Commonwealth of Massachusetts The Trial Court Probate and Family Court Department
SUFFOLK Division
Docket No. SU19D1975DR
Divorce Summons by Publication and Mailing
Latrisha Humphrey vs. Myles Humphrey
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: Latrisha Humphrey, 1050 Tremont St #202, Boston, MA 02120 your answer, if any, on or before 12/26/2019. 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: October 30, 2019
Felix D. Arroyo Register of Probate
Bridge Boston Charter School to Participate in Community Eligibility Provision
MEDIA CONTACT: Gina D’Addario
9/27/19 – Boston Massachusetts – Bridge Boston Charter School is slated to implement the Community Eligibility Provision (CEP) for Free Meal Reimbursement in School Year 2019/2020. Through CEP, a school district, a group of schools or a single school may offer meals at no charge to all students. This eliminates the procedure of distributing and processing meal applications.
The Healthy, Hunger Free Kids Act of 2010 includes the implementation of CEP to insure that every student in low-income neighborhoods and/or districts can participate in the National School Lunch Program (NSLP) and School Breakfast Program (SBP). To qualify, a district or school must have 40 percent or more of its students eligible for free meals based on direct certification.
By participating in CEP and eliminating the need for meal applications, Bridge Boston Charter School will reduce administrative and printing costs. Families also benefit from the elimination of completing and submitting meal applications.
In accordance with Federal civil rights law and U.S. Department of Agriculture (USDA) civil rights regulations and policies, the USDA, its Agencies, offices, and employees, and institutions participating in or administering USDA programs are prohibited from discriminating based on race, color, national origin, sex, disability, age, or reprisal or retaliation for prior civil rights activity in any program or activity conducted or funded by USDA.
Persons with disabilities who require alternative means of communication for program information (e.g. Braille, large print, audiotape, American Sign Language, etc.), should contact the Agency (State or local) where they applied for benefits. Individuals who are deaf, hard of hearing or have speech disabilities may contact USDA through the Federal Relay Service at (800) 877-8339. Additionally, program information may be made available in languages other than English.
To file a program complaint of discrimination, complete the USDA Program Discrimination Complaint Form, (AD-3027) found online at: http://www.ascr.usda.gov/complaint_filing_cust.html, and at any USDA office, or write a letter addressed to USDA and provide in the letter all of the information requested in the form. To request a copy of the complaint form, call (866) 632-9992. Submit your completed form or letter 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;
(2) fax: (202) 690-7442; or
(3) email: [email protected]
This institution is an equal opportunity provider.
PUBLIC ANNOUNCEMENT
MASSACHUSETTS BAY TRANSPORTATION AUTHORITY SOLICITATION FOR GENERAL ENGINEERING CONSULTING (GEC) SUPPORT SERVICES FOR BUS OPERATIONS
MBTA CONTRACT NOS. BUSPS13 and BUSPS14
REQUEST FOR QUALIFICATIONS
The Massachusetts Bay Transportation Authority is soliciting General Engineering Consulting Service for Bus Operations on an as-needed, on-call basis. The Scope of Service(s) may include but are not limited to: Planning Services, Project Management and Procurement Assistance, Engineering Services, Training, Bus Trip Inspection, Emission Testing, and Quality Assurance and Audits. It also may be required to provide Design Engineering Services - Phase I-Pre Design to Phase II-Preliminary Design (0% - 30%). The scope of services will be authorized on a task order basis. The duration of this contract will be five (5) years.
This project is expected to utilize Federal and non-federal funding. The DBE participation goal for this project is fifteen percent (15%) of the total amount authorized. In addition, the Authority strongly encourages the use of Minority, Women and Disadvantaged Business Enterprises as prime consultants, sub-consultants and suppliers in all of its contracting opportunities.
The complete Request for Qualifications can be found on the MBTA website. Please see the following link:
This is not a Request for Proposal. The MBTA reserves the right to cancel this procurement or to reject any or all Statements of Qualifications.
Stephanie Pollack MassDOT Secretary & CEO
Steve Poftak General Manager
PUBLIC ANNOUNCEMENT MASSACHUSETTS BAY TRANSPORTATION AUTHORITY SOLICITATION FOR GENERAL ENGINEERING CONSULTING SERVICES FOR DESIGN AND CONSTRUCTION PHASE SERVICES FOR INFRASTRUCTURE AND FACILITY IMPROVEMENTS, MODERNIZATION AND RELIABILITY PROJECTS
REQUEST FOR LETTER OF INTEREST
This is a request for Letters of Interest (RLOI) for Design and Construction Phase Services to support Capital Programs for Infrastructure and Facility Improvement, Modernization, and Reliability Projects. The services are intended to support improvements to all MBTA assets including but not limited to: stations, tracks, bridges, tunnels, underground structures, ferry docks/facilities, roadways, dams/spillways, signals, power infrastructure, parking facilities, storage/maintenance facilities, office buildings and other miscellaneous assets that service the MBTA’s bus, ferry, rapid transit and commuter rail system. The duration of each contract will be four (4) years, with two (2) option periods of one (1) year each.
An as yet undetermined number of contracts and will be administered on a task order basis. The Contract Values will range between $250,000 and $10,000,000 each. Contract values will be determined based on the MBTA’s program needs as well as the Firms’ demonstrated ability to provide services for the MBTA’s varied assets and capacity to provide services on concurrent Task Orders
This project is expected to utilize Federal and non-federal funding. The DBE participation goal for this project is fourteen percent (14%) of the total amount authorized for federally funded contracts. The fourteen percent (14%) DBE goal was not calculated based on anticipated scopes of work for the project, but rather represents the MBTA Disadvantaged Business Enterprise Program Goal. In addition, the Authority strongly encourages the use of Minority, Women and Disadvantaged Business Enterprises as prime consultants, sub-consultants and suppliers in all of its contracting opportunities.
http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/ The complete Request for Qualifications/Proposal (RFQ/P) can be found on the MBTA website. Please use the following link : http://bc.mbta.com/business_center/bidding_solicitations/current_solicitations/ This is a Request for Letter of Interest. The MBTA reserves the right to cancel this procurement or to reject any or all Letter of Interest.
Stephanie Pollack MassDOT Secretary & CEO
Steve Poftak General Manager
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic General Bids for MPA Contract No. L1492-C1, LOGAN AIRFIELD PAVEMENT REPAIRS 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, DECEMBER 18, 2019 immediately after which the electronic bids will be opened and read publicly in a designated room at the Capital Programs Department Office, Suite209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128- 2909.
No paper copies of bids will be accepted.
NOTE: PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) IN THE BID ROOM AT 11:00 AM LOCAL TIME ON THURSDAY, DECEMBER 5, 2019.
The work includes CRACK FILLING, PAVEMENT PATCHING; ADJUSTMENT OF UTILITY STRUCTURES; COAL-TAR AND ASPHALT EMULSION SLURRY SEAL; SEALING OF PCC PAVEMENTS; JOINT, CRACK, AND SPALL REPAIR OF PCC PAVEMENT; MILLING; REHABILITATION OF IN-PAVEMENT LIGHTS; BITUMINOUS AND PORTLAND/HYDRAULIC CEMENT PAVEMENTS; GROOVING; PAVEMENT MARKINGS; PAVEMENT MARKINGS REMOVAL; AND ON-CALL REPAIR OF AIRFIELD PAVEMENTS.
Bid documents will be made available beginning WEDNESDAY, NOVEMBER 20, 2019.
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 FOUR MILLION TWO HUNDRED THOUSAND DOLLARS ($4,200,000).
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 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 TEN MILLION DOLLARS ($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.
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 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 LISA S. WIELAND CEO & EXECUTIVE DIRECTOR
LEGAL NOTICE Request For Proposal (RFP) Announcement
The Boston Public Health Commission (BPHC) seeks proposals from qualified professional service providers to support the Racial Justice and Health Equity priority of BPHC’s Strategic Plan 2019-2021. We’re looking for a professional with experience in collecting, analyzing and reporting data and expertise in health equity and racial and social justice analysis and frameworks. The RFP will be released on Thursday, November 21, 2019 at 10:00 am on the BPHC website (www.bphc.org). Proposals must be received by 5:00 PM EST on Wednesday, December 11, 2019. There will be no exceptions to this deadline.
MASSACHUSETTS PORT AUTHORITY
NOTICE TO CONTRACTORS
Electronic General Bids for MPA Contract No. AP1834-C1, FY20-22 EMERGENCY WATERLINE REPAIRS TERM CONTRACT, ALL MASSPORT FACILITIES, MASSACUSETTS, 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, DECEMBER 18, 2019, immediately after which the electronic bids will be opened and read publicly in a designated room at the Capital Programs Department Office, Suite209S, Logan Office Center, One Harborside Drive, East Boston, Massachusetts 02128- 2909.
No paper copies of bids will be accepted.
NOTE:
PRE BID CONFERENCE WILL BE HELD AT THE CAPITAL PROGRAMS DEPARTMENT (ABOVE ADDRESS) AT 11:00 AM LOCAL TIME ON TUESDAY DECEMBER 3, 2019.
The work includes REPAIR AND REPLACEMENT OF WATER MAINS, GATE VALVES, HYDRANTS AND AUXILIARY WORK INCLUDING PLUMBING, EXCAVATION, VACUUM EXCAVATION, BACKFILL, ASPHALT PAVEMENT PATCHING, CONCRETE WORK FOR ALL MASSPORT FACILITIES IN BEDFORD, BOSTON, WORCESTER, FRAMINGHAM, BRAINTREE, PEABODY ON AN ON CALL/AS-NEEDED BASIS OVER A 2-YEAR PERIOD.
Bid documents will be made available beginning WEDNESDAY NOVEMBER 20, 2019.
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 TWO MILLION DOLLARS ($2,000,000.00).
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 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 TEN MILLION DOLLARS ($10,000,000.00). 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 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 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 LISA S. WIELAND CEO & EXECUTIVE DIRECTOR