA , 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 JUNE 18, 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 JUNE 4, 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: PRE BID CONFERENCE WILL BE HELD AT THE CENTRAL HEATING PLANT (ABOVE ADDRESS) AT 8:00AM LOCAL TIME ON WEDNESDAY, MAY 21, 2025
The work includes 149 construction with field sub-sub-bids, see Bid Express for full scope of work.
Bid documents will be made available beginning WEDNESDAY MAY 14, 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 Asset Management & Maintenance and an Update Statement. The General Bidder must be certified in the category of MECHANICAL SYSTEMS The estimated contract cost is $ 14,191,535
In order to be eligible and responsible to bid on this contract, filed Subbidders must submit with their bid a current Sub-bidder Certificate of Eligibility issued by the Division of Capital Asset Management & 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 $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.
Filed sub bids will be required and taken on the following classes of work:
MISCELLANEOUS AND ORNAMENTAL IRON $53,050
ROOFING AND FLASHING $68,140
PAINTING $26,270
FIRE PROTECTION SPRINKLER SYSTEM $261,281
PLUMBING $154,555
ELECTRICAL $589,152
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 subject to a Minority/Women Owned Business Enterprise participation provision requiring that not less than 1.4% 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 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
BOSTON WATER AND SEWER COMMISSION INVITATION FOR BIDS
THE BOSTON WATER AND SEWER COMMISSION BY ITS EXECUTIVE DIRECTOR INVITES SEALED BIDS FOR CONTRACT NO. 25-103-007, FOR THE PURCHASE OF IRON/DUCTILE CASTING (MANHOLE FRAME AND COVERS).
BID/CONTRACT 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 AND MUST BE SUBMITTED IN A SEALED ENVELOPE CLEARLY MARKED BID FOR CONTRACT NO. 25-103-007, FOR THE PURCHASE OF IRON/DUCTILE CASTING (MANHOLE FRAME AND COVER).
BIDS WILL BE PUBLICLY OPENED AND READ ON THURSDAY, JUNE 5, 2025, at 10:00 A.M., AT THE OFFICE OF THE Director of procurement. THE EXECUTIVE DIRECTOR RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. The award of any contract is subject to approval by the board of commissioners.
THE BOSTON WATER AND SEWER COMMISSION IS AN EQUAL OPPORTUNITY EMPLOYER. WOMEN AND MINORITY OWNED BUSINESSES ARE ENCOURAGED TO respond.
BOSTON WATER AND SEWER COMMISSION
Henry F. Vitale Executive Director
Brookline Housing Authority – Request for Proposals (RFP)
Video Server Upgrades and Licensing
The Brookline Housing Authority (BHA) is seeking sealed proposals from qualified vendors to furnish and install upgraded video recording servers and provide licensing and configuration for existing Avigilon camera systems at five residential sites in Brookline, MA. This project will replace outdated systems to improve security and functionality.
Issue Date: May 5, 2025
Proposal Due: May 30, 2025
Bid No.: BD-25-1133-1133C-1133L-116305
The full RFP is available at www.brooklinehousing.org
BROOKLINE HOUSING AUTHORITY INVITATION TO BID Solid waste and recycling for Brookline Housing Authority Properties
The Brookline Housing Authority, Brookline, Massachusetts (the Authority) invites sealed bids to provide Solid Waste and Recycling at Brookline Housing Authority Properties, in Brookline, MA in accordance with the bid documents as written by the Brookline Housing Authority.
The project consists of providing weekly services to the Brookline Housing Authority’s eight properties for a period of five years with two possible oneyear extensions at the BHA’s discretion.
The contract amount is estimated to be $1,000,000 and the start of service is anticipated for July 1, 2025. Contract will be three year base with two on year extensions at BHA’s sole discresion.
General bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering all alternatives) and made payable to the Brookline Housing Authority.
Bid documents will be available on Thursday, May 22nd, 2025, from the Brookline Housing Authority electronically. Bid documents will be e-mailed upon request from [email protected]
General Bids will be received at the Brookline Housing Authority, 90 Longwood Avenue, Brookline MA 02446 no later than Thursday, June 26th 2025 at 3pm and opened forthwith. Bids should be in a sealed envelope clearly marked: BID FOR: Solid waste and recycling Services at Brookline Housing Authority Properties and addressed to: Brookline Housing Authority, 90 Longwood Avenue, Brookline MA 02446 ATTN: Chris Devoll, with the name of the firm submitting the bid.
Site visit is Mandatory and will be conducted on Thursday June 5th, 2025, at 9am starting at 90 Longwood Avenue, Brookline MA 02446.
By submitting a bid, the bidder warrants that s/he has examined the condition of service locations at each location as well as the bid documents and, that the information provided through the site visits and bid documents are adequate and the required services can be provided at the bid price submitted. No increase in the contract sums nor claim for damages due to delay will be permitted because of the Contractor’s failure to accomplish any or all these requirements.
The time of acceptance of the bid by the Brookline Housing Authority is 30 days from the date of the bid opening. The award of the contract is conditioned on approval by the Brookline Housing Authority Board of Commissioners. The contract is subject to the appropriation of adequate funds and may be cancelled in the event such funds are not available.
The award will be given to the most responsible and responsive bidder offering the best lowest total price. All other applicable state laws, municipal ordinances, and rules and regulations of all authorities having jurisdiction over the service contract shall apply to the contract throughout and will be deemed to be included in the contract as if written out in full.
The Awarding Authority reserves the right to reject all bids and to waive any informality in the bidding if it is in the public interest to do so. The Brookline Housing Authority also reserves the right to reject the bids if less than three bids are received.
Bidders shall promptly notify the Brookline Housing Authority in writing of any ambiguity, inconsistency, or error, which may be discovered upon examination of the bid documents. No interpretations of the meaning of the specification or other pre-bid documents shall be made to any bidder orally. All requests for clarification or interpretation must be submitted by email by 4:00 PM on Wednesday June 18th, 2025. Requests should be sent to the following individual:
Chris Devoll Director of Maintenance & Modernization
[email protected]
If an addendum is issued, it will be sent to all potential bidders via email no later than 48 hours before the General Bid Opening.
CITY OF CAMBRIDGE PURCHASING DEPARTMENT
Sealed bids will be received at City Hall, Cambridge, MA 02139 until 11:00 AM Thursday, June 5, 2025 at which time and place they will be opened and read for furnishing the following:
File No. 30286 – Sale of Surplus Vehicles for Cambridge Public Works
The City reserves the right to reject any and all bids if it is in the City’s best interest to do so. The Invitation for Bid may be downloaded and viewed from the City’s eProcurement portal, https://procurement.opengov.com/portal/cambridgema.
This ad can also be found at the MNPA website: masspublicnotices.org
Elizabeth Unger Purchasing Agent
The Massachusetts Water Resources Authority is seeking bids for the following:
BID NO. DESCRIPTION DATE TIME
WRA-5653
Trash Removal and Recycling Services Deer Island Treatment Plant
05/27/25 2:00 p.m.
OP-494
W361
Overhead Door Maintenance Services Various MWRA Facilities
Norumbega Reservoir and Schencks Pond Dams Instrumentation
06/11/25 2:00 p.m.
06/12/25 2:00 p.m.
To access and bid on Event(s) please go to the MWRA Supplier Portal at https://supplier.mwra.com.
PUBLIC NOTICE Neighborhood House Charter School – Invitation for Bid
Neighborhood House Charter School (NHCS) is soliciting sealed bids for the provision of vended breakfast and lunch meals for approximately 800 students across two school campuses in Dorchester, Massachusetts.
Bid documents will be available starting Monday, May 12, 2025. Sealed bids are due by Monday, June 9, 2025 at 12:00 PM, at which time they will be publicly opened.
The contract period begins July 1, 2025, with the option to renew for up to two additional years.
To request bid documents, contact: Rick Grant, Chief Operating Officer Email: [email protected]
Roxbury Community College Pocket Park:
BDO D25-Y8S8
The project work consists of a new community park, site preparation, walkways, planting, and site furnishings at Roxbury Community College. The park shall be constructed so as to meet all requirements of the Contract Documents including the plans and specifications. Plans for the RCC Pocket Park will be available on Wednesday, May 14 at 10:00 via Bid Docs: https:// biddocs.com/listings.
LEGAL NOTICE REQUEST FOR QUALIFICATIONS
The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. M749 RESILIENCY - FLOOD PATHWAY MITIGATION. The Authority is seeking up to two qualified multidiscipline consulting firms or teams, with proven experience to provide professional services including planning, design, and construction related services including resident inspection, on an on-call, as needed basis. These services are expected to be provided at Maritime Facilities and ground leased properties located in East Boston, South Boston and Charlestown. 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 Waterfront Engineering (Prime), Climate Resiliency, Architectural, Civil, Utility Design, Licensed Site Professional, Structural, Electrical, Geotechnical, Traffic Engineering, Environmental Permitting, Landscape Architecture, Cost Estimating, Lean Design and Construction, Code Compliance, Virtual Design and Construction (VDC/BIM), Construction Phasing, Grant Document Preparation, Sustainable Design and Net Zero Design Elements.
The Authority expects to select up to two consultants. However, the Authority reserves the right to select a different number if it is deemed in its best interest to do so. Each consultant shall be issued a contract in an amount not to exceed $500,000. The services shall be authorized on a work order basis.
A Supplemental Information Package will be available, on Wednesday, May 14, 2025 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 on zoom at 9:30AM-10:00AM on Wednesday, May 21, 2025. Zoom Link: https://massport.zoom.us/j/82189700619 Meeting ID: 821 8970 0619. 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/. 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, Chief Infrastructure Officer and received no later than 12:00 Noon on Thursday, June 26, 2025 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 Richard A. Davey CEO & Executive Director