Commonwealth of Massachusetts The Trial Court Suffolk Probate and Family Court 24 New Chardon Street, Boston, MA 02114 (617) 788-8300
Docket No. SU25C0346CA
CITATION ON PETITION TO CHANGE NAME
In the matter of: Daniel Montoya Mira
A Petition to Change Name of Adult has been filed by Daniel Montoya Mira of Boston MA requesting that the court enter a Decree changing their name to:
Daniel Montoya
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 08/25/2025. 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. Janine D Rivers, First Justice of this Court. Date: July 25, 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. SU25D1254DR
Divorce Summons by Publication and Mailing
Misquiannah Wixon-Cagnina vs. Shawn Cagnina
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: Misquiannah Wixon- Cagnina, 74 Rockland St, Boston, MA 02119 your answer, if any, on or before 09/03/2025. 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: July 9, 2025
Stephanie L. Everett, Esq.
Register of Probate
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic General Bids for MPA Contract No. AP2600-C1, FY26-27 WATERFRONT REPAIR TERM CONTRACT, 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 27, 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 AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 8:00 AM LOCAL TIME ON WEDNESDAY, AUGUST 13, 2025. PLEASE BRING VALID ID AND CHECK-IN AT THE MAIN SECURITY DESK. YOU WILL BE ESCORTED UP TO THE ROOM WHERE THE CONFERENCE WILL BE HELD.
The work primarily includes repairs to waterfront infrastructure. Work will primarily take place at any Massport waterfront property in East Boston, South Boston or Charlestown.
The work may include: INSTALLATION, MAINTENANCE AND REMOVAL OF SPILL OR DEBRIS CONTAINMENT BOOMS, RETRIEVAL AND DISPOSAL OF FLOATING DEBRIS, REMOVAL AND DISPOSAL OF DAMAGED TIMBER OR TIMBER DEBRIS INCLUDING TIMBER PILES, SUPPLY AND INSTALLATION OF NEW TIMBER FENDER WALES, CHOCKS, ETC., SUPPLY AND INSTALLATION OF NEW TIMBER CURBS OR SIMILAR, SUPPLY AND INSTALLATION OF NEW TIMBER PILES, REPLACEMENT OF BUOY MOORING CHAINS AND HARDWARE, REATTACHMENT OF RUBBER FENDERS, AND MISCELLANEOUS REPAIRS AS REQUESTED BY MASSPORT.
Bid documents will be made available beginning WEDNESDAY, AUGUST 6, 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.
The estimated contract cost is $3,350,000.
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 $1,000,000. 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.
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
LEGAL NOTICE REQUEST FOR QUALIFICATIONS
The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA CONTRACT NO. A475, AERIAL PHOTOGRAPHY SERVICES, ALL MASSPORT FACILITIES. Authority is seeking a qualified consulting firm or team, with proven experience to provide professional aerial photography services of the Authority’s facilities. 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 aerial photography.
The Authority expects to
select multiple 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 $5,000,000. The services shall be authorized on a work order
basis.
A
Supplemental Information Package will be available, on Wednesday, August
6, 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. If you have problems
finding it, please contact Susan Brace at Capital Programs
[email protected] The Supplemental Information Package will provide
detailed information about Scope of Work, Selection Criteria and
Submission Requirements.
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, FCMAA Chief Infrastructure Officer and received no later
than 12:00 Noon on September 18, 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
LEGAL NOTICE REQUEST FOR QUALIFICATIONS
The
MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting
services for MPA CONTRACT NO. A470 TERM ENVIRONMENTAL COMPLIANCE AND
CONSULTING SERVICES. The Authority is seeking multiple qualified
multidiscipline consulting firms or teams, with proven experience to
provide professional services. These services are expected to be
provided at Logan International Airport, Worcester Regional Airport,
Hanscom Field, Port of Boston and other Maritime facilities. The
Consultant/s 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/s shall demonstrate experience in several disciplines which
are grouped into three practice areas. The consultant/s shall indicate
within the cover letter of their submittal which of the three practice
areas they are applying for, which may include one, two or all three
practice areas. The three practice areas are defined as, but not
strictly limited to: (1) air permitting and monitoring, (2) tank
permitting, inspections and compliance, and (3) regulatory compliance
support for plans and training, including those related to emergency and
spill response and hazardous materials.
The
Authority expects to select up to three consultants. However, the
Authority reserves the right to select a different number if it is
deemed in its best interest to do so. Each practice area will be
evaluated independently for selection of one or more consultant/s. Each
consultant shall be issued a contract in an amount not to exceed 1.5
million dollars. The services shall be authorized on a work order basis.
A
Supplemental Information Package will be available, on August 6, 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. If you have
problems finding it, please contact Susan Brace at Capital Programs
[email protected] The Supplemental Information Package will provide
detailed information about Scope of Work, Selection Criteria and
Submission Requirements.
In
recognition of the unique nature of the project and the services
required to support it, the Authority has scheduled a Consultant
Briefing to be held on August 13 at 10am, virtually via Zoom link: https://massport.zoom.us/j/86452537340.
At this session, an overview of 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, FCMAA Chief Infrastructure Officer and received no later
than 12:00 Noon on September 18, 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
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. DCP2529 DCP – Hurley Building – Temporary Boiler – Boston, MA
General Bids on August 28, 2025 at 2:00 PM
Every
General Bidder must be certified by DCAMM for the category of work
listed below and for no less than the bid price plus all add alternates
of this project, if applicable.
The Category of Work is Mechanical Systems or HVAC
E.C.C: $220,000
This
project is scheduled for 227 calendar days to substantial completion.
Scope: Provide a Temporary Portable Boiler for heating and required
connections for gas, electrical, hot water supply and return, and makeup
water, setting, startup, and removal of portable boiler, including
preventive maintenance of the boiler and emergency services related to
the portable boiler.
A
*MANDATORY* Pre-Bid/Site Visit will be held on August 14, 2025, at
10:00 AM at 19 Staniford St., Boston, MA. Meet in front of the Hurley
Building.
Minimum
rates of wages to be paid on the project have been determined by the
Commissioner of the Department of Labor Standards. These rates are
incorporated into the bid documents.
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 BidRoom at
[email protected] or (617) 727-4003.
Adam Baacke COMMISSIONER
LEGAL NOTICE REQUEST FOR QUALIFICATIONS
The
MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting
services for MPA CONTRACT NO. L1806 LOGAN ROADWAY REHABILITATION PHASE
2, LOGAN INTERNATIONAL AIRPORT, EAST BOSTON, MASSACHUSETTS. The
Authority is seeking qualified multidiscipline consulting firm or team,
with proven experience to provide professional services planning,
permitting, design, and construction related services including resident
inspection relative to the excavation, saw cutting, milling, bituminous
and cement concrete pavement patching and overlay, pavement markings,
curb, casting adjustments and structures rebuilt, concrete repairs,
maintenance of traffic, jersey barrier repairs, concrete wall repairs,
and other roadway-related work. 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 Roadway/Civil/Site Design, Utilities,
Pavement Management, Soil Management, Structural, Signage Design,
CIM/ESRI, Accessibility Compliance, Cost Estimating, Scheduling,
Construction Phasing, ResidentEngineering, Construction Inspection,
Climate Resiliency, and Sustainable Design. Permitting services will
beprovided if applicable.
The
contract will be work order based, and Consultant’s fee for each work
order shall be negotiated; however, the total fee for the contract shall
not exceed $1.5MM.
A Supplemental
Information Package will be available, on Wednesday, August 6, 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. If you have problems
finding it, please contact Susan Brace at Capital Programs
[email protected] The Supplemental Information Package will provide
detailed information about Scope of Work, Selection Criteria and
Submission Requirements.
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 11:00 AM on Wednesday August 13, 2025 using the
following link: https://massport.zoom.us/j/82126542229. 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, FCMAA Chief Infrastructure Officer and received no later
than 12:00 Noon on Thursday September 18, 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
Boston Redevelopment Authority (“BRA”) d/b/a Boston Planning & Development Agency (“BPDA”)
INVITATION FOR BID BRA Site Maintenance Francis Collins; [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 “BRA Site Maintenance” (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 August 11, 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
August 27, 2025 to: Teresa Polhemus, Secretary, Boston Redevelopment
Authority 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”)
INVITATION FOR BID Landscape Services at the Charlestown Navy Yard Dick Mulligan; 617-918-6231; [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 “Landscape Services at the
Charlestown Navy Yard” (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 August 11, 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
Augst 28, 2025 to: Teresa Polhemus, Secretary, Boston Redevelopment
Authority c/o Real Estate Administration, One City Hall Square, Room
900A/Reception, Boston MA 02210. Teresa Polhemus, Chief Procurement
Officer
CITY OF CAMBRIDGE PURCHASING DEPARTMENT
Sealed
bids will be received at City Hall, Cambridge, MA 02139 or online via
the Cambridge eProcurement portal until 11:00 AM Thursday, August 21,
2025 at which time and place they will be opened and posted for
furnishing the following:
File No. 30368A – Pierce parts for trucks and other vehicles
Sealed
bids will be received at City Hall, Cambridge, MA 02139 or online via
the Cambridge eProcurement portal until 11:00 AM Thursday, August 28,
2025 at which time and place they will be opened and posted for
furnishing the following:
File No. 30478 – Day Porter Services for CPD FY26-FY28
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
File No. 30482 Request for Proposals City of Cambridge RFP for Preschool Programming for the City of Cambridge FY27-29
This
Request for Proposal (“RFP”) is to be advertised on August 7, 2025. The
proposal opening date is scheduled for 11:00 a.m. on Thursday, August
28, 2025.
Sealed
proposals will be received digitally through the Cambridge eProcurement
system until 11:00 a.m. Thursday, August 28, 2025, for furnishing the
following to the City of Cambridge:
The
City of Cambridge is seeking proposals from qualified organizations to
operate and activate the historic Harvard Square Kiosk and its immediate
frontage, and—following the completion of the plaza reconstruction,
anticipated no earlier than fall 2026—also the surrounding Plaza.
The successful proposer must be an Equal Opportunity Employer.
The City of Cambridge reserves the right to reject any or all proposals and to waive any minor informalities.
Elizabeth Unger Purchasing Agent
BOSTON WATER AND SEWER COMMISSION INVITATION FOR BIDS
The
Boston Water and Sewer Commission by its Executive Director invites
sealed bids for CONTRACT # 22-309-001, REPLACMENT OF WATER PIPES,
REPLACEMENT AND REHABILITATION OF SEWER PIPES IN ROSINDALE AND WEST
ROXBURY. 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 CONTRACT #
22-309-001, REPLACMENT OF WATER PIPES, REPLACEMENT AND REHABILITATION OF
SEWER PIPES IN ROSINDALE AND WEST ROXBURY Bids will be publicly opened
and read at the office of the Director of Procurement on AUGUST 27,2025.
10:00AM. 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