You are on page 1of 145

Volume 31, Issue 8, February 23, 2011

The Central Register


Published by: The Secretary of the Commonwealth, William Francis Galvin

CENTRAL REGISTER
Published weekly by William Francis Galvin, Secretary of the Commonwealth Volume 31, Issue 8, February 23, 2011

DESIGNER SERVICES
Request for Proposals 1

GENERAL CONTRACTS
Invitation to Bid 10 59 70

CONTRACTORS OBTAINING PLANS/SPECIFICATIONS CONTRACT AWARDS LEASE, RENTAL, SALE, PURCHASE, ACQUISITION OR DISPOSITION OF REAL PROPERTY
Notice of Proposed Disposition of Real Property Office of Lease Management Groundwater Discharge Permit

78 85 87

LIST OF DEBARRED CONTRACTORS


DCAM Attorney General 89 90 93

DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST LIST OF DECERTIFIED CONTRACTORS


DCAM

94 99 100

SUPPLIER DIVERSITY OFFICE (Formerly SOMBWA) DESIGNER SELECTION BOARD

The Central Register is a state publication of public contracting opportunities, contract awards and related information received by the Secretary of the Commonwealth under the provisions of M.G.L. c. 9, 20A.

William Francis Galvin Secretary of the Commonwealth STATE BOOKSTORE State House, Room 116 Boston, MA 02133 (617) 727-2834

CENTRAL REGISTER SUBSCRIPTION INFORMATION

The Central Register is available in electronic form only.


The total subscription price is $100 per year.

You may subscribe to this publication on the following website:

http://www.sec.state.ma.us/PublicationSubscriptionPublic/Login.aspx

Please feel free to contact the State Bookstore with any questions that you may have regarding your subscription. Phone: (617) 727-2834 Email: Bookstore@sec.state.ma.us

** State Agencies Only** CHECKS WILL NOT BE ACCEPTED FROM STATE AGENCIES.
State agencies are required to use the IE/ITI system. State agencies must complete the following information in order for their subscription to be processed.
DEPT. CODE (3 letters): _________________________________ORG. # (4 numbers): ____________________________________________ AMOUNT TO BE ENCUMBERED: $___________________________________________ AGENCY NAME: ___________________________________________________________________________________________________ CONTACT NAME: __________________________________________________________________________________________________ ADDRESS: ________________________________________________________________________________________________________ PHONE:__________________________________ CONTACT EMAIL:________________________________________________________

CR-1

Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: PHONE: 978-772-8206 FAX: 978-772-8208 EMAIL: dpd@ayer.ma.us

Ayer, Town of Central Fire House Reuse Committee 1 Main St. Ayer, MA 01432
CONTACT INFORMATION: David Maher CONTRACT INFORMATION: PROJECT: SCOPE:

The Town of Ayers Board of Selectmen and Fire Station Reuse Committee are seeking engineering services to perform an assessment of the former Central Fire Station to determine its suitability for adaptive reuse. Perform inspection of the building and provide recommendations for repairs, rehabilitation and a planning level cost estimate for recommended repairs and planned improvements. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/18/11 @ 4:30 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

Selectmens Office, 1 Main St., Ayer, 2/14/11 - 2/25/11, Monday - Friday, 9:30 A.M. - 4:30 P.M.

Site visit: 3/8/11 10:00 am

ADDITIONAL INFORMATION The Station is located at 14 Washington St., which is easily accessed behind the Page-Moore block off of Main St., Ayer. Completed proposals must be returned to the Selectmens Office by the deadline.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: PHONE: EMAIL: FAX:

11-206-007 $400,000.00

Boston, City of ***CANCELLED*** Water and Sewer Commission 980 Harrison Ave. Boston, MA 02119
CONTACT INFORMATION: John Sullivan CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 2/16/11. Landscape Architect Land Surveyor Planner Space Planner Programmer

Request for Proposal (RFP) for Professional Engineering Services for Final Design of Stormwater Recharge Systems in the St. Botolpl Street Area in the Back Bay.

DEADLINE FOR APPLICATION FORM: 3/16/11 @ 12:00 P.M. Project Manager

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

ADDITIONAL INFORMATION Questions are due by 3/8/11.

CR-1

Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 180 - Days PHONE: 617-988-4563 EMAIL: FAX:

0531-01 Negotiated $90,000.00

Boston, City of Housing Authority (BHA) 52 Chauncy St. 6th Floor Boston, MA 02111
CONTACT INFORMATION: Kevin Wood CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 2/23/11 at the above agency address. Landscape Architect Land Surveyor Planner Space Planner Programmer Switchgear Survey at 21 Elderly Developments.

DEADLINE FOR APPLICATION FORM: 3/18/11 @ 12:00 P.M. Project Manager

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

Site visit: 3/10/11 at 10:00 A.M. at 125 Amory St. Room 122, Boston.

ADDITIONAL INFORMATION More information is available in the RFP available at no charge. There is a $5.00 fee if plans are mailed, payable to the BHA (No Cash).

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: Fall 2011 PHONE: 617-730-2100 FAX: 617-739-7542 EMAIL: tony_guigli@town.brookline.ma.us Negotiated $250,000

Brookline, Town of Building Department 333 Washington St. 3rd Floor Brookline, MA 02445
CONTACT INFORMATION: Anthony Guigli CONTRACT INFORMATION: PROJECT: SCOPE: Roofing work at various public buildings.

Design of roof repairs and/or roof replacement at various public buildings. Includes design, bid and construction administration services. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/10/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 2/23/11 Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

CR-1

Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 12/31/11 $560,000

Chester, Town of 15 Middlefield Rd. Chester, MA 01011

CONTACT INFORMATION: Erica Johnson CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 413-781-6045

FAX: 413-732-2593 EMAIL: ejohnson@pvpc.org

Design and engineering for water main replacement, Route 20. Design and engineering services to prepare final plans/specifications for replacement of 1,550 lf of water main, construction administration/monitoring services. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/10/11 @ 3:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 2/23/11 at 10:00 A.M. Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER:

28-1 & 2 Brady & Carlson Negotiated $5,000 $100,000

Framingham, Town of Housing Authority 1 John J. Brady Drive Framingham, MA 01760


CONTACT INFORMATION: Ben Yeskey CONTRACT INFORMATION: PROJECT: SCOPE:

**REVISED**

Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 6 - Months PHONE: 508-879-7562 ext. 221 FAX: EMAIL: byeskey@framha.org

Upgrade smoke detector system and additional convenience outlet in 28 two-bedrooms.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Planner Space Planner Programmer Project Manager

DEADLINE FOR APPLICATION FORM: 3/9/11 @ 3:00 P.M.

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION Please submit a resume with past qualifications, which should include experience with Housing Authorities and Federal Properties.

CR-1

Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: PHONE: 978-448-1150 FAX: 978-448-1159 EMAIL: tlemire@grotonelectric.org

Groton, Town of Electric Cooperative (GEC) 23 Station Ave. Groton, MA 01450


CONTACT INFORMATION: Tammi Lemire CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Planner Space Planner Programmer

The Groton Electric Cooperative (GEC) invites sealed bids for Design and Engineering Services for new Office and Garage Facilities.

DEADLINE FOR APPLICATION FORM: 3/25/2011 @ 2:00 p.m. Project Manager

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

Above agency address or by contacting Tammi Lemire at 978-448-1150.

Site Walk: 3/9/11 at 10:00 A.M. or upon request.

ADDITIONAL INFORMATION Sealed bids must be received at the above agency address by the deadline. Bids will be opened and read aloud on 3/25/11 at 2:00 P.M. GEC specifically reserves the right to reject any and all bids, waive any irregularities or informalities or to accept any bid deemed to be in the best interest of the GEC.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 11/1/13 PHONE: 781-294-1316 FAX: 781-294-7684 EMAIL: cseelig@town.halifax.ma.us

2011-01 Negotiated $1.5 Million - $2 Million

Halifax, Town of Office of the Town Administrator 499 Plymouth St. Halifax, MA 02338
CONTACT INFORMATION: Charlie Seelig CONTRACT INFORMATION: PROJECT: SCOPE: Owner's Project Manager for Council on Aging Center.

Project Management Services for the design of a new Council on Aging to replace the existing Council on Aging. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/9/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 2/23/11 at 9:00 A.M. Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

3/2/11 at 10:00 A.M.

ADDITIONAL INFORMATION

CR-1

Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 11/1/13 PHONE: 781-294-1316 FAX: 781-294-7684 EMAIL: cseelig@town.halifax.ma.us

2011-02 Negotiated $1.5 Million - $2 Million

Halifax, Town of Office of the Town Administrator 499 Plymouth St. Halifax, MA 02338
CONTACT INFORMATION: Charlie Seelig CONTRACT INFORMATION: PROJECT: SCOPE: Architect for Council on Aging Center.

Architectural and engineering design services, bidding and construction administration for new Senior Center. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/23/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 2/23/11 at 9:00 A.M. at www.town.halifax.ma.us/ifbrfp.html Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

3/10/11 at 10:00 A.M

ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: May 2011 - June 2012

RFQ021.11 Negotiated $3,000 $100,000

Haverhill, City of 4 Summer St. Haverhill, MA 01830

CONTACT INFORMATION: Robert DeFusco CONTRACT INFORMATION: PROJECT: SCOPE: Facade Improvement Program.

PHONE: 978-420-3606

FAX: 978-521-4348 EMAIL: rdefusco@cityofhaverhill.com

The City is seeking architectural consultant for a Faade Improvement Program to generate economic revitalization by offering assistance to owners to improve the appearance of their storefronts. Anticipates four Faade Improvement Projects annually. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/17/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Online at www.ci.haverhill.ma.us or www.comm-pass.com. Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

ADDITIONAL INFORMATION The City reserves the right to reject any and all bids in whole or in part and to waive informalities that are in the City's best interests.

CR-1

Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: Spring 2011 - Summer 2013 PHONE: 508-417-9385 FAX: 508-497-9833 EMAIL: rdumas@hopkinton.k12.ma.us Negotiated $38,500,000

Hopkinton, Town of Public Schools 89 Hayden Rowe St. Hopkinton, MA 01748


CONTACT INFORMATION: Ralph O. Dumas, Jr CONTRACT INFORMATION: PROJECT: SCOPE:

Construction Manager at Risk Consulting Services for Hopkinton Elementary School Project. Consultant will assist the Owner's Project Manager intermittently with project setup, CMR selection, design phase performance, GMP development, construction phase performance. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/11/11 @ 12:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor CM at Risk Consultant 2/23/11

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

ADDITIONAL INFORMATION CM at Risk experience required.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: PHONE: 781-598-4000 FAX: 781-477-7031 EMAIL: mdonovan@ci.lynn.ma.us Negotiated

Lynn, City of Inspectional Services Department 3 City Hall Square Room 401 Lynn, MA 01901
CONTACT INFORMATION: Michael J. Donovan, P.E./Building Commissioner CONTRACT INFORMATION: PROJECT: SCOPE:

Statement of Qualification for On-Call Environmental Consulting Services. Environmental surveys, work plans, preparation of specs for remediation plans for hazardous materials as required in City of Lynn municipal and school buildings. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/16/11 @ 4:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

Massachusetts Registration/Certification 2/23/11 at the above agency address.

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

CR-1

Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: Design: March 2011 - May 2011 FAX: 508-764-5425 EMAIL: cacly@southbridgemass.org Negotiated $300,000.00

Southbridge, Town of Economic Development and Planning Department 41 Elm St. Southbridge, MA 01550
CONTACT INFORMATION: Cassandra Acly CONTRACT INFORMATION: PROJECT: SCOPE: Final Engineering/Design for Henry St. PHONE: 508-764-5402

Engineering services to prepare bidding/construction documents for reconstruction of Henry St. roadway and sidewalk. Preliminary engineering has been completed. Roadway is approximately 600 Linear Feet. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/15/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 2/23/11. Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

3/8/11 at 10:00 A.M. in the GAR Hall.

ADDITIONAL INFORMATION RFP Packets cannot be emailed or faxed. Respondents may receive packets free of charge in person, by US Post or by providing courier account information.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: March 2011 - September 2011 PHONE: 508-764-5402 FAX: 508-764-5425 EMAIL: cacly@southbridgemass.org Negotiated

Southbridge, Town of Redevelopment Authority c/o Economic Development and Planning 41 Elm St. Southbridge, MA 01550
CONTACT INFORMATION: Cassandra Acly CONTRACT INFORMATION: PROJECT: SCOPE:

Downtown Traffic Circulation Study in support of a Downtown Revitalization Plan. Consultant will establish existing conditions and confirm or recommend improvement strategies in a targeted section of Southbridge downtown. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/14/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Traffic Circulation Expert 2/23/11

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

3/9/11 at 10:00 A.M. at the GAR Hall.

ADDITIONAL INFORMATION RFP Packets cannot be emailed or faxed. Responders may receive the packet free of charge in person, by US Post or by providing courier account information.

CR-1

Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 6 - 9 Months

none Negotiated $175,000

Greater Lawrence Sanitary District 240 Charles St. North Andover, MA 01845

CONTACT INFORMATION: Richard Weare CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 978-685-1612

FAX: 978-685-7790 EMAIL: rweare@glsd.org

Improvements to existing freight Elevator. Prepare report on required improvements, prepare necessary procurement documents, provide construction oversight services. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/11/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 2/25/11 Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

ADDITIONAL INFORMATION This work is being done to comply with findings of a State Inspection report. Time will be of the essence.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: 1 year Negotiated $141,500 N/A

Pioneer Valley Planning Commission (PVPC) 60 Congress Street, 1st Floor Springfield, MA 01104

CONTACT INFORMATION: Andrew Loew CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 413 781-6045

FAX: EMAIL: aloew@pvpc.org

Chicopee West End Neighborhood Brownfields Planning Project Design services to plan revitalization of brownfields in the West End of downtown Chicopee, MA. Includes study of land use, environment, and infrastructure, a market study, and an implementation plan. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/24/11 @ 3:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

Economic Analyst; Environmental Professional 2/23/11

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

ADDITIONAL INFORMATION Project funded by US EPA Brownfields Area Wide Planning pilot grant program. PVPC is the awarding and contracting authority, in consultation with the City of Chicopee. RFP is available at PVPC's front desk, 413 7816045. Rule for Award is detailed in RFP.

CR-1

Public projects where the construction cost is estimated to exceed $100,000. Published two weeks prior to application deadline.

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: PHONE: 617-568-5950 FAX: 617-568-5998 EMAIL: bdecourcy@massport.com

AP1202-S1 $200,000

Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston, MA 02128
CONTACT INFORMATION: Jacki Wilkins CONTRACT INFORMATION: PROJECT: SCOPE:

FY12-15 Environmental Management System (EMS) Development and Maintenance. Consultant to provide environmental management systems consulting services at all Massport facilities. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 3/17/11 @ 12:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Request for Qualifications

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Ayer, Town of Department of Public Works Administrative Office 25 Brook St. Ayer, MA 01432
PROJECT: Filter Media Replacement, Spectacle Pond Water Treatment Facility. CONTACT INFORMATION Daniel Nason
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$150,000

PHONE: 978-772-8240

FAX: 978-772-8244 EMAIL: dpw@ayer.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 9:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 3/1/11 at 9:00 A.M. at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Ayer, Town of Board of Selectmen 1 Main St. Ayer, MA 01432

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$150,000.00

PROJECT: The Town is seeking proposals (RFPs) for the upgrade of the heating system of its 18,000 square foot, two-story, oil-heated wastewater treatment plant as part of an energy conservation grant awarded by the DOER. The work includes: Repair or replacement of steam traps and cabinet heaters; installation of steam control valves, aquastats on cabinet heaters, wireless thermostats and a network controller; replacement of weather stripping on doors; cutting and capping of steam piping; and the installation of SAT ceilings/partitions and destratification fans. All work must be completed by 6/30/11. CONTACT INFORMATION Robert A. Pontbriand, Town Administrator
(place, date and time)

PHONE: 978-772-8210

FAX: 978-772-3017 EMAIL: ta@ayer.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by contacting 978-772-8210 or ta@ayer.ma.us, 2/18/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/11/11 @ 4:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contract is subject to the approval of the Ayer Board of Selectmen. The Town reserves the right to cancel this RFP or reject in whole or in part any and all submittals if the Town determines that cancellation or rejection serves the best interests of the Town.

10

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Barnstable, Town of Housing Authority 146 South St. Hyannis, MA 02601

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

SB1632011 $50,000

PROJECT: Interior alterations and repairs to include plumbing, electrical, and heating work, finishes and all work as described within the detailed scope of work. CONTACT INFORMATION Sandee Perry
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 508-771-7222

FAX: 508-778-9312 EMAIL: sandee_perry@bha.barnstable.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 after 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory unit walk-through: 3/2/11 at 7:30 A.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Billerica, Town of Department of Public Works Engineering Division 365 Boston Rd. Room G09 Billerica, MA 01821

PROJECT NUMBER: AVELING WATER SCREEN REHAB ESTIMATED COST: CONTRACTOR QUALIFICATION:
(required for building contracts over $100,000 and highway contracts over $50,000)

$120,000

PROJECT: Traveling Water Screen Rehabilitation: The work for this project includes, but is not limited to, furnishing all labor, materials, equipment and incidentals required to remove, transport, repair, paint, reinstall, test, complete and ready for operation refurbished traveling water screens. CONTACT INFORMATION Kelley Conway
(place, date and time)

PHONE: 978-671-0955

FAX: 978-671-0958 EMAIL: kconway@town.billerica.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 3/1/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

4/5/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION A deposit of $100.00 will be required for each set of Contract Documents in the form of a check, payable to the Town of Billerica, Massachusetts. A non-refundable $50.00 mailing and handling fee will be charged to those requesting that Contract Documents be mailed.

11

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Boston, City of Public Facilities Department 26 Court St. 10th Floor Boston, MA 02108

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

6952A $200,000.00 DCAM Certificate

PROJECT: Interior Repairs at 1010 Massachusetts Ave. Work includes interior drywall repair,insulation, wall preparation to receive finishes, painting, new window treatments. CONTACT INFORMATION Bid Counter PHONE: 617-635-4809 EMAIL: FAX: 617-635-0555

(required for building contracts over $100,000 and highway contracts over $50,000)

PLANS/SPECIFICATIONS AVAILABLE Bid Counter at the above agency address, 2/21/11. Office Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION DCAM Certification Category: General Building Construction.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Public Schools Office of Facilities Management 26 Court St. 2nd Floor Boston, MA 02108

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $250,000.00 DCAM Certificate

PROJECT: Partial Masonry Restoration to the Patrick Gavin School. Includes but not limited to temporary conditions, selected demolition, clearing drain lines, masonry restoration, caulking and all related work in accordance with the plans and specifications. CONTACT INFORMATION Virginia O'Brien PLANS/SPECIFICATIONS AVAILABLE Above agency address, 3/10/11.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-635-9125

FAX: 617-635-9252 EMAIL: vobrien@boston.k12.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/25/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

12

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Boston, City of Parks and Recreation Department 1010 Massachusetts Ave. 3rd Floor Boston, MA 02118

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CPR 23198 $275,000.00

PROJECT: Improvements to Brewer-Burroughs Play Area, Jamaica Plain, 2011. Scope of work includes furnishing all labor, materials and equipment necessary for construction including concrete unit paving, play equipment, safety surfacing, drainage improvements, precast concrete curbing, concrete wall repair, ornamental metal fencing, site furnishings and landscaping. CONTACT INFORMATION Cathy Baker-Eclipse PLANS/SPECIFICATIONS AVAILABLE 2/22/11 after 9:00 A.M.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-961-3058 EMAIL:

FAX:

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Plans and Specs will be available for a non-refundable $100 fee for each set in the form of Certified Bank Check or Money Order, payable to the City of Boston.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Parks and Recreation Department 1010 Massachusetts Ave. 3rd Floor Boston, MA 02118

PROJECT NUMBER: ESTIMATED COST: $35,000/Year, 2nd & 3rd year options CONTRACTOR QUALIFICATION:
(required for building contracts over $100,000 and highway contracts over $50,000)

PROJECT: Landscape Maintenance Services for Christopher Columbus Park and Doherty Park, Boston, Spring 2011. Scope of Work includes mowing, trimming, mulch, edging, weed removal, soil amendments, aeration, overseeding, irrigation monitoring and repair. CONTACT INFORMATION Michele Folts PLANS/SPECIFICATIONS AVAILABLE 2/22/11 at 9:30 A.M.
(place, date and time)

PHONE: 617-961-3025

FAX: EMAIL: michele.folts@cityofboston.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Specifications will be available for a $50 non-refundable fee in the form of Certified Bank Check or Money order, payable to the City of Boston

13

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Boston, City of Parks and Recreation Department 1010 Massachusetts Ave. 3rd Floor Boston, MA 02118

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$40,000

PROJECT: Artificial Turf Line Striping, City-Wide, Boston, 2011. Scope of Work: Stripe synthetic turf fields for a variety of different sport venues throughout the City of Boston. CONTACT INFORMATION Michele Folts PLANS/SPECIFICATIONS AVAILABLE 2/22/11 at 9:30 A.M.
(place, date and time)

PHONE: 617-961-3025

FAX: EMAIL: michele.folts@cityofboston.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Specifications will be available for a non-refundable $50 fee in the form of a Certified Bank Check or Money Order, payable to the City of Boston.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Parks and Recreation Department 1010 Massachusetts Ave. 3rd Floor Boston, MA 02118
PROJECT: Granary Burying Ground Landscape Restoration. CONTACT INFORMATION Kelly Thomas PLANS/SPECIFICATIONS AVAILABLE 2/22/11 at 9:30 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-961-3025 EMAIL:

FAX:

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Plans and Specifications will be available for a $100 non-refundable fee in the form of Certified Bank Check or Money Order, payable to the City of Boston.

14

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Boston, City of Public Schools Office of Facilities Management 26 Court St. 2nd Floor Boston, MA 02108

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $1,350,000.00 DCAM Certificate

PROJECT: Historical Masonry Restoration to the Charles Taylor School. Includes but not limited to temporary conditions, site work, paving, selected demolition, clearing drain lines, masonry restoration, caulking, plastering, painting and all related work in accordance with the plans and specifications. CONTACT INFORMATION Virginia O'Brien PLANS/SPECIFICATIONS AVAILABLE Above agency address, 3/9/11.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-635-9252

FAX: 617-635-9252 EMAIL: vobrien@boston.k12.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

3/23/11 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/30/11 @ 12:00 P.M.

SUB BID CATEGORIES: Painting ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Public Schools Office of Facilities Management 26 Court St. 2nd Floor Boston, MA 02108

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $875,000.00 DCAM Certificate

PROJECT: Swimming Pool Renovations at the Joseph Lee and Josiah Quincy Schools. Includes but is not limited to selected demolition finish carpentry, metal doors and frames, finish hardware, ceramic tile, painting, new phenolic lockers and benches, new special needs access lifters, new filtration system, new dehumidification system, plumbing and electric. CONTACT INFORMATION Virginia O'Brien PLANS/SPECIFICATIONS AVAILABLE Above agency address, 3/9/11.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-635-9252

FAX: 617-635-9252 EMAIL: vobrien@boston.k12.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

3/24/11 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/31/11 @ 12:00 P.M.

SUB BID CATEGORIES: HVAC ADDITIONAL INFORMATION

15

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Boston, City of Public Schools Office of Facilities Management 26 Court St. 2nd Floor Boston, MA 02108

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $225,000.00 DCAM Certificate

PROJECT: Dual Temperature Water Piping Replacement, Richard T. Murphy School: Removal and Replacement of dual water piping mains below building; New piping risers to unit ventilators above; New balancing and shutoff valves, Isolation valves, New pipe insulation. CONTACT INFORMATION Virginia O'Brien PLANS/SPECIFICATIONS AVAILABLE Above agency address, 3/8/11.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-635-9252

FAX: 617-635-9252 EMAIL: vobrien@boston.k12.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/22/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Public Schools Office of Facilities Management 26 Court St. 2nd Floor Boston, MA 02108

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $285,000.00 DCAM Certificate

PROJECT: Masonry, Waterproofing and Site Improvements at the Woodrow Wilson School, 18 Craftland Ave., Dorchester. In general includes, but is not limited to the following: Demolition; excavation; waterproofing; paving; landscaping. CONTACT INFORMATION Virginia O'Brien PLANS/SPECIFICATIONS AVAILABLE Above agency address, 3/2/11.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-635-9252

FAX: 617-635-9252 EMAIL: vobrien@boston.k12.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/16/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

16

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Braintree, Town of Office of the Chief of Staff and Operations One J.F.K. Memorial Drive 2nd Floor Braintree, MA 02184

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

11-01 $2,025,000 DCAM Certificate

PROJECT: The Town of Braintree bid invites bids for the lay-out and construction of athletic field improvements at Braintree High School. Specifically the Town seeks bids that include preliminary design, engineering, site preparation, excavation, drainage, sub-base preparation, installation, striping and painting of both a synthetic turf field at the site of the current football field suitable for use for football, soccer and lacrosse and a synthetic turf surface measuring 210 feet by 345 feet suitable for use for soccer, lacrosse and field hockey. CONTACT INFORMATION Peter J. Morin, Chief of Staff & Operations
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 781-794-8110

FAX: 781-794-8128 EMAIL: pmorin@braintreema.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 8:30 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/28/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Braintree, Town of Public Schools Business Office 348 Pond St. Braintree, MA 02184

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $750,000.00 DCAM Certificate

PROJECT: Window Replacement at the following three schools: Morrison Elementary School, 260 Liberty St., Braintree; Highlands Elementary School, 144 Wildwood Ave., Braintree; Hollis Elementary School, 482 Washington St., Braintree. CONTACT INFORMATION Heather Parke
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 781-871-9804

FAX: 781-871-9805 EMAIL: hparke@habeebarch.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION A $50.00 deposit is required for bid documents in the form of cash, a certified check, treasurers or cashiers check (Personal and company checks will not be accepted), payable to the Town of Braintree/Braintree Public Schools. Sealed general bids will be received at the above agency address. All parties desiring to submit general bids must submit with their bids a copy of the Contractor's DCAM certificate of eligibility and a DCAM Update Statement for the work category: Windows.

17

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Braintree, Town of Housing Authority 25 Roosevelt St. Braintree, MA 02184


PROJECT: Boiler/Furnace Replacements, Scattered (705-1&2) Sites for Braintree Housing Authority. CONTACT INFORMATION Ravi Addanki PHONE: 508-884-5094

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DHCD #040037 $64,845.00

(required for building contracts over $100,000 and highway contracts over $50,000)

FAX: 508-884-5099 EMAIL: raddanki@crowleyeng.com

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.BidDocsOnline.com (may be viewed electronically and hardcopy requested), 2/23/11 after 12:00 (place, date and time) P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/15/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid walk-through for all the project sites: 3/2/11 at 10.00 A.M. at 285 Quincy Ave., Braintree, and then proceeding to the other project sites.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Braintree, Town of Public Schools Business Office 348 Pond St. Braintree, MA 02184
PROJECT: Roof Replacement at Braintree High School, 128 Town St., Braintree. CONTACT INFORMATION Heather Parke
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $350,000.00 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 781-871-9804

FAX: 781-871-9805 EMAIL: hparke@habeebarch.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site walk-through: 2/28/11 at 10:00 A.M. at the main entrance door/lobby of the Braintree High School. Deadline for questions is 3/2/11 at 2:00 P.M. Questions will be answered in Addenda issued to those who have obtained drawings and project manuals from the Braintree Public Schools. A $50.00 deposit is required for bid document in the form of cash, a certified check, treasurers or cashiers check (Personal and company checks will not be accepted), payable to the Town of Braintree/Braintree Public Schools. Sealed general bids will be received at the above agency address. All parties desiring to submit general bids must submit with their bids a copy of the Contractor's DCAM certificate of eligibility and a DCAM Update Statement for the work category: Roofing.

18

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Braintree, Town of Public Schools Business Office 348 Pond St. Braintree, MA 02184
PROJECT: Window Replacement at East Middle School, 305 River St., Braintree. CONTACT INFORMATION Heather Parke
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $1,360,000.00 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 781-871-9804

FAX: 781-871-9805 EMAIL: hparke@habeebarch.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site walk-through: 2/28/11 at 11:00 A.M. at the main entrance door/lobby of the East Middle School. Deadline for questions is 3/2/11 at 2:00 P.M. Questions will be answered in Addenda issued to those who have obtained drawings and project manuals from the Braintree Public Schools. A $50.00 deposit is required for bid document in the form of cash, a certified check, treasurers or cashiers check (Personal and company checks will not be accepted), payable to the Town of Braintree/Braintree Public Schools. Sealed general bids will be received at the above agency address. All parties desiring to submit general bids must submit with their bids a copy of the Contractor's DCAM certificate of eligibility and a DCAM Update Statement for the work category: Windows.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Brockton, City of Public Schools 43 Crescent St. Brockton, MA 02301


PROJECT: Energy management controls service that utilize Automated Logic Controls. CONTACT INFORMATION George Bezreh
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

1180-0116 $30,000.00

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 508-580-7503

FAX: 508-580-7587 EMAIL: michaelbandis@bpsma.org

PLANS/SPECIFICATIONS AVAILABLE Online at http://brocktonpublicschools.com/page.cfm?p=64, 2/23/11 at 1:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

19

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Chicopee, City of Engineering Department 115 Baskin Drive Chicopee, MA 01013


PROJECT: School St. area road reconstruction and West St. resurfacing. CONTACT INFORMATION Brian Salamon Purchasing Agent
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

11/03 $830,000.00

PHONE: 413-594-1557

FAX: 413-594-1577 EMAIL: bsalamon@chicopeema.gov

PLANS/SPECIFICATIONS AVAILABLE Purchasing Department, 274 Front St., Chicopee, MA 01013, Monday - Friday, 8:00 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contact the City Engineering Department with any questions at 413-594-3416.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Chicopee, City of Police Department 80 Church St. Chicopee, MA 01013

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

quotes $14,000

PROJECT: Replacement of target retrieval system at the shooting range at Chicopee Police Department. CONTACT INFORMATION Brian Salamon, Purchasing Agent PHONE: 413-594-1557

FAX: 413-594-1577 EMAIL: bsalamon@chicopeema.gov

PLANS/SPECIFICATIONS AVAILABLE Purchasing Department, 274 Front St., Chicopee, MA 01013, 2/23/11. Office Hours: Monday - Friday, 8:00 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contact Lt. Higgins, Chicopee Police Department at 413-594-1730.

20

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Concord, Town of Public Works Department 135 Keyes Rd. Concord, MA 01742
PROJECT: White Pond Replacement Wells. CONTACT INFORMATION Ryan Allgrove. P.E. PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

1933 $250,000 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-577-1439

FAX: 978-692-4578 EMAIL: ryan.allgrove@stantec.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

3/9/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/18/11 @ 2:00 P.M.

SUB BID CATEGORIES: Electrical ADDITIONAL INFORMATION Refundable Deposit is $75.00, Non-Refundable Handling Fee is $50.00, in the form of two Separate Checks, payable to the Town of Concord.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Duxbury, Town of Inspectional Services 878 Tremont St. Duxbury, MA 02332


PROJECT: Construction of a Crematory and Cemetery Office Building. CONTACT INFORMATION Scott J. Lambiase, Director of Inspectional Services PHONE: 781-934-1100 ext. 146

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2011-002 $1,750,000 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

FAX: 781-934-1118 EMAIL: Woods@town.duxbury.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11. Office Hours: Monday, 8:00 A.M. - 7:00 P.M.; Tuesday - Thursday, 8:00 A.M. - 4:00 P.M.; Friday, 8:00 A.M. - 12:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

3/17/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/24/11 @ 2:00 P.M.

SUB BID CATEGORIES: Masonry, Misc.Metals,Roofing & Flashing, Painting, Waterproofing, Glass & Glazing, Tile, Plumbing, Electrical, HVAC, Metal Windows ADDITIONAL INFORMATION Pre-bid conference/walk through/Q&A session: 3/2/11 at 1:30 P.M. at the Duxbury Cemetery Office, 774 Tremont St., Duxbury. Bidders may obtain printed sets of the bid documents by contacting BFS Business Printing at south@bfsdocs.com. Bidders that wish to do so must pay BFS Business Printing for the cost of production and shipping as applicable.

21

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Fitchburg, City of Community Development Office 718 Main St. Fitchburg, MA 01420

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

141152-58500 $880,000

PROJECT: Sheldon Street, Gateway Park Improvements. Work includes, but not limited to, site work, utility work, installation of small parking lot and pathways, development of a granite "amphitheatre", construction of community gardens, installation of benches and picnic tables and landscaping. Time for completion is no later than 6/24/11. CONTACT INFORMATION Amy Leblanc, Community Projects Planner PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 after 2:00 P.M.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-345-1018 ext. 13

FAX: 978-342-0161 EMAIL: Aleblanc@fitchburgma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 3/2/11 at 10:00 A.M. in the 2nd Floor Conference Room at the above agency address. Plan Deposit is $45.00, refundable if plans are returned within seven days after the bid opening. Mail Fee is $15.00 (nonrefundable).

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Foxborough, Town of Office of the Superintendent of Schools 60 South St. Foxborough, MA 02035
PROJECT: Painting at Foxborough High School, 120 South St., Foxborough. CONTACT INFORMATION Bernard Melone PLANS/SPECIFICATIONS AVAILABLE Bacson BluePrint, 508-875-4432.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $75,000.00 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 508-549-9906

FAX: 508-549-9907 EMAIL: bmelone@kba-architects.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 10:00 A.M.

SUB BID CATEGORIES: None ADDITIONAL INFORMATION Mandatory pre-bid conference: 3/2/11 at 3:00 P.M. at the Foxborough High School Auditorium. Deposit for plans is $100.00 per set in the form of a certified check or money order, payable to the Town of Foxborough, MA.

22

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Framingham, Town of Memorial Building 150 Concord St. Room 123 Framingham, MA 01702

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

6234

PROJECT: The Town of Framingham is accepting bids for general landscaping services on the grounds Old South Cemetery, Main Street Cemetery and Edwards Cemetery. Services include mowing, leaf removal, shrub trimming and related services CONTACT INFORMATION Christopher McGinty PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/16/11 at 10:00 A.M.
(place, date and time)

PHONE: 508-532-5960

FAX: 508-872-2591 EMAIL: cam@framinghamma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/30/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting: 3/16/11 at 10:00 A.M. at the Cushing Memorial Park, Dudley Rd., Framingham.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Framingham, Town of Memorial Building 150 Concord St. Room 123 Framingham, MA 01702

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

6235

PROJECT: The Town of Framingham is accepting bid proposals for general landscaping services on the grounds of the former Cushing Hospital property, encompassing an area of approximately 70 acres. Services include mowing, leaf removal, shrub trimming and related services. CONTACT INFORMATION Christopher McGinty PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/16/11 at 10:00 A.M.
(place, date and time)

PHONE: 508-532-5960

FAX: 508-872-2591 EMAIL: cam@framinghamma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/30/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting: 3/16/11 at 10:00 A.M. at the Cushing Memorial Park, Dudley Rd., Framingham.

23

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Franklin, Town of Purchasing Office Municipal Building 355 East Central St. Room #206 Franklin, MA 02038

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2011-13 $1,105,000.00 Department of Highway

PROJECT: Franklin Downtown Roadway Improvement-includes drainage, concrete sidewalk, granite curb, paving and wiring. CONTACT INFORMATION Norma Collins, CPO
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 508-520-4918

FAX: 508-541-5253 EMAIL: ncollins@franklin.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 at 10:30 A.M. Plans available Monday - Thursday Only. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

03/17/2011 @ 10:30 am

SUB BID CATEGORIES: ADDITIONAL INFORMATION Information session: 3/2/11 at 10:30 A.M. in Chambers at the above agency address. Project per MassDOT approved official list. Mail fee is $100.00 (non-refundable), payable to the Town of Franklin. The Town will not participate in any overnight delivery services.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Gardner, City of Community Development and Planning 115 Pleasant St. Gardner, MA 01440
PROJECT: Window Replacement Project at 208 Coleman St. Extension, Gardner. CONTACT INFORMATION Jennifer Dymek
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$30,000

PHONE: 978-632-3800 ext. 1

FAX: 978-632-1905 EMAIL: jdymek@gardner-ma.gov

PLANS/SPECIFICATIONS AVAILABLE 2/22/11, Monday - Thursday, 8:00 A.M. - 4:30 P.M. and Friday, 8:00 A.M. - 11:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/15/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION $25 deposit/$5 mailing fee for plans. Plans available at www.gardner-ma.gov at no charge.

24

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Greenfield, Town of Department of Public Works 14 Court Square Room 24 Greenfield, MA 01301

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

11-2 $125,000

PROJECT: Provide and install energy efficient fiberglass windows to replace the existing windows in Town Hall. CONTACT INFORMATION Alan Twarog
(place, date and time)

PHONE: 413-772-1528 ext. 104

FAX: 413-773-9593 EMAIL: alant@greenfield-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11. Office Hours: Monday - Friday, 8:30 A.M. - 5:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/17/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Hanover, Town of Public Schools 188 Broadway Hanover, MA 02339


PROJECT: Boiler Replacement and associated work at the Salmond School Administration Building. CONTACT INFORMATION Lynn Stapleton
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $100,000 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 508-851-1266

FAX: 508-543-5157 EMAIL: lstapleton@maguiregroup.com

PLANS/SPECIFICATIONS AVAILABLE Maguire Group, Inc., 33 Commercial St., Foxborough, MA 02035, 2/23/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/17/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference: 3/3/11 at 3:00 P.M. at the Salmond Administration Building.

25

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Holbrook, Town of 50 North Franklin St. Holbrook, MA 02343

***REVISED***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

11-01 $350,000*** Department of Highway

PROJECT: Roadway improvements and installation of new traffic signal equipment at South Franklin St. and King Rd. including controller, mast arms, signal heads, signal posts, loop and microwave detection, pre-emption, borings, cement concrete and hot mix asphalt sidewalks and drives, ADA pedestrian ramps, milling and overlay, striping, some granite curb work and other work as described in the Bid Documents. CONTACT INFORMATION Alonzo McConnico
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-452-6775

FAX: 617-452-6775 EMAIL: mcconicoa@cdm.com

PLANS/SPECIFICATIONS AVAILABLE C.D.M., 50 Hampshire St., Cambridge, MA 02139, 2/9/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contractor to be pre-qualified with MassDOT for Highway Construction.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Holyoke, City of Gas and Electric Department 99 Suffolk St. Holyoke, MA 01040
PROJECT: Boiler Plant Insulation Annual Contract. CONTACT INFORMATION Yocelyn Delgado PHONE: 413-536-9308

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

10-49

DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

FAX: 413-552-0392 EMAIL: ydelgado@hged.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to ydelgado@hged.com, 2/23/11. Office Hours: Monday Friday, 8:30 A.M. - 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/11/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Prevailing Wage Rates apply. A bid deposit of $5,500 is required of all bidders. All bidders must be DCAM certified in the Asbestos Removal category and licensed by the Division of Occupational Safety. A Certificate of Eligibility is required. The successful bidder will be required to furnish Payment and Performance Bonds each in the amount of $110,000.

26

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Holyoke, City of Gas and Electric Department 99 Suffolk St. Holyoke, MA 01040
PROJECT: In-Situ Remediation Services, Former Mastex Facility. CONTACT INFORMATION Yocelyn Delgado PHONE: 413-536-9308

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

11-06

FAX: 413-552-0392 EMAIL: ydelgado@hged.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to ydelgado@hged.com, 2/23/11. Office Hours: Monday Friday, 8:30 A.M. - 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION The Invitation for Bid and Contract are subject to M.G.L. c.30 , 39M. All Bidders are required to submit a bid deposit equal to 5% of the total value of their bid. Prevailing Wage Rates apply. The successful bidder will be required to furnish Payment and Performance Bonds each equal to 100% of the total value of the contract.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Hopkinton, Town of Water Department P.O. Box 171 85 Wood St. Hopkinton, MA 01748
PROJECT: Automatic Radio Meter Reading. CONTACT INFORMATION Eric Carty
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$500,000

PHONE: 508-497-9765

FAX: 508-497-9767 EMAIL: ericcarty@verizon.net

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request, Monday - Friday, 8:00 A.M. - 3:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/16/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

27

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Ipswich, Town of Purchasing Office 25 Green St. Ipswich, MA 01938


PROJECT: Essex Rd. Well Cleaning and Repair in Ipswich. CONTACT INFORMATION Frank Antonucci PHONE: 978-356-6608

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

FAX: 978-356-6616 EMAIL: franka@ipswich-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address during office hours or by email request to Frank Antonucci at franka@ipswichma.gov. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Technical questions must be directed to Vicki Halmen, Ipswich Water Department at 978-356-6635.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Ipswich, Town of Purchasing Office 25 Green St. Ipswich, MA 01938


PROJECT: Sedimentation Basin Concrete Repair. CONTACT INFORMATION Frank Antonucci PHONE: 978-356-6608

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

FAX: 978-356-6616 EMAIL: franka@ipswich-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address during office hours or by email request to Frank Antonucci at franka@ipswichma.gov. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 3:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Please contact Vicki Halmen, Ipswich Water Dept. to answer technical questions at 978-356-6639.

28

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Lawrence, City of Community Development Department 225 Essex St. 3rd Floor Lawrence, MA 01840

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$400,000

PROJECT: Converting three vacant City owned lots into community gardens. Site improvements include clearing and grubbing, excavation, filling and grading, landscape planting, site wall construction, raised bed construction and irrigation installation. CONTACT INFORMATION Susan Fink PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 at 8:30 A.M.
(place, date and time)

PHONE: 978-620-3514

FAX: 978-722-9440 EMAIL: sfink@cityoflawrence.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Deposit is $25 per plan/spec set in the form of a certified or cashier's check. A separate payment of $15 per set is required to have plans/specs mailed.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Lawrence, City of Department of Public Works 200 Common St. Room 201 Lawrence, MA 01840
PROJECT: Emergency Generator Major PM/Minor PM. CONTACT INFORMATION Michael D. Morley PHONE: 978-620-3371

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$50,000

FAX: EMAIL: pdenault@cityoflawrence.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by contacting Patti at pdenault@cityoflawrence.com, 2/23/11. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION This project is bid under M.G.L. c. 149. 5% bid deposit required. Provide cost for Major PM/Minor PM service and hourly rate for emergency services.

29

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Lee, Town of Office of the Town Administrator 32 Main St. Lee, MA 01238

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

10-180 $64,000

PROJECT: Various Improvements to the South Lee Fire Station and Post Office. Demolish and rebuild one exterior wall, all new vinyl windows, new exterior insulation and finish system (EIFS) whole building. CONTACT INFORMATION Robert Macintosh
(place, date and time)

PHONE: 413-448-8253

FAX: 413-448-8254 EMAIL: bmacintosh@bradleyarchitectsinc.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/23/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid site walk-through: 3/2/11 at 10:30 A.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Littleton, Town of Water Department 39 Ayer Rd. Littleton, MA 01460

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$60,000

PROJECT: Upgrades to and modifications of the backwash recovery system at the Littleton Water Department's water treatment plant. The Work of this Contract consists of modifications to the backwash recovery system including the installation of tank interior and exterior ductile iron pipework, a stainless steel floating decant assembly, replacement of two existing submersible pumps, installation of two new variable frequency drives, installation of miscellaneous instrumentation, valves and electrical work, as well as modifications to the secondary membrane system inside the facility including installation of new flow meter, variable frequency drive and removal, reassembly and addition of stainless steel piping. CONTACT INFORMATION Kevin Goddard
(place, date and time)

PHONE: 978-540-2222

FAX: 978-742-4918 EMAIL: kgoddard@lelwd.com

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue Print, 433 Main St, Hudson, MA, 2/23/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Deposit is $50 per set of specifications and plans in the form of a check, payable to Tata & Howard, Inc.

30

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Lynn, City of ***RE-BID*** Water and Sewer Commission Purchasing Department 400 Parkland Ave. Lynn, MA 01905

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Re-bid CWSRF-3398 $2,280,000.00

PROJECT: Wind Turbine Generator Project: Furnish and Construction at the Lynn Regional Water Pollution Control Facility. CONTACT INFORMATION Purchasing Department
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 781-596-2400

FAX: 781-595-1420 EMAIL: bdumas@lynnwatersewer.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11, 8:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 3/1/11 at the WWTP, 2 Circle Ave., Lynn. Call Robert Tina for Directions/Site Visit at 781-5927048. Plans/specs are not available by email. Deposit for plans is $50.00. Plans/Specs must be picked up or a FedEx number must be provided for mailing.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Mansfield, Town of Housing Authority 22 Bicentennial Court Mansfield, MA 02048

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $319,328.00 DCAM Certificate

PROJECT: The demolition, removal and replacement of 11 existing gas-fired atmospheric boilers and gas-fired domestic water heaters at the Cedar Court Apartments, 41 Dean St. and Hawthorne Court Family Units and six existing gas-fired furnaces and gas-fired domestic water heaters at the Eddy Street Single Family Units. CONTACT INFORMATION Michael Forbes PHONE: 508-339-6890 FAX: EMAIL: mansfield.housing@verizon.net

(required for building contracts over $100,000 and highway contracts over $50,000)

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com, 2/23/11 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

3/10/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/24/11 @ 2:00 P.M.

SUB BID CATEGORIES: Plumbing ADDITIONAL INFORMATION Pre-bid Conference/Site Visit: 3/1/11 at 10:00 A.M. at the Cedar Court Apartments, Cedar Court, Mansfield. For an appointment, call Michael Forbes at 508-339-6890. Plan deposit is $50 per set, $50 for each additional set (nonrefundable). Mailing fee is $40.00 per set (non-refundable), payable to BidDocs Online.

31

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Marblehead, Town of Village Building Oversight Committee 9 Widger Rd. Marblehead, MA 01945
PROJECT: Brick Repointing at Village School, 93 Village St., Marblehead. CONTACT INFORMATION Joel G. Seeley, AIA
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

08090.02 $190,000 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-547-5400

FAX: 617-354-5758 EMAIL: jseeley@smma.com

PLANS/SPECIFICATIONS AVAILABLE B.F.S. Business Printing, 76 South St., Boston, MA 02116, 617-482-7770, 2/16/11 at 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 3:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 2/22/11 at 3:00 P.M. in the auditorium of the Village School, 93 Village St., Marblehead. Bidders are invited and encouraged to attend this meeting. Deposit for documents is $20 in the form of Certified, treasurer's or cashier's checks, payable to the Town of Marblehead.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Marblehead, Town of Village Building Oversight Committee 9 Widger Rd. Marblehead, MA 01945
PROJECT: Window Replacement at Village School, 93 Village St., Marblehead. CONTACT INFORMATION Joel G. Seeley, AIA
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

08090.02 $250,000 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-547-5400

FAX: 617-354-5758 EMAIL: jseeley@smma.com

PLANS/SPECIFICATIONS AVAILABLE B.F.S. Business Printing, 76 South St., Boston, MA 02116, 617-482-7770, 2/16/11 at 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 3:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 2/22/11 at 3:00 P.M. in the auditorium of the Village School, 93 Village St., Marblehead. Bidders are invited and encouraged to attend this meeting. Deposit for plans is $20.00 in the form of Certified, treasurer's or cashier's check, payable to the Town of Marblehead.

32

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Marshfield, Town of Department of Public Works 870 Moraine St. Marshfield, MA 02050

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2011-26 $1,250,000

PROJECT: Surf Ave. Seawall Repair Project, Phase 2. Reconstruction of approximately 415 feet of concrete seawall. CONTACT INFORMATION Rod Procaccino PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 at 2:00 P.M.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 781-834-5575

FAX: 781-837-7163 EMAIL: rprocaccino@townofmarshfield.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/17/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 3/10/11 at 11:00 A.M. $25 refundable deposit, $20 non-refundable mailing fee or recipient's FedEx number.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Methuen, City of 41 Pleasant St. Methuen, MA 01844

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CWSRF-3395 $500,000

PROJECT: Bolduc St., Burnham Rd. and Jackson St. Areas Sewer Rehabilitation. The work of this Contract includes furnishing all labor, materials, equipment and incidentals required to perform rehabilitation of the existing sewer system in the Bolduc St., Burnham Rd. and Jackson St. areas in the City of Methuen. Sewer rehabilitation work includes, but is not limited to, the following: Chemical root removal; preparatory cleaning of existing sewers and sewer manholes; testing pipe joints in existing sewers; sealing and retesting pipe joints and service connections in existing sewers; installation of cured in place spot repairs; installation of cured in place pipe lining; protruding tap removal; partial sewer pipe replacement (spot repairs); manhole rehabilitation; television inspection; bypass pumping; all related work. CONTACT INFORMATION Daniel Guglielmi
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-452-6648

FAX: 617-452-6648 EMAIL: guglielmidj@cdm.com

PLANS/SPECIFICATIONS AVAILABLE C.D.M., 50 Hampshire St., Cambridge, MA 02139, 2/23/11 after 11:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

33

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Middleton, Town of Memorial Hall 48 South Main St. Middleton, MA 01949

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

06491.22 $15,000

PROJECT: Construction work for Acoustic Treatment Installation at the Flint Public Library Story Hour Room. The project consists of furnishing and installing new fabric wrapped acoustic insulation panels on the underside of the existing sloped gypsum wallboard ceiling. CONTACT INFORMATION Rick Rice
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-426-2858

FAX: 617-426-1457 EMAIL: r.rice@dinisco.com

PLANS/SPECIFICATIONS AVAILABLE DiNisco Design Partnership, Ltd., 87 Summer St., Boston, MA 02110, 2/23/11 after 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/24/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bid Documents will be available free charge. Mailing fee for bid documents is $10.00 per set ($20 per set for overnight delivery service) in the form of a check (company check is acceptable), payable to DiNisco Design Partnership, Ltd.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Milton, Town of Department of Public Works 629 Randolph Ave. Milton, MA 02186

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

W11-1 $700,000.00

PROJECT: Watermain Construction, Bradford Rd., Governors Rd., Pillon Rd., Pleasant St. and Taff Rd. CONTACT INFORMATION Dale Horsman
(place, date and time)

PHONE: 617-898-4870

FAX: 617-698-1290 EMAIL: dhorsman@townofmilton.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/28/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/25/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Optional pre-bid meeting: 3/9/11 at 10:00 A.M. in the Blute Conference Room in the basement of Milton Town Hall, 525 Canton Ave., Milton.

34

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Natick, Town of 13 East Central St. Natick, MA 01760

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$50,000

PROJECT: Catch Basin Cleaning. CONTACT INFORMATION Christopher Bradley


(place, date and time)

PHONE: 508-647-6438

FAX: EMAIL: cbradley@natickma.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to cbradley@natickma.org, 2/15/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Needham, Town of Department of Public Facilities Operations Administrative Office 470 Dedham Ave. 2nd Floor Needham, MA 02492

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

11PFO-635BX $40,000

PROJECT: The Town of Needham invites sealed bids for Fire Alarm and Sprinkler System Service and Maintenance Agreement for a one year period, renewable up to two additional years for all fire alarm and sprinkler systems within the Needham Schools and Municipal Buildings. CONTACT INFORMATION Carys Lustig
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 781-455-0442 ext. 266

FAX: 781-453-2510 EMAIL: clustig@needhamma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, by calling 781-455-0442 ext. 266 or online at http://needhamma.gov, 2/24/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/18/11 @ 10:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory pre-bid conference: 3/9/11 at 10:30 A.M. in the Charles River Room at the PSAB, 500 Dedham Ave., Needham. All bids must be accompanied by a bid deposit of not less than 5% of the value of the bid. Payment Bond and Insurance Coverage are required at time of award. Bids are subject to M.G.L. c. 149. Payment Bond and Insurance Coverage required at time of award.

35

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

New Bedford, City of Purchasing Department 133 William St. Room 208 New Bedford, MA 02740

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

186 $4,500,000.00 Department of Highway

PROJECT: Class I Bituminous Concrete Pavement Type I-1, Class I Dense Bituminous Concrete Type S.T., Class I Bituminous Concrete Binder Course, Concrete Sidewalk Reconstruction and Other Related Work. CONTACT INFORMATION Jennifer Ventura PHONE: 508-979-1433 FAX: 508-991-6148 EMAIL: jennifer.ventura@newbedford-ma.gov

(required for building contracts over $100,000 and highway contracts over $50,000)

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11. Office Hours: Monday - Thursday, 8:00 A.M. 4:00 P.M.; Friday, 8:00 A.M. 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/23/11 @ 3:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Newburyport, City of 60 Pleasant St. Newburyport, MA 01950

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$100,000.00

PROJECT: Replacement of existing Harbormaster Fish Pier Docks. Furnish, deliver and install new floating dock system using existing gangways. CONTACT INFORMATION Paul Hogg
(place, date and time)

PHONE: 978-462-3746

FAX: EMAIL: phogg@cityofnewburyport.com

PLANS/SPECIFICATIONS AVAILABLE Harbormaster's Office, 22 Water St., Newburyport, MA 01950, 2/23/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION A Non-mandatory pre-bid meeting will be held the week of 3/1/11. Please refer to bid documents for date, time and place.

36

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Newton, City of 1000 Commonwealth Ave. Room 204 Newton Centre, MA 02459

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

11-64 $3,491,000

PROJECT: Old Farm Road Water and Sewer Improvements Project. CONTACT INFORMATION Rositha Durham, Chief Procurement Officer
(place, date and time)

PHONE: 617-796-1220

FAX: 617-796-1227 EMAIL: purchasing@newtonma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.ci.newton.ma.us/bids, 2/24/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 10:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION 5% Bid Surety Required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Newton, City of 1000 Commonwealth Ave. Room 204 Newton Centre, MA 02459

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

11-65 $175,000 DCAM Certificate

PROJECT: Annual Epoxy Flooring Installation and Service Contract. CONTACT INFORMATION Rositha Durham, Chief Procurement Officer
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-796-1220

FAX: 617-796-1227 EMAIL: purchasing@newtonma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.ci.newton.ma.us/bids, 2/24/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION 5% Bid Surety Required. DCAM Category: Floor Covering.

37

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Newton, City of 1000 Commonwealth Ave. Room 204 Newton Centre, MA 02459

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

11-66 $250,000 DCAM Certificate

PROJECT: Annual Masonry, Pointing, Caulking and Damp Proofing Repairs Service Contract. CONTACT INFORMATION Rositha Durham, Chief Procurement Officer
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-796-1220

FAX: 617-796-1227 EMAIL: purchasing@newtonma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.ci.newton.ma.us/bids, 2/24/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 11:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION 5% Bid Surety Required. DCAM Category: Masonry.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Northborough, Town of Housing Authority 26 Village Drive Northborough, MA 01532


PROJECT: Replacement of remaining windows at the Colonial Village Development. CONTACT INFORMATION Mark Zuffante, Nault Architects PHONE: 508-755-6134

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

215023 $165,000.00 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

FAX: 508-754-4661 EMAIL: naultarchitects@verizon.net

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com, 2/23/11. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/17/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 3/10/11, 2:00 P.M. - 3:00 P.M. Plan deposit is $50 per set, payable to BidDocs Online. Contact BidDocs for mailing fees.

38

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Norton, Town of Water and Sewer Department P.O. Box 1168 70 East Main St. Norton, MA 02766

PROJECT NUMBER: ESTIMATED COST:

Contract No. 11-Mansfield Ave. $150,000

CONTRACTOR QUALIFICATION:
(required for building contracts over $100,000 and highway contracts over $50,000)

PROJECT: Mansfield Ave. municipal water main replacement. Approximately 1,100 LF of 12-inch water main, hydrants, valves, services and appurtenances. CONTACT INFORMATION Otter Creek Engineering, Inc.
(place, date and time)

PHONE: 802-382-8522

FAX: 802-382-8640 EMAIL: crawford@ottercrk.com

PLANS/SPECIFICATIONS AVAILABLE Otter Creek Engineering, Inc., P.O. Box 712, 404 East Main St., East Middlebury, VT 05740. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/30/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION $100 refundable deposit for drawings and specifications, $50 non-refundable handling and postage fee, payable to Otter Creek Engineering, Inc.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Quincy, City of 1305 Hancock St. Quincy, MA 02169

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$65,000.

PROJECT: Roof Maintenance and repairs. This will be a one year maintenance contract with a two year renewable option. CONTACT INFORMATION Kim Trillcott Caporale
(place, date and time)

PHONE: 617-376-1060

FAX: 671-376-1074 EMAIL: ktrillcott@quincyma.gov

PLANS/SPECIFICATIONS AVAILABLE Online at the City of Quincys website at www.quincyma.gov, 2/23/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/15/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION (Attn.: Kathryn R. Hobin.)

39

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Revere, City of Housing Authority 70 Cooledge St. Revere, MA 02151

***REVISED***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

20100512 $55,000 DCAM Certificate

PROJECT: Boiler Replacement at Revere Housing Authority, Cushman and Proctor Avenue. CONTACT INFORMATION Dennis O'Leary PHONE: 978-886-7270

(required for building contracts over $100,000 and highway contracts over $50,000)

FAX: 978-475-5768 EMAIL: doleary@rdkengineers.com

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.BidDocsOnline.com, 2/15/11. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/2/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid walk-through: 2/25/11***, 10:00 A.M. - 12:00 P.M. or call Peter Romano 617-573-1165 for an appointment (72 hours notice required). Plan deposit is $50.00 per set, payable to BidDocs Online, Inc. For mailed contract documents include check for $40 (UPS Ground) or $65 (UPS Overnight) per set, payable to BidDocs Online, Inc.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Springfield, City of Housing Authority 25 Saab Court Springfield, MA 01104

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DHCD #281081 $4,600,000.00 DCAM Certificate

PROJECT: Springfield Federalization Modernization, Reed Village 200-1 Family Housing, 49 Lionel Benoit Rd., Springfield. Renovations include Windows, Siding, Gutters, Downspouts and Site. CONTACT INFORMATION Timothy Murphy PHONE: 413-532-7464 FAX: 413-532-1788 EMAIL: tjm.tma@conversent.net

(required for building contracts over $100,000 and highway contracts over $50,000)

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749 or online at www.biddocsonline.com, 2/23/11 at 11:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

3/9/11 @ 11:00 A.M.

GENERAL BID DEADLINE:


(date and time)

3/17/11 @ 2:00 P.M.

SUB BID CATEGORIES: Polyvinyl Chloride Roofing & Electrical ADDITIONAL INFORMATION Site and Buildings will be available for inspection on 3/1/11, 10:00 A.M. - 12:00 P.M. Contact Jodi at 413-532-7464 for an appointment.

40

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Stoughton, Town of Housing Authority 4 Capen St. Stoughton, MA 02072

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MA 117 $35,000.

PROJECT: Handicapped Bathroom Renovations at Stoughton Memorial Village. Work includes ceramic tile, plumbing, flooring, electrical and painting. CONTACT INFORMATION Greg Bartlett PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 at 9:00 A.M.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 781-344-2001 EMAIL:

FAX: 781-341-1957

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid inspection of a sample unit: 3/2/11 at 10:00 A.M. at 150 Britton Ave. Stoughton.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Sudbury, Town of Office of the Town Manager 278 Old Sudbury Rd. Sudbury, MA 01776

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $120,000 DCAM Certificate

PROJECT: Roof replacement at Fairbank Community Center, 40 Fairbank Rd., Sudbury, consisting of the following with all associated work: Shingle replacement with sheathing; insulation; fascia, soffit and roof decking repairs; replacement of two insulated panel skylights. DCAM qualification in Roofing category. CONTACT INFORMATION James Kelly, Building Inspector
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-443-2209 ext. 1361

FAX: 978-443-6128 EMAIL: kellyj@sudbury.ma.us

PLANS/SPECIFICATIONS AVAILABLE Sudbury Building Office, 275 Old Lancaster Rd., Sudbury, MA 01776, 2/25/11, 8:30 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/11/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid Conference: 3/4/11 at 11:00 A.M. at the Senior Center Entrance Lobby at 40 Fairbank Rd., Sudbury.

41

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Upton, Town of P.O. Box 479 1 Main St. Upton, MA 01568


PROJECT: Purchase of Various Lighting Fixtures. CONTACT INFORMATION Blythe Robinson PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 at 8:00 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB 10/11-01 $50,000

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 508-529-6901

FAX: 508-529-1010 EMAIL: brobinson.selectmen@upton.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Warren, Town of Office of the Board of Selectmen 48 High St. Warren, MA 01083-0609

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$29,000.

PROJECT: Installation of a Vehicle Exhaust Removal System at Fire Station B, 20 Albany St., West Warren. CONTACT INFORMATION Fire Chief James Dolan
(place, date and time)

PHONE: 413-436-5444

FAX: 413-436-0244 EMAIL: chief@warrenfiredepartment.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Thursday, 9:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

42

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Watertown, Town of Office of the Purchasing Agent 149 Main St. Watertown, MA 02472
PROJECT: Water Main Replacement, 1,250 feet of 8" DI pipe. CONTACT INFORMATION Ryan Allgrove
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Contract 10-02W $295,000

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-577-1439

FAX: 978-692-4578 EMAIL: ryan.allgrove@stantec.com

PLANS/SPECIFICATIONS AVAILABLE Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks, payable to Stantec.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Watertown, Town of Office of the Purchasing Agent 149 Main St. Watertown, MA 02472
PROJECT: Water Main Replacement, 630 feet of 10" DI pipe. CONTACT INFORMATION Ryan Allgrove
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Contract 10-03W $165,000

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-577-1439

FAX: 978-692-4578 EMAIL: ryan.allgrove@stantec.com

PLANS/SPECIFICATIONS AVAILABLE Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 1:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks payable to Stantec.

43

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Watertown, Town of Office of the Purchasing Agent 149 Main St. Watertown, MA 02472

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Contract 10-01S $350,000

PROJECT: Infiltration/Inflow Removal Project, 575 feet of 10" and 620 feet of 15" replacement sewer. CONTACT INFORMATION Ryan Allgrove
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-577-1439

FAX: 978-692-4578 EMAIL: ryan.allgrove@stantec.com

PLANS/SPECIFICATIONS AVAILABLE Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks, payable to Stantec.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Watertown, Town of Office of the Purchasing Agent 149 Main St. Watertown, MA 02472
PROJECT: Lexington St. Water, Sewer and Drain Replacement. CONTACT INFORMATION Ryan Allgrove
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$675,000

PHONE: 978-577-1439

FAX: 978-692-4578 EMAIL: ryan.allgrove@stantec.com

PLANS/SPECIFICATIONS AVAILABLE Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/15/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks, payable to Stantec.

44

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Watertown, Town of Office of the Purchasing Agent 149 Main St. Watertown, MA 02472
PROJECT: Infiltration/Inflow Removal Project Cured-In-Place-Pipe Liner Installation. CONTACT INFORMATION Ryan Allgrove
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Contract 10-02S $250,000

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-577-1439

FAX: 978-692-4578 EMAIL: ryan.allgrove@stantec.com

PLANS/SPECIFICATIONS AVAILABLE Stantec Consulting Services, Inc., 5 LAN Drive Suite 300, Westford, MA 01886, 2/23/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/15/11 @ 1:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable Deposit is $50, Non-refundable Handling Fee is $25, in the form of two separate checks, payable to Stantec.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Wellesley, Town of Permanent Building Committee 525 Washington St. 3rd Floor Wellesley, MA 02482

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $275,000.00 DCAM Certificate

PROJECT: Remove and replace existing chiller and condensing unit with a new packaged air cooled chiller and rework related piping. Replace existing pneumatic controls with new wireless technology electronic controls. Replace existing control valves and ball valves. CONTACT INFORMATION Shawn Wegener, MacRitchie Engineering, Inc. PHONE: 781-848-4464 ext. 17 FAX: 781-848-2613 EMAIL: swegener@macritchie.net

(required for building contracts over $100,000 and highway contracts over $50,000)

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167, www.biddocsonline.com or F.W. Dodge, 24 Hartwell Ave., Lexington, MA 02421, 2/25/11 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/15/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference/site visit: 3/3/11 at 11:00 A.M. at the above agency address. Plan deposit is $50 per set (maximum two sets) in the form of a certified or cashier's check, payable to BidDocs Online, Inc. $50 for each additional set. Mailing fee is $40 per set, payable to BidDocs Online, Inc.

45

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Westfield, City of 59 Court St. Westfield, MA 01085

PROJECT NUMBER: .ESTIMATED COST: CONTRACTOR QUALIFICATION:

2246

DCAM Certificate

PROJECT: Energy Management Services per M.G.L c. 25A, 11I. CONTACT INFORMATION Tammy Tefft PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 413-572-6254

FAX: 413-572-1708 EMAIL: t.tefft@cityofwestfield.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

4/11/11 @ 3:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 3/16/11 at 2:00 P.M. in Room 201 at the above agency address. Questions due by 3/29/11 at 3:00 P.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Westford, Town of Public Schools Business Office 23 Depot St. Westford, MA 01886
PROJECT: New Elevator at Abbot Elementary School, 25 Depot St., Westford. CONTACT INFORMATION Kathleen Auth, Director of School Finance PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 at 1:00 P.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $360,000 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-692-5560 ext. 2106

FAX: 978-392-4497 EMAIL: kauth@westfordk12.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

3/11/11 @ 1:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/18/11 @ 1:00 P.M.

SUB BID CATEGORIES: maonry elevator roofing slashing electrical ADDITIONAL INFORMATION Pre-Bid meeting: 3/4/11 at 11:00 A.M. at the above agency address. Documents are available for refundable deposit of $100.00 per set, $35.00 non refundable mailing fee per set. General Bids must be accompanied by bid security which is not less than 5% of the bid. Prevailing Wages apply.

46

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Winchendon, Town of Department of Planning and Development 109 Front St. Winchendon, MA 01475

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

W-1157-15 $560,000 Department of Highway

PROJECT: Reconstruction of Prospect Street. The project consists of all work associated with the replacement of existing sanitary sewers, water mains, water services and storm drains. The project also includes roadway reconstruction, sidewalk construction, curb installation, driveway repairs and lawn repairs. CONTACT INFORMATION David Loring, P.E.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 413-562-1600

FAX: 413-562-5317 EMAIL: dlloring@tighebond.com

PLANS/SPECIFICATIONS AVAILABLE Tighe & Bond, Inc., 53 Southampton Rd., Westfield, MA 01085, 2/23/11 at 8:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/17/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 3/9/11 at 9:00 A.M. at the above agency address. $50 refundable deposit for bid documents, $25 non-refundable mailing fee.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Winthrop, Town of 1 Metcalf Square Winthrop, MA 02152

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$15,000

PROJECT: Request for Quotes for Ice Rink Compressor Replacement. CONTACT INFORMATION Sean Driscoll PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/22/11.
(place, date and time)

PHONE: 617-846-8243

FAX: 617-539-4442 EMAIL: sdriscoll@town.winthrop.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/9/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Prevailing Wages apply to this contract. For inspection of the site, contact Sean Driscoll, Director of Parks and Recreation.

47

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Capital Asset Management, Division of (DCAM) One Ashburton Place 16th floor Boston, MA 02108

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DMH 0902 ES1 $10,000,000 DCAM Certificate

PROJECT: Lighting Upgrades, Lighting Controls, Electric Motors, Mechanical Upgrades, Domestic Water and Sewer Conservation, Steam Trap Repair, Variable Frequency Drives for Fans and Pumps, Insulation (Building Envelope), Door Weatherstripping and Window Seal, HVAC Improvements/Upgrades, Kitchen Hood Controls. Services may be requested in maintenance. CONTACT INFORMATION James A. Freeley
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-727-4030 ext. 239

FAX: EMAIL: james.a.freeley@state.ma.us

PLANS/SPECIFICATIONS AVAILABLE Online at www.comm-pass.com. Copies of plans may be available to the awarded proposer. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

4/27/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

4/27/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Proposal Conference: 3/11/11 at 10:00 A.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Conservation and Recreation, Department of (DCR) 251 Causeway St. Suite 600 Boston, MA 02114

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

P11-2658-C6A $300,000.00

PROJECT: The project consists of all work related to disconnecting the pool drain and backwash piping from the storm drainage system and connecting the piping to sanitary sewer lines. This work will be executed at multiple locations. CONTACT INFORMATION PHONE: 617-626-1424/617-727-1199 FAX: 617-626-1449 Tess Ward for CDs/Cathy Paine, PM, for tech questions PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 at 9:00 A.M.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

EMAIL: Cathleen.Paine@state.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/16/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bidding conference: 3/3/11 at 11:00 A.M. at the Artesani Pool Bathhouse, Soldiers Field Rd., Brighton. A set of plans and specs in electronic format on a CD will be available at the above agency address at no charge. All bidders must be DCR pre-qualified in Category 9 - Site Development. In addition, all prospective bidders requesting plans and specs from DCR must submit a completed R109 Request for Proposal Form in order to obtain plans and specs. A bidder requesting a CD by mail must send to DCR a completed FedEx label with an account number. For technical questions, contact Cathy Paine at 617-727-1199 ext. 401 or Cathleen.Paine@state.ma.us.

48

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Convention Center Authority, Massachusetts Administrative Office Boston Convention and Exhibition Center 415 Summer St. Boston, MA 02210
PROJECT: Food Court Renovations, Boston Convention and Exhibition Center. CONTACT INFORMATION Theresa Ruane
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $1,200,000 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-954-2177

FAX: 617-954-2299 EMAIL: truane@massconvention.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/24/11, 9:00 A.M. - 5:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

3/15/11 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/29/11 @ 12:00 P.M.

SUB BID CATEGORIES: Electrical, Plumbing, Miscellaneous & Ornamental Iron, Tile ADDITIONAL INFORMATION Pre-bid conference: 3/3/11 at 11:00 A.M. at the above agency address. The Authority does not mail out send out plans and specs. DCAM Certificate: General Building Construction.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Fish and Game, Department of Fishing and Boating Access 1440 Soldiers Field Rd. Brighton, MA 02135

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

PA-299 $550,000

PROJECT: Reconstruction of an existing boat ramp, installation of floating docks and piles and miscellaneous work. The project is located off Cold Storage, on Sesuit Harbor, Dennis. CONTACT INFORMATION Douglas H. Cameron
(place, date and time)

PHONE: 617-727-1843

FAX: 617-727-7214 EMAIL: doug.cameron@state.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Plan/Spec deposit is $25, refundable to formal bidders only. Specs will be mailed if a FedEx, UPS, etc. account number or $10 in US Postage stamps is provided. Cash, checks or money orders will not be accepted.

49

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Greater Lawrence Sanitary District (GLSD) 240 Charles St. North Andover, MA 01845

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$60,000.00

PROJECT: Furnish and Deliver one Seimens Water Technologies/FMC Link Belt wastewater clarifier drive bearing assembly Part # 1892-201-L. CONTACT INFORMATION Donald Lanza
(place, date and time)

PHONE: 978-685-1612 EMAIL:

FAX: 978-685-7790

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11, 8:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Hilltown Community Development Corporation Nash Hill Associates d/b/a Nash Hill Place 7 Nash Hill Place Williamsburg, MA 01096
PROJECT: Nash Hill Elevator Construction Project. CONTACT INFORMATION Jacquelyn Burgin
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $275,000 DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 413-296-4536 ext. 113

FAX: 413-296-4020 EMAIL: jacquelynb@hilltowncdc.org

PLANS/SPECIFICATIONS AVAILABLE Hilltown CDC, 387 Main Rd., Chesterfield, MA 01012, 2/23/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

3/16/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/24/11 @ 2:00 P.M.

SUB BID CATEGORIES: Hydraulic Elevators, Electrical ADDITIONAL INFORMATION Site Briefing: 2/28/11 at 10:00 A.M. Bid documents will be available at the site briefing.

50

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Hospital School, Massachusetts 3 Randolph St. Canton, MA 02021

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MHS - J000 111 642 $480,000 DCAM Certificate

PROJECT: Massachusetts Hospital School, Bradford Building Dental Clinic Renovation. CONTACT INFORMATION Melissa Vaillancourt PHONE: 617-423-9399 ext. 224

(required for building contracts over $100,000 and highway contracts over $50,000)

FAX: 617-482-8506 EMAIL: mvaillancourt@graham-meus.com

PLANS/SPECIFICATIONS AVAILABLE Air Graphics, 300 A St. 2nd Floor, Boston, MA 02210, 617-350-3400, Contact: Customer Service, 2/28/11 at 9:00 A.M. Office Hours: Monday - Friday, 9:00 A.M. 5:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

3/16/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: Resilient Floors, Painting, Plumbing, HVAC, Electrical Work ADDITIONAL INFORMATION Hard copies of bid sets are available for a deposit of $50.00 per set (refundable) in the form of a Certified Check or Bank Money Order, payable to the Massachusetts Hospital School. Digital copies of bid sets are available for a deposit of $30.00 per set (refundable) in the form of a Certified Check or Bank Money Oder, payable to the Massachusetts Hospital School. Copies of Addenda will be mailed or delivered to registered Bidders without charge. Bid sets will be mailed to bidders on receipt of an additional pre-paid shipping fee of $30.00 (nonrefundable), payable to Air Graphics.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Massasoit Community College Purchasing Office Administration Building One Massasoit Boulevard Room A231 Brockton, MA 02302

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2011-14 $360,000 DCAM Certificate

PROJECT: All materials, equipment and qualified labor for HVAC and electrical upgrades for the Administration building IT Server room and replacement of Halon Fire Suppression System with FM200 type system. CONTACT INFORMATION Diane L Piquette
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 508-588-9100 ext. 1513

FAX: 508-427-1255 EMAIL: dpiquette@massasoit.mass.edu

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/24/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

3/10/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

3/24/11 @ 2:00 P.M.

SUB BID CATEGORIES: Fire Protection; Electrical; HVAC ADDITIONAL INFORMATION Pre-bid conference/walk-through: 3/3/11 at 10:00 A.M. in the President's Conference Room at the above agency address.

51

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Metropolitan Area Planning Council (MAPC) 60 Temple Place Boston MA 02111

PROJECT NUMBER: ESTIMATED COST:

NERAC08-Andover Water

CONTRACTOR QUALIFICATION:
(required for building contracts over $100,000 and highway contracts over $50,000)

PROJECT: NERAC Site Security Work: The Metropolitan Area Planning Council (MAPC), on behalf of the Northeast Homeland Security Regional Advisory Council (NERAC), invites bids for Site Security Installations at the Andover Water Treatment Facility, 97 Lowell St., Andover. CONTACT INFORMATION Stephen White PLANS/SPECIFICATIONS AVAILABLE Online at www.comm-pass.com, 2/23/11.
(place, date and time)

PHONE: 617-451-2770 ext. 2074

FAX: EMAIL: swhite@mapc.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site visit: 3/3/11 at 10:00 A.M. at the Andover Water Treatment Plant.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Montachusett Regional Transit Authority 1427R Water St. Fitchburg, MA 01420

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MS-01-2011 $75,000 - $100,000

PROJECT: The Montachusett Regional Transit Authority invites qualified companies to submit proposals and price quotes for two emergency generator sets with automatic transfer switches for the two Fitchburg facilities. CONTACT INFORMATION Bonnie Mahoney
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-665-2290

FAX: EMAIL: bmahoney@mrta.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 978-665-2290 or by email to bmahoney@mrta.us, 2/11/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/15/11 @ 4:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference will be held on 2/24/11 at 10:00 A.M.

52

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Onset Fire District Board of Water Commissioners P.O. Box 171 15 Sand Pond Rd. Onset, MA 02558

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

15 $845,000. DCAM Certificate

PROJECT: Pump Station No. 7 with Overhead Power Line and Water Main Extension. DCAM Category: Water Treatment Plants CONTACT INFORMATION Sean D. Osborne, P.E.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 781-890-3980

FAX: 781-890-1491 EMAIL: sosborne@haleyward.com

PLANS/SPECIFICATIONS AVAILABLE Haley & Ward, Inc., 25 Fox Rd., Waltham, MA 02451, 2/23/11, 8:00 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

3/9/11 @ 11:00 A.M.

GENERAL BID DEADLINE:


(date and time)

3/23/11 @ 11:00 A.M.

SUB BID CATEGORIES: 04220 Concrete Unit Masonry; 09900 - Painting; 15400 - Plumbing; 16370 - Overhead Power Distribution; Division 16Electrical (excluding Section 16370) ADDITIONAL INFORMATION Pre-bid meeting: 3/2/11 at 11:00 A.M. in the District Conference Room at the above agency address. Refundable deposit for Plans and Specifications is $100.00 in the form of a check, payable to Haley & Ward, Inc. To have Plans and Specifications mailed, please send $25.00 in the form of a non-refundable check, payable to Haley & Ward, Inc., 25 Fox Rd., Waltham, MA 02451. Additional information is available online at www.haleyward.com.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Quabbin Regional School District 872 South St. Barre, MA 01005

***RE-ADVERTISED***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $2,900,000 DCAM Certificate

PROJECT: Atrium Roof and Metal Panel Replacement at Quabbin Regional Middle/High School, 800 South St., Barre. CONTACT INFORMATION William A. Burnett, Support Services Manager PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/23/11 at 1:00 P.M.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 978-355-4668 ext. 8508

FAX: 978-355-6756 EMAIL: bburnett@qrsd.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

3/10/11 @ 2:30 P.M.

GENERAL BID DEADLINE:


(date and time)

3/17/11 @ 2:30 P.M.

SUB BID CATEGORIES: Masonry, Metals, Roofing & Flashing, Plumbing, HVAC, Electrical ADDITIONAL INFORMATION Pre-bid walk-through: 3/2/11 at 11:00 A.M. in the Quabbin Regional School District Business Office. $100 refundable deposit for construction documents and $35 non-refundable pre-paid mailing fee in the form of a certified check or money order, payable to Quabbin Regional School District. Prevailing wages apply.

53

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Siasconset Water Department Board of Water Commissioners One Milestone Rd. Nantucket, MA 02554
PROJECT: Standpipe Demolition. CONTACT INFORMATION Robert W. Pickering, P.E.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

2011-1 $100,000

PHONE: 781-890-3980

FAX: 781-890-1491 EMAIL: rpickering@haleyward.com

PLANS/SPECIFICATIONS AVAILABLE Haley & Ward, Inc., 25 Fox Rd., Waltham, MA 02451, 2/23/11, 8:00 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable Deposit for Plans and Specifications is $50.00 in the form of a check, payable to Haley & Ward, Inc. To have Plans and Specifications mailed, please send a non-refundable check for $25.00, payable to Haley and Ward, Inc., 25 Fox Road, Waltham, MA 02451. Additional information available online at www.haleyward.com.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Southeastern Regional School District 250 Foundry St. South Easton, MA 02375

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

$23,000,000

PROJECT: Renovation and addition to Southeastern Regional Vocational Technical High School. Project will be constructed utilizing M.G.L. c. 149A. CM at Risk delivery method per St. 2004, c. 193. More details available in RFQ. CONTACT INFORMATION Paul G. Kalous, AIA PHONE: 617-778-0951 FAX: 617-778-0999 EMAIL: srvths@rfwcp.com

PLANS/SPECIFICATIONS AVAILABLE By written request by fax to 617-778-0999 or by email to srvths@rfwcp.com, 2/22/11 at 12:00 P.M. Include all contact info. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/10/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 3/3/11 at 4:00 P.M. at the main entrance at 250 Foundry St., South Easton.

54

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

State 911 Department 1380 Bay St. Building C Taunton, MA 02780

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

State 911 11-001 $55,000 DCAM Certificate

PROJECT: Providing and Installing a Cooling Tower at Building B and air conditioning and ventilation of IT rooms in Buildings B and C of the State 911 Department. CONTACT INFORMATION Karen Robitaille
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 508-821-7221 EMAIL:

FAX: 508-828-2585

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/24/11 after 11:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/11/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bidders must be Certified by DCAM in the Following Category of Work: HVAC and must submit a current DCAM Certificate of Eligibility and a signed Update Statement (CQ3).

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6261 Boston, MA 02116
PROJECT: District 3: Traffic Signal Repairs and Improvements at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606323 $905,000.00 Department of Highway

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-973-7620 EMAIL:

FAX: 617-973-8397

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Attn.: Paul March, Cashier's Office, 617-973-7695, 3/29/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

4/12/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

55

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6261 Boston, MA 02116

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606192 $4,907,000.00 Department of Highway

PROJECT: Boston - Newton - Weston: Substructure Repairs to nine Bridges and six Retaining Walls Along I-90. CONTACT INFORMATION Frank H. Kucharski, P.E.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 617-973-7620 EMAIL:

FAX: 617-973-8397

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Attn.: Paul March, Cashier's Office, 617-973-7695, 3/29/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

4/12/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

University of Massachusetts - Amherst Procurement Office Goodell Building 140 Hicks Way Room 407 Amherst, MA 01003

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

AA11-PR-4129 $1,000,000.00

PROJECT: Request for Qualifications for Environmental Science and Management Consultant Services. CONTACT INFORMATION Peter Royer PLANS/SPECIFICATIONS AVAILABLE 2/23/11.
(place, date and time)

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 413-545-0361

FAX: EMAIL: proyer@admin.umass.edu

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

3/24/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION The executed prime contract will be an "On Call Service Contract" and the University reserves the right to issue more than one contract as a result of this RFQ.

56

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

University of Massachusetts - Dartmouth Administrative Services Office Foster Administration Building 285 Old Westport Rd. Room 213 North Dartmouth, MA 02747
PROJECT: University System Elevator Maintenance. CONTACT INFORMATION Jennifer Pacheco
(place, date and time)

***REVISED***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DD11ML23 2.75 million DCAM Certificate

(required for building contracts over $100,000 and highway contracts over $50,000)

PHONE: 508-999-8084

FAX: EMAIL: jennifer.pacheco@umassd.edu

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 2/16/11, 9:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/24/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

University of Massachusetts - Lowell 883 Broadway St. Lowell, MA 01854

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CL11-MD-0053 $700,000 DCAM Certificate

PROJECT: Weed and Pinanski Elevator Replacement. CONTACT INFORMATION Mike Durkin PHONE: 978-934-1915

(required for building contracts over $100,000 and highway contracts over $50,000)

FAX: EMAIL: michael_durkin@uml.edu

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749 or online at www.biddocsonline.com (may be viewed electronically or hard copy requested). (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

3/11/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 3/3/11 at 10:00 A.M. at Weed Hall, 3 Solomont Way, Lowell. Plan deposit is $50/set (refundable), electronically paid or in the form of a certified check or cashier's check, payable to BidDocs Online, Inc. Mailing fee is $40/set (non-refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc.

57

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


Public Contracts that are construction related and estimated to exceed $10,000. Published two weeks prior to general bid opening.

AWARDING AUTHORITY AND PROJECT INFORMATION

Woods Hole, Martha's Vineyard & Nantucket Steamship Authority P.O. Box 284 One Railroad Ave. Woods Hole, MA 02543

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


(required for building contracts over $100,000 and highway contracts over $50,000)

01-11 $9,000,000.00

PROJECT: Mid-Life Overhaul of the M/V Eagle. Overhaul to be completed between 12/15/11 - 4/7/12. CONTACT INFORMATION Peggy Nickerson, Procurement Officer
(place, date and time)

PHONE: 508-548-5011 ext. 515

FAX: 508-457-5865 EMAIL: pnickerson@steamshipauthority.com

PLANS/SPECIFICATIONS AVAILABLE 2/23/11. Please call ahead for appointment if picking up plans in person. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

4/12/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable deposit of $100.00 is required prior to receiving documents in the form of a company check.

58

CR-5
AWARDING AUTHORITY: AGENCY: Agawam, Town of Office of the Mayor 36 Main St. Agawam, MA 01001 CONTACT My-Ron Hatchett

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 10-2143

PROJECT: New Building Maintenance Storage Facility.

PHONE EMAIL:

413-786-9600 mail@reinhardtassoc.com

FAX: 413-786-8699

Healey & Associates General Contractors, LLC P.O. Box 13 Granby, MA 01033 Five Star Building Corp. 17 East St. Easthampton, MA 01027

McGraw Hill/Dodge 34 Crosby Drive #201 Bedford, MA 01730

Reed Construction Data ProjectDog 30 Technology Parkway South Suit 18 Graf Rd. #8 Newburyport, MA 01950 #500 Norcross, GA 30092 Mill City Construction, Inc. 7 Old Great Rd. Lincoln, RI 02865 Kurtz, Inc. P.O. Box 1597 810 Southampton Rd. Suite 1 Westfield, MA 01086

Mill City Construction, Inc. 7 Old Great Rd. Lincoln, RI 02865

Construction Dynamics, Inc. 270 Airport Rd. Fitchburg, MA 01420


AWARDING AUTHORITY: AGENCY: Arlington, Town of Town Manager's Office 730 Massachusetts Ave. Arlington, MA 02476 CONTACT Jason Boone PROJECT NUMBER: 11-05 PROJECT: Gibbs School Boiler Replacement, Arlington.

PHONE EMAIL:

617-964-1700 boone@draws.com

FAX: 617-969-9054

Enterprise Equipment 276 Libbey Parkway East Weymouth, MA 02189 Davison Co., Inc. 90 Clarendon Ave. Somerville, MA 02144-

Cranney Companies 10 Rainbow Terrace Danvers, MA 01923

P.J. Dionne Co., Inc. 60 Jonspin Rd. Wilmington, MA 01887

Aalanco Service Corp. 80B Turnpike Rd. Westborough, MA 01581

59

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: HVAC Renovation Braintree Police Department, 282 Union St., Braintree.

Braintree, Town of Department of Municipal Finance One JFK Memorial Drive Braintree, MA 02184 CONTACT Heather Parke

PHONE EMAIL:

781-871-9804 hparke@habeebarch.com

FAX: 781-871-9805

Noll Electric, Inc. 1068 Washington St. Weymouth, MA 02189 Central Ceilings 36 Norfolk Ave. South Easton, MA 02375 G & H Heating & Cooling 3 Cushman Ave. East Freetown, MA 02717 Varrasso Electric 148 Hancock St. Braintree, MA 02184

M.J. Flaherty 1 Gateway Center Newton, MA 02158 Mercury Mechanical Service 855 Washington St. Weymouth, MA 02189 Prism Builders, Inc. 107 Audubon Ave. Wakefield, MA 01880 ProjectDog 18 Graf Rd. Newburyport, MA 01950

Enterprise Equipment 276 Libbey Parkway Weymouth, MA 02189 Barbato Construction 155 East Grove St. Middleboro, MA 02346 Reed Construction Data 30 Technology Parkway South Norcross, GA 30092

A.T.C. Mechanical 86 Finnell Drive Weymouth, MA 02188 iSqFt 4500 Lake Forest Drive #502 Cincinnati, OH 45242 Paul J. Rogan Co. 25 Hayward St. Braintree, MA 02184

McGraw-Hill Construction/Dodge Brian Kerins HVAC 480 Hatherly Rd. Reports Scituate, MA 02066 285 Phoenix St. Vernon, CT 06066 Hall Sheetmetal 11 River St. Middleton, MA 01864 Casby Brothers, Inc. 197 Gardener St. West Roxbury, MA 02132 R.P. O'Connell, Inc. 3 Horon Drive Natick, MA 01760 J.E.C. Services P.O. Box 270791 110 K St. Boston, MA 02127 T.E. Snowden Co. 189 Central St. Saugus, MA 01906 Buckley Associates 385 King St. Hanover, MA 02358

Annese Electrical Services, Inc. 280 Libbey Industrial Parkway Weymouth, MA 02189 Patriot Electric P.O. Box 582 Woburn, MA 01801

Cheviot Corp. 55 Fourth Ave. Needham, MA 02494 A.T.C. Mechanical 86 Finnell Drive Weymouth, MA 02188

Hub Electric Services 10 Draper St. Unit 19 Woburn, MA 01801 Mike Wihill 56 Charles St. Abington, MA 02474

Galway Electrical 329 Great Plain Ave. Needham, MA 02492 Bay State Contracting Co., LLC P.O. Box 345 38 Washington St. Pembroke, MA 02358

C.A.M. HVAC & Construction 116 Lydia Ann Rd. Smithfield, RI 02917 Zander Corp. 8 Elk Run Drive Middleboro, MA 02346

Massey Construction Corp. 144 Stetson Ave. Swampscott, MA 01907


AWARDING AUTHORITY: AGENCY: Brockton, City of Procurement Department 45 School St. Brockton, MA 02301 CONTACT Andrea David

Pinnick Construction & Associates MECO Environmental Services 23 McDonnell Dr. 1119 Washington St. Randolph, MA 02368 Weymouth, MA 02189

K. & S. Builders, Inc. 9 Ravine Rd. Wayland, MA 01778

PROJECT NUMBER:

11/008

PROJECT: Phase II SRF Water System Improvements, Filter Process Improvements/ Sand Drying Bed Modifications, MA DEP-DMSDWSRF ID No. 2829. PHONE EMAIL: 978-532-1900 davida@wseinc.com FAX: 978-573-4190

R.H. White Construction Co. Inc. 41 Central St. Auburn, MA 01501

iSqFt 5 Commonwealth Ave. Woburn, MA 01801

Waterline Industries 7 London Lane Seabrook, NH 03874

CProjects.com 30 Controls Drive Suite 200 Shelton, CT 06484

60

CR-5
AWARDING AUTHORITY: AGENCY: Brockton, City of Housing Authority 45 Goddard Rd. Brockton, MA 02301 CONTACT

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 100 Turner Street

PROJECT: Complete rehabilitation of each apartment structure and exterior work to the building, including carpentry, siding repairs, kitchen and bathroom remodeling, flooring, painting, plumbing, HVAC and electrical. PHONE EMAIL: 508-588-6880 FAX: 508-580-6261 nancy.macedo@brocktonhousingauthority.com

Frank L. Hinds/Nancy Macedo

Artigas Construction Corp. 24 Bay State Ave. Somerville, MA 02144


AWARDING AUTHORITY: AGENCY: Fall River, City of Housing Authority 85 Morgan St. Fall River, MA 02722 CONTACT Dennis V. Raposo PROJECT NUMBER: PROJECT: New Maintenance Storage Garage at the existing Maintenance Storage Facility Site at Diaferio Village, MA 6-3.

PHONE EMAIL:

508-679-5733 dvraposo@starckarchitects.com

FAX: 508-672-8556

Collins Construction Co. P.O. Box 2569 Fall River, MA 02722 Construction Software Technologies/iSqFt 5 Commonwealth Ave. Woburn, MA 01801 Zander Corp. 8 Elk Run Drive Middleboro, MA 02346
AWARDING AUTHORITY: AGENCY: Framingham, Town of Department of Public Works 110 Western Ave. Framingham, MA 01702 CONTACT Amy Putney

ProjectDog 18 Graf Rd. Unit #8 Newburyport, MA 01950

J.J. Cardosi, Inc. 28 Boston St. East Providence, RI 02914

Vareika Construction 219 Walnut St. West Bridgewater, MA 02379 McGraw-Hill Construction/Dodg 34 Crosby Drive Suite 201 Bedford, MA 01730

J.G. Edwards Construction Co., Inc CeMat Contracting 120 Hargraves Drive 56 Conduit St. Portsmouth, RI 02871 New Bedford, MA 02745

PROJECT NUMBER:

PW-189

PROJECT: The Town of Framingham invites proposals from persons or firms qualified to provide on-call appraisal services in connection with projects of the Department of Public Works and other Town departments. Principal appraiser must be a Massachusetts Certified General Appraiser. PHONE EMAIL: 508-532-6040 alp@framinghamma.gov FAX: 508-620-4884

Green & Moody Associates 2 John Matthews Rd. Southboro, MA 01772

Real Estate Appraiser 25 Farm Rd. Sherborn, MA 01770

61

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PW-188

Framingham, Town of Department of Public Works 110 Western Ave. Framingham, MA 01702

PROJECT: The Town of Framingham Department of Public Works invites sealed bids for the upgrade of the Grove Street Water Pumping Station. The upgrade includes the installation of three 50 horsepower pumps and replacement of piping, valves, HVAC equipment, instrumentation and control equipment and electrical equipment, including the construction of a standalone engine/generator with a sound attenuating enclosure and a concrete diesel fuel tank. In addition, the project includes architectural improvements to the station including a new synthetic slate roof. PHONE EMAIL: 508-532-6040 alp@framinghamma.gov FAX: 508-620-4884

CONTACT Amy Putney

Grove Construction 8 Condon Way Hopedale, MA 01747 Godwin Pumps 99 Stockhouse Rd. Bozrah, CT 06334
AWARDING AUTHORITY: AGENCY: Framingham, Town of Department of Public Works 110 Western Ave. Framingham, MA 01702

Delray Contracting 10 Nutmeg Drive Ellington, CT 06029

R.J.V. Construction Corp. 21 Lincoln St. Canton, MA 02021

Kinsmen Corp. 35 Londonderry Turnpike Suite A Hooksett, NH 03106

PROJECT NUMBER:

PW-187

PROJECT: The Town of Framingham Department of Public Works invites sealed bids for the Grant and Pond Street Sewer Rehabilitation Project. This sewer project consists of the replacement of 2,000 linear feet of 8" sewer main, the rehabilitation of approximately 13,500 linear feet of sanitary sewer pipe, by method of cured in place liner and the rehabilitation of 105 sewer manholes. PHONE EMAIL: 508-532-6040 alp@framinghamma.gov FAX: 508-620-4884

CONTACT Amy Putney

National Water Main Cleaning Co. AquaLine Utility 268 Washington St. 25 Marshall St. East Bridgewater, MA 02333 Canton, MA 02021 Advanced Pipe Inspection, Inc. P.O. Box 4234 East Dedham, MA 02027 Godwin Pumps 99 Stockhouse Rd. Bozrah, CT 06334

Scituate Precast PO Box 636 Marshfield, MA 02050 C.J.P. & Sons Construction 1420 Main St. Millis, MA 02054

Songer Contracting 44 Walnut St. Montgomery NY 12549 Department of Environmental Protection 1 Winter St. 6th Floor Boston, MA 02108

Department of Environmental Protection 205B Lower St. Wilmington, MA 01887

62

CR-5
AWARDING AUTHORITY: AGENCY: Franklin, Town of 355 East Central St. Franklin, MA 02038 CONTACT Norma Collins, CPO

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 2011-14

PROJECT: Sahlin Circle Roadway.

PHONE EMAIL:

508-520-4918 ncollins@franklin.ma.us

FAX: 508-541-5253

J.H. Lynch & Sons, Inc. 50 Lynch Place Cumberland, RI 02864 D. & F. Afonso Builders 189 Main St. Milford, MA 01757
AWARDING AUTHORITY: AGENCY: Franklin, Town of Municipal Building 355 East Central St. Franklin, MA 02038 CONTACT Norma Collins, CPO

Sunshine Paving Corp. 89 Meadow Brook Rd. North Chelmsford, MA 01863

Sequoia Construction, Inc. 10 Buckley Ave. U#9 Whitman, MA 02382

Caracas Construction Corp. 592 Holyoke St. Ludlow, MA 01056

PROJECT NUMBER:

2011-1

PROJECT: Beaver Pond Septic Installation Project.

PHONE EMAIL:

508-520-4918 ncollins@franklin.ma.us

FAX: 508-541-5253

iSqFt c/o Service Point 5 Commonwealth Ave. Unit 5 Woburn, MA 01801 C. Naughton Corp. 48 Dorothea Drive Weymouth, MA 02188 C. Lemek Construction 49 Wood Drive Ludlow, MA 01056 Patriot Excavating 48A Nonset Path Acton, MA 01720 Cali Corp. 5 Victoria Circle Natick, MA 01760 J. Hockman, Inc. 11 Sherwood Drive Norfolk, MA 02056 Barrows Contracting 37 North St. Upton, MA 01568

G. Lopes Construction 490 Winthrop St. Taunton, MA 02780-2185

Greco Construction Corp. One Priscilla Lane Rochester, MA 02770

REBCO, Inc. P.O. Box 107 South Walpole, MA 02071

Williamson Electric 25 Griffin Way Chelsea, MA 02150 A. Tetreault & Sons, Inc. 11 Lovell St. Mendon, MA 01756 Earthwork Industries 6 High St. Plainville, MA 02762 Sequoia Construction 10 Buckley Ave #9 Whitman, MA 02382 D. & F. Afonso Builders 189 Main St. Milford, MA 01757

Bruce Stivaletta 33 Forge Hill Rd. Franklin, MA 02038 C.S.I., Concrete Systems, Inc. 9 Commercial St. Hudson, NH 03051 Dandel Construction 365 Concord St. Rockland, MA 02370 Steadfast Construction 282 Dedham St. #2 Norfolk, MA 02056 I.W. Harding Construction 354 Pleasant St. West Bridgewater, MA 02379

B.I.G. Septic Service P.O. Box 657 Walpole, MA 02081 Blue Diamond 73 East Belcher Rd. Foxboro, MA 02035 General Contracting Services 32 East Russell Mills Rd. Plymouth, MA 02360 Putnam Pipe Corp. 86 Elm St. Hopkinton, MA 01748 M.A.S. Building & Bridge, Inc. P.O. Box 49 Franklin, MA 02038

63

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 03-62

Lynn, City of Purchasing Department 3 City Hall Square Room 205 Lynn, MA 01901 CONTACT Charles E. White

PROJECT: General Contracting Services for the City of Lynn Inspectional Services Department.

PHONE EMAIL:

781-586-6893 smiller@ci.lynn.ma.us

FAX: 781-477-7027

Roger A. Tremblay Contractors, In Whalen Brothers, LLC 3 Robin Rd. 10 Colonial Rd. Suite 4 North Reading, MA 01864 Salem, MA 01907 Campbell Construction Group, LLC Meninno Construction Co., Inc. 21 Caller St. Suite #4 76 Oakville St. Peabody, MA 01960 Lynn, MA 01905 Eugene Ricciardelli, Inc. P.O. Box 63 856 Salem St. Lynnfield, MA 01940 Eaglepoint Builders 54 Burnham St. Belmont, MA 02478 Caponigro Construction Co., Inc. 159 Burrill St. Swampscott, MA 01907

Pergola Construction Inc. 175 Essex St. Swampscott, MA 01907 G.V.W., Inc. 1200 Bennington St. East Boston, MA 02128 Northshore Builders 63 Commonwealth Rd. Lynn, MA 01904

R.C. Griffin, Inc. 49 Central St. Peabody, MA 01960 Groom Construction Co., Inc. 96 Swampscott Rd. Salem, MA 01970 Caruso & McGovern Constructio Inc. One Industrial Way Georgetown, MA 01833 Green Star Home Improvement C 71 Bacheller St. Lynn, MA 01904

DeIulis Brothers Construction Co., Commercial Construction Corp. One Mills Point Inc. Middleton, MA 01949 31 Collins St. Terrace Lynn, MA 01902

AWARDING AUTHORITY: AGENCY: Lynn, City of Purchasing Department 3 City Hall Square Room 205 Lynn, MA 01901 CONTACT Charles E. White PROJECT NUMBER: PROJECT: Building Envelope Repairs and Accessibility Renovations for Lynn Public Library.

PHONE EMAIL:

781-586-6893 smiller@ci.lynn.ma.us

FAX: 781-477-7027

Thompson Waterproofing, Inc. 93 Federal Ave. Quincy, MA 02169

Jobs2Bid 30 Controls Drive Suite 200 Shelton, CT 06484

McGraw-Hill Construction 3315 Central Ave. Hot Springs, AR 71913

64

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 221997

Mansfield, Town of Department of Public Works 6 Park Row Mansfield, MA 02048

PROJECT: The work covered by this contract consists of a 1.5 million gallon cast in place concrete finished water storage tank, 86,315 gallon cast in place concrete backwash storage tank, finished water pump station, raw water pumps, finished water pumps, supernatant pumps, back wash pumps, pipe, valves, fittings and associated site, mechanical, electrical work, installation of a precast concrete building onto a cast in place slab, wall, foundation, installation of a well pump, chemical feed systems for NaOH, NaF and NaOCl including storage tanks, day tanks, transfer pumps, metered feed pumps, 150,000 gallon cast in place concrete storage tank. PHONE EMAIL: 781-251-0200 jmallin@woodardcurran.com FAX: 781-251-0847

CONTACT John Mallin

J.L. Marshall & Sons, Inc. 3 Clara St. Seekonk, MA 027741

The Maher Corp. 14 King Ave. Plymouth, MA 02360

Hall Sheetmetal Works, Inc. 11 River St. Suite 1 Middleton, MA 01949

Oliveira Construction 1100 G.A.R. Highway Somerset, MA 02726 B.A.U./Hopkins 310 South St. Plainville, MA 02762

Dagle Electrical Construction Corp Folan Waterproofing & Constructio Northeast Fluid Control, Inc. 348 Park St. Suite 105 East 285 Salem St. Co., Inc. North Reading, MA 01864 Woburn, MA 01801 795 Washington St. South Easton, MA 02375 Empire Masonry Corp. 231 Norfolk St. Walpole, MA 02081 L.A.L. Masonry Co., Inc. 27 Ferncliff Ave. Saugus, MA 01906 Hub Electric Services 10 Draper St. Unit 19 Woburn, MA 01801
AWARDING AUTHORITY: AGENCY: Norwood, Town of Office of the General Manager 566 Washington St. Norwood, MA 02062 CONTACT Patricia Bilotta PROJECT NUMBER: NPW-11-09

P.W. Brown Inc. 24 Hopkinton Rd. Westborough, MA 01581 Walsh Construction Co. 2 Commercial St. Sharon, MA 02067-1659 Construction Dynamics, Inc. 270 Airport Rd. Unit A Fitchburg, MA 01420

Ostrow Electric Co. 9 Mason St. Worcester, MA 01609 Richman Corp. 65 Liberty St. Quincy, MA 02169

R.M. Pacella 3 Madison St. Plainville, MA 02762 S. & F. Concrete Contractors, Inc 166 Central St. Hudson, MA 01749

PROJECT: South Norwood Street and Sidewalk Construction Project.

PHONE EMAIL:

781-762-1240 pbilotta@norwoodma.gov

FAX: 781-278-3016

John J. Amara Excavators P.O. Box 366344 Hyde Park, MA 02136

G. Greene Construction Co., Inc. P.O. Box 160 250 Lincoln St. Boston, MA. 02134

65

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: NPW-11-10

Norwood, Town of Office of the General Manager 566 Washington St. Norwood, MA 02062 CONTACT Patricia Bilotta

PROJECT: Roadway and Traffic Signal Improvements, University Ave. PWED.

PHONE EMAIL:

781-762-1240 pbilotta@norwoodma.gov

FAX: 781-278-3016

Lorusso Corp. 3 Belcher St. Plainville, MA 02762

John J. Amara Excavators P.O. Box 366344 Hyde Park, MA 02136

Mario Susi & Son, Inc. 36 Westwood St. Dorchester, MA 02121

D. & R. General Contracting, Inc 138 Franklin St. Stoneham, MA 02180

Manual R. Pavao Contractors, Inc. Sunshine Paving Corp. 89 Meadowbrook Rd. P.O. Box 260 North Chelmsford, MA 01863 2 Brook St. Rehoboth, MA 02769 R.M. Pacella 3 Madison St. Plainville, MA 02762 G. Greene Construction Co., Inc. P.O. Box 160 250 Lincoln St. Boston, MA 02134 Fed Corp. 1039 East St. Dedham, MA 02026
AWARDING AUTHORITY: AGENCY: Tisbury, Town of P.O. Box 788 Vineyard Haven, MA 02568 CONTACT Fred LaPiana PROJECT NUMBER:

Dagle Electrical Construction Corp Bell Traffic Signal Maintenance C P.O. Box 760982 Inc. Melrose, MA 02176 41 Moore Road East Weymouth, MA 02189 CProjects.com 30 Controls Drive Suite 200 Shelton, CT 06484 Strada Construction Co., Inc. 1236 Eastern Ave. Malden, MA 02148 Bay State Piping Co., Inc. 467 Wareham St. Middleboro, MA 02346 Vigil Electric Co. 72 Providence St. Hyde Park, MA 02136

U.E.L. Contractors, Inc. 270 Airport Rd. Fitchburg, MA 01420 iSqFt c/o Service Point 5 Commonwealth Ave. Unit 5 Woburn, MA. 01801 J.H. Lynch & Sons, Inc. 50 Lynch Place Cumberland, RI 02864

PROJECT: Professional Consulting Services, Port to Port Containerized Freight Services Study. PHONE EMAIL: 508-696-4220 mmaciel@tisburyma.gov FAX: 508-696-4223

Camp, Dresser & McKee Environmental Partners Group 1900 Crown Colony Drive Suite 40 56 Exchange Terrace Providence, RI 02903 Quincy, MA 02169 Halcrow 22 Cortlandt St. New York, NY 10007

B.S.C. Group 33 Waldo St. Worcester, MA 01608

Childs Engineering Corp. P.O. Box 333 Medfield, MA 02052

66

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 60130325

Wellesley, Town of Permanent Building Committee 525 Washington St. Wellesley, MA 02481 CONTACT Brian Bechet

PROJECT: Wellesley Department of Public Works Operations Building Addition.

PHONE EMAIL:

617-371-4454 brian.bechet@aecom.com

FAX: 617-371-4453

King Painting, Inc. 85 Flagship Drive Suite K North Andover, MA 01845

Marmelo Brothers Construction Co S. & F. Concrete Contractors, Inc. 166 Central St. Inc. Hudson, MA 01749 13 Ventura Drive North Dartmouth, MA 02747

Thomas E. Snowden, Inc. 189 Central St. Saugus, MA 01906

Capone Iron Corp. 20 Turcotte Memorial Drive Rowley, MA 01906

67

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: FMP-11-164 No. 5

Bridgewater State University Purchasing Office Boyden Hall Room 202 Bridgewater, MA 02325 CONTACT Diane Chagnon

PROJECT: West Campus Sewer Improvements: Demolition of existing sewer system and new install to include utility work, paving, curbing, sidewalk replacement and seeding operations. PHONE EMAIL: 508-531-2213 dchagnon@bridgew.edu FAX: 508-531-6130

Bay State Piping Co., Inc. 467 Wareham St. Middleboro, MA 02346 I.W. Harding Construction 354 Pleasant St. West Bridgewater, MA 02379 C. Naughton Corp. 48 Dorothea Drive Weymouth, MA 02188 M.E. Smith, Inc. 109 Hastings Rd. Spencer, MA 01562 Robert B. Our Construction 24 Great Western Rd. North Harwich, MA 02645 Water Works Supply Corp. 869 Eastern Ave. Malden, MA 02148 Fed Corp. 1039 East St. Dedham, MA 02026 Sunshine Paving 89 Meadowbrook Rd. Chelmsford, MA 01824 Jones Contracting Corp. 735 Washington St. Walpole, MA 02081 Case Construction 1320 South Washington St. North Attleboro, MA 02760 Hugo Key & Son, Inc. 51 America's Cup Ave. Newport, RI 02840

P. Caliacco Corp. 1373 Washington St. Weymouth, MA 02389 AquaLine Utility, Inc. 268 Washington St. East Bridgewater, MA 02333 J. D'Amico 10 York Ave. Randolph, MA 02368 Vetresca, Inc. 5 Thomas Circle Stoneham, MA 02180 D.R. Peck Excavation, Inc. 8 Little Farm Rd. Lakeville, MA 02347 Albanese D. & S., Inc. 66 Silva Lane Dracut, MA 01826 Ferrara Construction Corp. 49 Lincoln St. Norton, MA 02766 Walsh Contracting Corp. 82 North Ave. Attleboro, MA 02703 Biszko Construction 20 Development St. Fall River, MA 02721 Blue Diamond Equipment 73 East Belcher Rd. Foxboro, MA 02035

Tom Gioioso Construction, Inc. 50 Pleasant Park Rockland, MA 02370 Bortolotti Construction Co. 45 Industry Rd. Marstons Mills, MA 02648 D. & C. Construction 415 V.F.W. Drive Rockland, MA 02370 Rochester Ventures, Inc. 585 Neck Rd. Rochester, MA 02770 Ramko Survey Stakes, Inc. 685 North Main St. West Bridgewater, MA 02379 S.B. General Construction 14 Renmar Ave. Walpole, MA 02081 D'Allessandro Corp. 41 Ledin Drive Avon, MA 02322 Ted Berry Co., Inc. 521 Federal Rd. Livermore, ME 04253 Gravity Construction, Inc. 26 Fails Rd. Plainville, MA 02762 P.A. Landers, Inc. 351 Winter St. Hanover, MA 02339

N. Cibotti, Inc. 79 Roc Sam Park Rd. Braintree, MA 02184 D.A. Bosworth Co. 15 Rock Sam Park Rd. Braintree, MA 02184 Howard D. Moquin & Sons 1190 Center St. Middleboro, MA 02346 C.C. Construction 15 Diamonds Path South Dennis, MA 02660 Celco Construction Corp. 38 Mountain Ash Lane Pembroke, MA 02359 Ferguson Enterprises 2 Whitman Rd. Canton, MA 02021 Revoli Construction 90 Earls Way Franklin, MA 02038 S.E. Luttazi 41 Ledin Drive Avon, MA 02322 Grove Construction 8 Condon Way Hopedale, MA 01747 E.J. Prescott 159 Manley St. Brockton, MA 02301

68

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: SDW0902 FC2

Capital Asset Management, Division of (DCAM) One Ashburton Place Room 1610 Boston, MA 02108 CONTACT DCAM Bid Room

PROJECT: New Fire Alarm System at Worcester County House of Correction, West Boylston. PHONE EMAIL: 617-727-4003 FAX: 617-727-5514

Electrical Dynamics, Inc. 72B Concord St. North Reading, MA 01864 Wayne J. Griffin Electric 116 Hopping Brook Rd. Holliston, MA 01746
AWARDING AUTHORITY: AGENCY:

Northeast Painting Associates, Inc. Jupiter Electric, Inc. 126 Main St. Unit 6 881 North King St. North Reading, MA 01864 Northampton, MA 01060 Dagle Electrical Construction Corp American Service Co. 285 Salem St. 20 Fort St. Woburn, MA 01801 Quincy, MA 02169

Dandis Contracting 636 Washington St. Canton, MA 02021

PROJECT NUMBER:

BSC0401 DC1

Capital Asset Management, Division of (DCAM) One Ashburton Place Room 1610 Boston, MA 02108 CONTACT DCAM Bid Room

PROJECT: RFBs for Trade Contractors for the Marshall Conant Science Building at Bridgewater State University, Bridgewater. PHONE EMAIL: 617-727-4003 FAX: 617-727-5514

Joseph Cohn & Son, Inc. 50 Devine St. North Haven, CT 06473

69

CR-4
AWARDING AUTHORITY: AGENCY: Andover, Town of 36 Bartlet St. Andover, MA 01810

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: Bid No. 015/01-11/301 PROJECT TYPE: PHONE: 978-623-8216 General Contract FAX: 978-623-8240 EMAIL: eshola@andoverma.gov

CONTACT INFORMATION: Elaine M. Shola, Purchasing Agent DESCRIPTION: Painting of Road Markings, Andover. CONTRACT AWARDED TO: Markings, Inc. 30 Riverside Drive Pembroke, MA 02359

CONTRACT AMOUNT: $42,127.50

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Boston, City of Public Facilities Department 26 Court St. Boston, MA 02108 CONTACT INFORMATION: Ken MacDonald DESCRIPTION: Visitor Information Center Renovations. CONTRACT AWARDED TO: Northern Contracting Corp. 68 Jackson St. Canton, MA 02021 PHONE: 617-635-4807

PROJECT NUMBER: 6885 PROJECT TYPE: FAX: EMAIL: General Contract

CONTRACT AMOUNT: $615,100.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Cambridge, City of 795 Massachusetts Ave. Cambridge MA 02139

PROJECT NUMBER: 5354 PROJECT TYPE: PHONE: 617-349-4310 Real Property FAX: 617-349-4008 EMAIL: jdillon@cambridgema.gov

CONTACT INFORMATION: Cynthia H. Griffin

DESCRIPTION: Lease Garage/Facility space for the Cambridge Police Department. CONTRACT AWARDED TO: N.A.I. Management 41 Taylor St. Springfield, MA 01103 CONTRACT AMOUNT: $60,000 (Year One)

Sub Contract Award:

70

CR-4
AWARDING AUTHORITY: AGENCY: Cambridge, City of Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT INFORMATION: Cynthia H. Griffin DESCRIPTION: Park Preventative Maintenance. CONTRACT AWARDED TO: N. Sacca & Sons, Inc. 50 Brighton St. Belmont, MA 02478

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: 5347 PROJECT TYPE: PHONE: 617-349-4310 General Contract FAX: 617-349-4008 EMAIL: nmcleod@cambridgema.gov

CONTRACT AMOUNT: $191,250.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Franklin, Town of 355 East Central St. Franklin, MA 02038

PROJECT NUMBER: 2010-139 PROJECT TYPE: PHONE: 508-533-4866 General Contract FAX: 508-541-5253 EMAIL: ncollins@franklin.ma.us

CONTACT INFORMATION: Norma Collins DESCRIPTION: Sewer/Motors/Control Equipment Agreement for DPW. CONTRACT AWARDED TO: Weston & Sampson C.M.R., Inc. 5 Centennial Drive Peabody, MA 01960

CONTRACT AMOUNT: $30,000.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Harwich, Town of 732 Main St. Harwich, MA 02645

PROJECT NUMBER: PROJECT TYPE: PHONE: EMAIL: FAX: General Contract

CONTACT INFORMATION: Robert Cafarelli DESCRIPTION: Roof Installation at the Historic Albro House. CONTRACT AWARDED TO: D.D.C. Construction, Inc. 245 Aquidneck St. New Bedford, MA 02744

CONTRACT AMOUNT: $32,500

Sub Contract Award:

71

CR-4
AWARDING AUTHORITY: AGENCY: Holyoke, City of Gas and Electric Department 99 Suffolk St. Holyoke, MA 01040 CONTACT INFORMATION: Yocelyn Delgado

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: 10-48 PROJECT TYPE: PHONE: 413-536-9308 Designer Services FAX: 413-552-0392 EMAIL: ydelgado@hged.com

DESCRIPTION: General Contract Work, Annual Contract 2011. CONTRACT AWARDED TO: Adams & Ruxton Construction Co. 600 Union St. West Springfield, MA 01089 CONTRACT AMOUNT: Various Unit Prices

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Holyoke, City of Gas and Electric Department 99 Suffolk St. Holyoke, MA 01040 CONTACT INFORMATION: Yocelyn Delgado DESCRIPTION: Power Piping, Annual Contract 2011. CONTRACT AWARDED TO: Harry Grodsky & Co., Inc. P.O. Box 880 33 Shaws Lane Springfield, MA 01101 Sub Contract Award: PHONE: 413-536-9308

PROJECT NUMBER: 10-43 PROJECT TYPE: General Contract FAX: 413-552-0392 EMAIL: ydelgado@hged.com

CONTRACT AMOUNT: Various Unit Prices

AWARDING AUTHORITY: AGENCY: Hopkinton, Town of Housing Authority 100 Davis Rd. Hopkinton, MA 01748 CONTACT INFORMATION: Linda Donahue DESCRIPTION: Boiler Replacement at Brampton Circle, 667-1 and 667-2 Elderly Housing Developments. CONTRACT AWARDED TO: Emond Plumbing & Heating, Inc. 104 Dean St. Taunton, MA 02780 PHONE: 508-435-6022

PROJECT NUMBER: 139030 PROJECT TYPE: General Contract FAX: 508-435-7165 EMAIL: hopkinhsg@comcast.net

CONTRACT AMOUNT: $181,000

Sub Contract Award:

72

CR-4
AWARDING AUTHORITY: AGENCY: Lincoln, Town of School Building Committee 6 Ballfield Rd. Lincoln, MA 01773 CONTACT INFORMATION:

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: RFS for Design Services PROJECT TYPE: PHONE: 781-259-2623 Designer Services FAX: 781-259-9246 EMAIL: bcreel@lincnet.org

Buckner Creel, Administrator for Business and Finance

DESCRIPTION: Design Architect to provide designer services for the design, construction, replacement of, addition to and/or renovation of the Lincoln School in Lincoln. CONTRACT AWARDED TO: O.M.R. Architects, Inc. 543 Massachusetts Ave. West Acton, MA 01720 CONTRACT AMOUNT: $397,000

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Lunenburg, Town of 17 Main St. Lunenburg, MA 01462

PROJECT NUMBER: PROJECT TYPE: PHONE: 978-582-4144 General Contract FAX: 978-582-4148 EMAIL: lwilliams@lunenburgonline.com

CONTACT INFORMATION: Laura Williams

DESCRIPTION: Supply and Installation of Town Hall Carpet (First and Second floors), approximately 650 +/- Square Yards. CONTRACT AWARDED TO: Amico Carpets 43 Whalon St. Fitchburg, MA 01420 CONTRACT AMOUNT: $11,200.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Methuen, City of Building Committee 41 Pleasant St. Methuen, MA 01844 CONTACT INFORMATION: Lauri Antonacci PHONE: 978-983-8535

PROJECT NUMBER: PROJECT TYPE: General Contract FAX: 978-983-8972 EMAIL: liantonacci@methuen.k12.ma.us

DESCRIPTION: General construction contract for building select demolition, interior renovations and MEP system upgrades to the Methuen Central School, 10 Ditson Place, Methuen. CONTRACT AWARDED TO: M.C.M. U.S.A. Four A St. Burlington, MA 01803 CONTRACT AMOUNT: $1,793,000 (includes bid alternates #1 and #2)

Sub Contract Award:

73

CR-4
AWARDING AUTHORITY: AGENCY: Methuen, City of Building Committee 41 Pleasant St. Methuen, MA 01844 CONTACT INFORMATION: Lauri Antonacci

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: PROJECT TYPE: PHONE: 978-983-8535 General Contract FAX: 978-983-8972 EMAIL: liantonacci@methuen.k12.ma.us

DESCRIPTION: Construction Management at Risk contract for phased occupied addition, renovations and site improvements to Methuen High School, One Ranger Rd., Methuen. CONTRACT AWARDED TO: Dimeo Construction Co. 75 Chapman St. Providence, RI 02905 CONTRACT AMOUNT: $96,412

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Newton, City of 1000 Commonwealth Ave. Newton, MA 02459

PROJECT NUMBER: 11-31 PROJECT TYPE: PHONE: 617-796-1220 General Contract FAX: 617-796-1227 EMAIL: purchasing@newtonma.gov

CONTACT INFORMATION: Rositha Durham DESCRIPTION: Annual Electrical Motor Repairs and Replacement. CONTRACT AWARDED TO: Williamson New England Electric Motor Service Corp. 25 Griffin Way Chelsea, MA 02150

CONTRACT AMOUNT: $31,906.25

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Templeton, Town of Board of Selectmen P.O. Box 250 690 Patriots Rd. Templeton, MA 01468 CONTACT INFORMATION: Carol Skelton PHONE: 978-939-8801

PROJECT NUMBER: PROJECT TYPE: Designer Services FAX: 978-939-4065 EMAIL: cskelton@templeton1.org

DESCRIPTION: Design/Construction and Renovations to an existing 12,000 square foot concrete block building to be used to house Town Departments for the Town of Templeton. CONTRACT AWARDED TO: Tecton Architects, Inc. One Hartford Square West Hartford, CT 06106 CONTRACT AMOUNT: $130,500.00

Sub Contract Award:

74

CR-4
AWARDING AUTHORITY: AGENCY: Bridgewater State University Purchasing Office Boyden Hall Room 202 Bridgewater, MA 02325 CONTACT INFORMATION: Diane Chagnon

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: FMP-11-164 No. 5 PROJECT TYPE: PHONE: 508-531-2213 General Contract FAX: 508-531-6130 EMAIL: dchagnon@bridgew.edu

DESCRIPTION: West Campus Sewer Improvements: demolition of existing sewer system and new install to include utility work, paving, curbing, sidewalk replacement and seeding operations. CONTRACT AWARDED TO: M.E. Smith, Inc. 109 Hastings Rd. Spencer, MA 01562 CONTRACT AMOUNT: $266,000.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Mount Wachusett Community College 444 Green St. Gardner, MA 01440

PROJECT NUMBER: MWC#B110007 PROJECT TYPE: PHONE: 978-630-9103 General Contract FAX: 978-630-9559 EMAIL: pdakota@mwcc.mass.edu

CONTACT INFORMATION: Pat Dakota DESCRIPTION: Replace HVAC Unit in MWCC Fitness Center. CONTRACT AWARDED TO: General Air Conditioning & Heating, Inc. 7 Gaston St. Dorchester, MA 02120-18715

CONTRACT AMOUNT: $185,000

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Mount Wachusett Community College 444 Green St. Gardner, MA 01440

PROJECT NUMBER: MWC-B110008 PROJECT TYPE: PHONE: 978-630-9103 General Contract FAX: 978-630-9559 EMAIL: pdakota@mwcc.mass.edu

CONTACT INFORMATION: Pat Dakota

DESCRIPTION: Duct Work in Fitness Center at Mount Wachusett Community College. CONTRACT AWARDED TO: General Air Conditioning & Heating, Inc. 7 Gaston St. Dorchester, MA 02120-1215 CONTRACT AMOUNT: $18,000

Sub Contract Award:

75

CR-4
AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston, MA 02128 CONTACT INFORMATION: Ali Abbas Ali

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: AP1110-C1 PROJECT TYPE: PHONE: 617-568-5950 General Contract FAX: 617-568-5998 EMAIL: bdecourcy@massport.com

DESCRIPTION: FY 2011-2013 Term Mechanical Contract at all Massport Facilities in Boston, Bedford and Worcester. CONTRACT AWARDED TO: Patrick J. Kennedy & Sons, Inc. 39 Gibson St. Dorchester, MA 02122 CONTRACT AMOUNT: $735,900

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston MA 02128 CONTACT INFORMATION: Phong Ho DESCRIPTION: Control Tower Sub Station Upgrade at Logan International Airport, East Boston. CONTRACT AWARDED TO: J.F. White Contracting Co. 10 Burr St. Framingham MA 01701 PHONE: 617-568-5950

PROJECT NUMBER: L1072-C2 PROJECT TYPE: General Contract FAX: 617-568-5998 EMAIL: bdecourcy@massport.com

CONTRACT AMOUNT: $366,000

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston, MA 02128 CONTACT INFORMATION: Helen Mao DESCRIPTION: Noise Abatement Mitigation Program, East Boston and Chelsea. CONTRACT AWARDED TO: P.J. Spillane 97 Tileston St. Everett, MA 02149 PHONE: 617-568-5950

PROJECT NUMBER: L451-C19 PROJECT TYPE: General Contract FAX: 617-568-5998 EMAIL: bdecourcy@massport.com

CONTRACT AMOUNT: $1,239,000.

Sub Contract Award:

76

CR-4
AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston, MA 02128 CONTACT INFORMATION: Helen Mao

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: L451-C20 PROJECT TYPE: PHONE: 617-568-5950 General Contract FAX: 617-568-5998 EMAIL: bdecourcy@massport.com

DESCRIPTION: Noise Mitigation Program, East Boston and Chelsea. CONTRACT AWARDED TO: P.J. Spillane 97 Tileston St. Everett MA 02149 CONTRACT AMOUNT: $789,000

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: South Shore Educational Collaborative 90 Industrial Park Rd. Hingham, MA 02043

PROJECT NUMBER: PROJECT TYPE: PHONE: 781-749-7518 Real Property FAX: 781-740-0784 EMAIL: hperrin@ssec.org

CONTACT INFORMATION: Henry W. Perrin, Executive Director

DESCRIPTION: Ten-year lease with ten-year option on an 86,000 square foot building located at 105 Research Rd., Hingham. CONTRACT AWARDED TO: FoxRock Research Realty, LLC 100 Newport Ave. Extension Quincy, MA 02171 CONTRACT AMOUNT: $15.19 - $26.75/Square Foot

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: University of Massachusetts Building Authority c/o Joslin, Lesser + Associates, Inc. 44 Pleasant St. Watertown, MA 02472 CONTACT INFORMATION: Tom Kerwin DESCRIPTION: Campus Parking Structure, UMass Lowell. CONTRACT AWARDED TO: Walker Parking Consultants 20 Park Plaza #1202 Boston, MA 02116 PHONE: 617-744-3116

PROJECT NUMBER: UMBA 10-L3 PROJECT TYPE: Designer Services FAX: 617-924-3800 EMAIL: tkerwin@joslinlesser.com

CONTRACT AMOUNT:

Sub Contract Award:

77

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Agawam, Town of 36 Main St. Agawam, MA 01001

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/26/11

2032.40

4:00 P.M.

CONTACT INFORMATION: Vincent Gioscia TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 413-786-0400 ext. 281

FAX

413-786-9927

Email: solicitor@agawam.ma.us.

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: This Access Easement is 20 feet wide, unless otherwise indicated, and covers any land or interest therein owned by the Town of Agawam (the "Grantor") located in the Town of Agawam, County of Hampden, for purposes of constructing and utilizing an access road to access the Grantee's electric transmission facility easement located on adjacent property at South Westfield St. ESTIMATED VALUE, SOURCE OF VALUATION: $35,500. ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: Agawam, Town of 36 Main St. Agawam, MA 01001

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/26/11 4:00 P.M.

2032

CONTACT INFORMATION: Vincent Gioscia TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 413-786-0400 ext. 281

FAX

413-786-9927

Email: solicitor@agawam.ma.us.

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: This is an electric transmission easement 110 feet wide and covers any land or interest therein owned by the Town of Agawam ("Grantor") within 50 feet north of, and 60 feet south of location owned by Grantor located on the easterly side of South Westfield St. in the Town of Agawam, Hampden County. The easement provides the right, from time to time, to construct, reconstruct, repair, maintain, operate upon, over, under, along and across the Easement Area, poles, towers and other structures, lines, wires and any and all other equipment, structures and facilities useful for the conducting and the transmission and distribution of electric current and communications of any character or nature and the right to make alterations to that area necessary to achieve that purpose. ESTIMATED VALUE, SOURCE OF VALUATION: $91,300. ADDITIONAL INFORMATION The Grantor reserves the right to use the Easement Area for agricultural purposes, other than the growing of trees and shrubs and for other purposes which do not interfere with the exercise of any of the rights and/or easements granted and/or do not create a hazard.

78

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Agawam, Town of 36 Main St. Agawam, MA 01001

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/26/11 4:00 P.M.

3046

CONTACT INFORMATION: Vincent Gioscia TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 413-786-0400 ext. 281

FAX

413-786-9927

Email: solicitor@agawam.ma.us.

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: This is an electric transmission easement that is located on the northerly side of Lot 2B, rear of Cooper St. in the Town of Agawam, Hampden County, more specifically described as follows: 150 feet wide and covers any land or interest therein owned by the Town of Agawam ("Grantor") within 50 feet measured at right angles to and westerly of and within 100 feet measured at right angles to and easterly of a Line of Location, whether such Line of Location is, at the point opposite such land, on said land, on the highway or on the land of some other party. ESTIMATED VALUE, SOURCE OF VALUATION: $56,500. ADDITIONAL INFORMATION This easement provides the right to construct, repair, maintain, replace, operate upon, over, under, along and across the Easement Area, poles, towers and other structures, lines, wires and any and all other equipment, structures and facilities useful for the conducting and the transmission and distribution of electric current and communications of any character or nature, as well as the right to make adjustments to such an area as may be necessary for that purpose. The Grantor reserves the right to use the Easement Area for agricultural purposes, other than the growing of trees and shrubs, and for other purposes which do not interfere with the exercise of any of the rights and/or easements granted and/or do not create a hazard.

AWARDING AUTHORITY: AGENCY: Barnstable, Town of 230 South St. Hyannis, MA 02601

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/25/11 3:00 P.M.

CONTACT INFORMATION: Johanna Boucher TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 508-862-4741

FAX

508-862-4717

Email: johanna.boucher@town.barnstable.ma.us

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: The Chief Procurement Officer, under M.G.L. c. 30B, 16, on behalf of the Town Manager of the Town of Barnstable, is soliciting responses from interested parties for the disposition by lease, of Town owned property located at 2135 Meeting House Rd. in the village of West Barnstable. This property has been most recently the location of a life tenancy under the open space acquisition of the abutting property known as Conant farms. The building is not available for residential use and is limited to not for profit educational entities only. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION RFP documents are available on the Town of Barnstable website, Bid & RFP system at www.town.barnstable.ma.us.

79

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Boston, City of Department of Neighborhood Development (DND) Bid Counter 26 Court St. 10th Floor Boston, MA 02108 CONTACT INFORMATION: Bernard Mayo, Project Manager TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 617-635-0297

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 4/4/11 FAX Email: 4:00 P.M.

SALE

LEASE

DESCRIPTION OF PROPERTY: Vacant land at 45 Norfolk St. (Ward 17, Parcel #01419000), located in the Dorchester district of the City of Boston. The City of Boston, acting by and through its Public Facilities Commission by the Director of DND, is soliciting proposals to develop the property for mixed use or commercial. The property totals approximately 4,855 square feet and is being offered "As-Is". ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION RFP package is available as of 2/22/11 at the above agency address or for download by registering at www.cityofboston.gov/dnd/rfp/. Bid Counter Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M.

AWARDING AUTHORITY: AGENCY: Hanson, Town of 542 Liberty St. Hanson, MA 02341

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/25/11

CONTACT INFORMATION: Jonathan D. Eichman, Esq, TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 617-556-0007

FAX Email: jeichman@k-plaw.com

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: The land off Main St. in the Town of Hanson known as the Poor Meadow Brook property, identified as Lot 8 on Assessors Map 51, and being all that land described in the deed recorded with the Plymouth County Registry of Deeds in Book 27592, Page 54. The above-named public agency has determined that advertising pursuant to M.G.L. c.30B, 16(d), will not benefit the interests of the public agency because of the following unique qualities or location of the real property to be acquired: This undeveloped property lies adjacent to the Crystal Spring Well Field, a public water supply, and to Poor Meadow Brook and several parcels of Town-owned land protected as open space; Acquisition will help to protect the well field and other hydrological resources, protect wildlife habitat and expand the assemblage of publicly-owned conservation land in southwest Hanson. ESTIMATED VALUE, SOURCE OF VALUATION: $41,800 per negotiation of the parties. ADDITIONAL INFORMATION Owner and sole person having a direct or indirect beneficial interest in the property: Scott Petersen, 82 Holmes Terrace, Hanson, MA 02341.

80

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Milton, Town of 525 Canton Ave. Milton, MA 02186

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/25/11 2:00 P.M.

CONTACT INFORMATION: William Clark TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 617 898-4847

FAX

617 698-6741

Email: wclark@townofmilton.org

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: The Property presently consists of approximately 34 acres and is located at the end of Governor Stoughton Lane in Milton. The Property is shown on the Town of Milton Assessors Maps as Map K, Block 6, Lot 2. In accordance with the provisions of M.G.L. c. 30B, 16, the Milton Board of Selectmen as the Trustees of the Governor Stoughton Trust, invite sealed Proposals from interested parties, pursuant to the terms of a Request for Proposals for the Lease or Sale of the Governor Stoughton Trust Property, together with any and all buildings and structures thereupon, which is located in the Town of Milton. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION The Trustees have determined that the Property currently is underutilized for its intended purpose and are inviting proposals from interested parties for the lease or sale of the Property consistent with the purposes of the Will of William Stoughton. The Request for Proposals (RFP) may be obtained from the Trustees of the Governor Stoughton Trust at the above agency address, 2/14/11, Monday - Friday, 8:30 A.M. - 5:00 P.M. RFP will also be emailed to interested parties who call 617-898-4846 and request a copy.

AWARDING AUTHORITY: AGENCY: Natick, Town of 13 East Central St. Natick, MA 01760

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME:

CONTACT INFORMATION: Christopher Bradley TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 508-647-6438 Email:

FAX

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Unique Property Acquisition Notification: The Town needs parking facilities within close proximity to the Natick Commuter Rail Station such that commuters are not required to cross Route 135. The unique property is located at the corner of Mulligan St. and South Ave. providing 72 spaces in close proximity to the Natick Commuter Rail Station. ESTIMATED VALUE, SOURCE OF VALUATION: $214,000, Town Assessor value. ADDITIONAL INFORMATION Property owned by the Roman Catholic Archbishop of Boston, 1 Lake St., Brighton, MA 02135.

81

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Sharon, Town of 90 South Main St. Sharon, MA 02067

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/28/11 2:00 P.M.

CONTACT INFORMATION: Benjamin Puritz, Town Administrator TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 781-784-1500

FAX

781-784-1502

Email: bpuritz@townofsharon.org

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: The Town of Sharon requests competitive sealed proposals from qualified offerors for lease of space on Water Department land located at 411 East Foxboro Street Rd. The term will be for a ten year period, for the purpose of serving as a base for telecommunications systems and will involve construction of a monopole on the property. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: Somerville, City of Purchasing Department 93 Highland Ave. Somerville, MA 02143 CONTACT INFORMATION: Angela Allen TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 617-625-6600 ext. 3400

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/28/11 FAX 617-625-1344

RFP 11-50

11:00 A.M.

Email:

SALE

LEASE

DESCRIPTION OF PROPERTY: The City of Somerville, acting through its Purchasing Department, is issuing a Request for Proposals for the disposition of real property pursuant to M.G.L. c. 30B, 16. The City wishes to dispose of approximately 24,344 square feet of land at 0 Cross St., consisting of a playground known as Harris Park plus the approximately 5,917 square foot portion of Cross St. East that abuts Harris Park. ESTIMATED VALUE, SOURCE OF VALUATION: $38.78/square foot by Appraisal. ADDITIONAL INFORMATION Terms for the disposition of the property will be negotiated with the City and memorialized in a Land Disposition Agreement. Appraisal done by Eric Reenstierna Associates.

82

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Spencer, Town of 157 Main St. Spencer, MA 01562

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/28/11 2:00 P.M.

CONTACT INFORMATION: Adam D. Gaudette TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 508-885-7500 ext. 155

FAX

508-885-7528

Email: ltorti@spencerma.gov

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Lease of space within a municipally owned commercial property: Sugden Suite 2 Lease, 117 Main St., Spencer, approximately 1923 square feet. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: Springfield, City of Office of Procurement 36 Court St. Room 405 Springfield, MA 01103 CONTACT INFORMATION: Julie Maxey TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 413-787-6284

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/25/11 FAX 413-787-6295

Bid No. 11-271

2:00 P.M.

Email: jmaxey@springfieldcityhall.com

SALE

LEASE

DESCRIPTION OF PROPERTY: The leasing of office and other spaces such as conference rooms, clinic area, break room with kitchenette and storage area for Springfield Health and Human Services Department, located within the City of Springfield, 1/4 mile to City Hall. Amount of space: Approximately 10,022 square feet of net usable area (NUA). ESTIMATED VALUE, SOURCE OF VALUATION: Not to exceed $151,472/Year. ADDITIONAL INFORMATION

83

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Bay Transportation Authority, Massachusetts (MBTA) c/o Transit Realty Associates, LLC (TRA) 77 Franklin St. Boston, MA 02110 CONTACT INFORMATION: R. J. Long TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 617-482-2525

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 3/30/11 FAX 617-482-0210 11:00 A.M.

Email: RJLong@transitrealty.com

SALE

LEASE

DESCRIPTION OF PROPERTY: Sale of approximately 25,400 square feet of undeveloped land on Spring St., West Roxbury. ESTIMATED VALUE, SOURCE OF VALUATION: $12.60/square foot Minimum Bid. ADDITIONAL INFORMATION Bid forms must be obtained from the TRA website at www.transitrealty.com or from TRA at the above agency address.

AWARDING AUTHORITY: AGENCY: Conservation and Recreation, Department of (DCR) 251 Causeway St. Boston, MA 02113

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME:

#S-000388

CONTACT INFORMATION: Marcos Pittore TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 617-626-1319

FAX Email: marcos.pittore@state.ma.us

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Approximately 20.1 acres of unique forest land abutting the Otis State Forest off Norton Rd. Extension in Otis. ESTIMATED VALUE, SOURCE OF VALUATION: $46,000, Proposed purchase price. ADDITIONAL INFORMATION The beneficial interest holders are John E. Briant and Eileen M. Briant.

84

Page 1 of 2

DIVISION OF CAPITAL ASSET MANAGEMENT AND MAINTENANCE OFFICE OF LEASING AND STATE OFFICE PLANNING ONE ASHBURTON PLACE, 14th FLOOR ROOM 1411 BOSTON, MASSACHUSETTS 02108 617-727-8000 WEEK OF FEBRUARY 20, 2011 LEASED SPACE SOUGHT FOR STATE AGENCIES The Division of Capital Asset Management and Maintenance Office of Leasing and State Office Planning is advertising the availability of the Requests for Proposals (RFPs) listed below. The RFP includes the Lease Proposal form, instructions for submitting proposals, and the Commonwealth standard lease and associated documents. Please note that proposals must be received at the Office of Leasing and State Office Planning at the address listed above by the submission deadline. Proposals received after the deadline will not be considered. You may request an RFP by writing to the address listed above, telephoning the Office at 617-727-8000 x355, or by coming to the Office at the address listed above. When requesting a copy of the RFP, please include the name, address, and telephone and fax numbers of the person to receive the RFP; if you mail in your request, please enclose a business card with this information. Allow up to nine business days for receipt of the RFP by mail. If submitting a proposal by mail or other delivery, please allow sufficient time for receipt of the proposal at the appropriate office as mail is routed internally from a central point. These Request for Proposals can also be obtained through the Internet at: http://www.comm-pass.com Unless otherwise noted, the Commonwealth is seeking a five-year lease.

Deadline

Project #

User Agency

Space Type

Usable Sq. Ft.(USF)


Approximately 30,000

Location

02/24/11 2:00 PM

201089000.1

Massachusetts Trial Court

Secure Storage for Records and Warehouse

Auburn, Boylston, Grafton, Marlborough, Millbury, Northborough, Shrewsbury, Westborough, West Boylston, or Worcester

03/10/11 2:00 PM

201096000.1

Department of Developmental Services

Office

Approximately 6,000

Haverhill

03/16/11 2:00 PM

201091000.1

Massachusetts Parole Board

Office

Approximately 3,500

Lawrence

03/30/11 2:00 PM

201093000.1

Office of the Suffolk District Attorney

Office

Approximately 4,300

Charlestown, Chelsea, East Boston, Revere, or Winthrop

Page 2 of 2

03/31/111 2:00 PM

201086000.1

Executive Office of Health and Human Services and its Massachusetts Rehabilitation Commission, and the Department of Developmental Services

Office

Approximately 9,900

Arlington, Belmont, Cambridge, Somerville, Waltham, or Watertown

04/06/11 2:00 PM

201095000.1

Executive Office of Health and Human Services and its Department of Children and Families, Massachusetts Rehabilitation Commission, and the Department of Developmental Services

Office

Approximately 26,400 to house DCF, MRC and DDS together 1 OR Approximately 18,400 to house DCF alone 2 OR Approximately 9,700 to house MRC and DDS together 2

Braintree, Quincy, or Weymouth

_______________________________________________________________________________________________________________________________
1

Ten year term, with Tenants right to surrender up to 25% of the Usable Area any time after the third anniversary of the Date of Occupancy 2 Five year term

PUBLIC NOTICE MASSACHUSETTS DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF RESOURCE PROTECTION/W ATERSHED PERMITTING PROGRAM 20 RIVERSIDE DRIVE LAKEVILLE, MASSACHUSETTS 02347 TEL#: (508) 946-2750

Notice is hereby given that the following application for a groundwater discharge permit is being processed and that the following actions being proposed thereon pursuant to Section 43 of Chapter 21 of the General Laws, and 314 CMR 5.00 and 2.06:

A copy of the application, draft permit, and statement of basis or fact sheet relative to the draft permit may be obtained from the Department's Watershed Permitting Group at the above address and telephone number. Comments on the proposed action or requests for a public hearing thereon pursuant to 314 CMR 2.07 must be filed with the Department at the above address within thirty (30) days of this notice. This information is available in alternate format by calling our ADA Coordinator at (617) 574-6872.

Jeffrey E. Gould Bureau of Resource Protection

PUBLIC NOTICE MASSACHUSEITS DEPARTMENT OF ENVIRONMENTAL PROTECTION METROPOLITAN BOSTONINORTHEAST REGION BUREAU OF RESOURCE PROTECTION 205B LOWELL STREET WILMINGTON, MASSACHUSEITS 01887 TEL (978) 694-3200

Notice is hereby given that the following application for a ground water discharge permit is being processed and that the following actions are being proposed thereon pursuant to Section 43 of Chapter 21 of the General Laws, and 314 CMR 5.00 and 2.06: APPLICANT: Lincoln North Reading, LLC, 200 Fairbrook Drive, Suite 101, Herndon, VA 20170 & 483 Boston Post Road, Suite 5, Weston. MA 02493

FACILITY LOCATION: Edgewood Luxury Apartments Wastewater Treatment Facility, 100 Lowell Street, North Reading, MA .

A copy of the applic.ation, draft permit, and statement of basis or fact sheet relative to the draft permit may be obtained from MassDEP's Wastewater Management Program at the above address and telephone number. Comments on the proposed action or requests for a public hearing thereon pursuant to 314 CMR 2.07 must be filed with MassDEP at the above address within thirty (30) days of this notice. Eric Worrall Deputy Regional Director Bureau of Resource Protection

THE COMMONWEALTH OF MASSACHUSETTS OFFICE OF THE ATTORNEY GENERAL


ONE ASHBURTON PLACE BOSTON, MASSACHUSETTS 02108
MARTHA COAKLEY ATTORNEY GENERAL (617) 727-2200 TTY (617) 727-4765 www.mass.gov.ago

DEBARMENT LIST: February 8, 2011 1. Milton Marder of 18 Maple Street, Maynard, MA 01754, is debarred for a period of 8 years beginning March 16, 2005 through March 15, 2013. TMJ Construction Corporation, and its owner, Michael Jenkins, both of 72 Amherst Road, Merrimack, NH, 03054, are debarred for a period of 5 years beginning April 13, 2006 through April 12, 2011. James A. Curran, of 7 Curran Lane, Holyoke, MA 01040, is debarred for a period of 5 years beginning April 5, 2006 through April 4, 2011. Rand Stoneworks, Inc. of 326 U.S. Route 1, Scarborough, ME 04074 and John Jeffrey Rand, its president, of 46 Belfield Road, Cape Elizabeth, ME 04107, are debarred for a period of 10 years beginning March 14, 2007 through March 13, 2017. Shannon Construction Corporation, of 15 Speedway Avenue, Brighton, MA 02134 and Laurence Moloney, its owner, of 15 Highgate Road, Wayland, MA 01778, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties from March 20, 2008 through March 19, 2011. Bay State Painters and Josephine Christopoulos, both of 10 Danielle Drive, Danvers, MA 01913, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning April 7, 2008 through April 6, 2013. Olympic Painting and Roofing, Inc. and George Vosiliodes, both of 515 Lowell Street, Peabody, MA 01960, are debarred pursuant to M.G.L. c.152, 25C beginning August 6, 2008 through August 5, 2011. Nealco Environmental Services, Inc. of 5 Caspian Way, Dorchester, MA 02125 and Neal Cass, its owner, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning October 27, 2009 through October 26, 2011. Avanti Construction, of 4980 North Main Street, Fall River, MA 02720 and Rodrigo Ziliotto, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning April 5, 2010 through April 4, 2011. 1

2.

3.

4.

5.

6.

7.

8.

9.

10.

Borere Builders, LLC, of 59 Coddington Street, Quincy, MA 02169, and Maykon Oliveira, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning April 6, 2010 through April 5, 2011. ABD Construction, LLC, of 1703 Main Street, Weymouth, MA 02190, and Almiro DaSilva, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning April 6, 2010 through April 5, 2011. D. C. Flooring, of 27 Highland Street, Milford, MA 01727, and David J. Carlson, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning March 3, 2010 through March 2, 2011. J. P. Caruso, LLC, of 10 Lookout Terrace, Lynnfield, MA 01940, and Joseph P. Caruso, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning May 6, 2010 through May 5, 2011. A.C.T. Abatement Corporation, of 18 Broadway, Lawrence, MA 01840 and Eric B. Jeter are debarred pursuant to M.G.L. c. 149, 27C beginning May 28, 2010 through May 27, 2011. International Welders, LLC, of 560 Westminster Hill Road, Fitchburg, MA 01420 and Roberto Colon are debarred pursuant to M.G.L. c. 149, 27C beginning June 21 2010 through June 20, 2011. Tremont Coating and Caulking, of 1 Griffin Road, Peabody, MA 01960, and Maureen E. Albright, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning August 27, 2010 through August 26, 2011. LVR Corporation, of 88 Foundry Street, Wakefield, MA 01880, and Lawrence V. Roy, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning September 27, 2010 through September 26, 2012. V. Locke Contracting, Inc., of 25 Hayward Street, Rear, Braintree, MA 02184, and Vincent B. Locke, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning October 19, 2010 through April 18, 2011. KM Services, Inc., of 71 South Street, Avon, MA 02322, and Kevin M. Edwards, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning November 5, 2010 through November 4, 2012. JVF d/b/a Irrigation Repair Company, of 239 Mattakeesett Street, Pembroke, MA 02359, and John Finocchi, its owner, are debarred pursuant to M.G.L. c. 149, 27C, beginning October 14, 2010 through October 13, 2011. Universal General Construction Corp., of 21 forest Street, 2nd Floor, Milford, MA 01757, and Alexsandro Demoura, its owner, are debarred pursuant to M.G.L. c. 149, 27C, beginning November 4, 2010 through November 3, 2011. 2

11.

12.

13.

14.

15.

16.

17.

18.

19.

20.

21.

22.

Robell, Inc., of 72 Page Street, Luneburg, MA 02421 and Robert Ullo, its owner, are debarred pursuant to M.G.L. c. 149, 27C, beginning November 5, 2010 through November 4, 2012. A & D Trucking Services, LLC, of 54 Beach Street, Milford, MA 01757 and Antonio M. Goncalves, its owner, are debarred pursuant to M.G.L. c. 149, 27C, beginning December 13, 2010 through December 12, 2011. Robert A. Firth, III, d/b/a/ Robert A. Firth, of 17 Dale Street, Saugus, MA 01906, are debarred pursuant to M.G.L. c. 149, 27C , beginning July 20, 2010 through July 19, 2011. Garcia Drywall, Inc. of 20 Query Street, New Bedford, MA 02740 and Emanuel E. Garcia, its owner are debarred pursuant to M.G.L. c. 149, 27C, beginning January 26, 2011 through January 25, 2021. Martin Metro East Insulation, Inc. of 81 Sycamore Street, Braintree, MA 02184 and Kyle H. Martin, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning December 13, 2010 through December 12, 2011.

23.

24.

25.

26.

~
:;1 .. ';

THE COMMONWEALTH OF MASSACHUSETTS


Department of Industrial Accidents
600 Washington Street, 7th Floor Boston, Massachusetts 02111
--."--.

~'IJ--J
~I----~Q .
~~.,

1<:1

~o,j '~d ,

DEVAL L. PATRICK
Governor

PAUL V. BUCKLEY
Commissioner

TIMOTHY P. MURRAY
Lieutenant Governor

Department of Industrial Accidents Debarment List

Under the provisions of the Workers' Compensation Law, Massachusetts Genem1 Laws, Chapter 152, Section 25C (10), once a business has been issued a Stop Work Order by the Department ofIndustrial Accidents, it is prevented from bidding on or participating in any state or municipal funded contmcts for a period of three (3) years and, where applicable, is subject to penalties provided under M.G.L., Chapter 152, Section 25C (5), which provides for imprisonment for not more than one year or by a fine of not more than one thousand five hundred dollars, or by both such fine and imprisonment. Companies currently on the debannent list can be found on tlle following link: http://www .mass. gov IEl wdl docs/ dialinvestigations/ debarment _list.x1s

The Commonwealth of Massachusetts


Executive Office for Administration and Finance Division of Capital Asset Management
One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK GOVERNOR

Tel: (617) 727-4050 Fax: (617) 727-5363

JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE DAVID B. PERINI COMMISSIONER

TIMOTHY P. MURRAY LIEUTENANT GOVERNOR

CONTRACTORS DECERTIFIED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT The following contractors are decertified by the Division of Capital Asset Management from bidding on public building work pursuant to M.G.L. Chapter 149. To determine if a contractor is currently certified by DCAM, please check for the contractorname on DCAMcertified contractors s s listings (at www. mass.gov/dcam under Contractor Certification on the Related Links menu). In addition, if you are seeking information on debarred contractors specifically, please be sure to also check information posted by state agencies in the Secretary of StateCentral Register publication, as well as with the Massachusetts s Attorney GeneralOffice, Department of Industrial Accidents, and Massachusetts Highway Department. s These agencies and their contact information can be found at the State of Massachusetts web site accessed at www.mass.gov. Contractor: V. Locke Contracting, Inc. 25 Hayward Street Rear Braintree, MA 02184 Division of Capital Asset Management G.L. c. 149,44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 October 19, 2010 April 18, 2011 LVR Corporation 88 Foundry Street Wakefield, MA 01880 Division of Capital Asset Management G.L. c. 149,44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 October 18, 2010 September 26, 2012 Bestech, Inc. of Connecticut 25 Pinney Street Ellington, CT 06029 Division of Capital Asset Management G.L. c. 149,44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 August 30, 2010 Until further notice

Decertified By: Authority: Restrictions: Effective Date: End Date: Contractor:

Decertified By: Authority: Restrictions: Effective Date: End Date: Contractor:

Decertified By: Authority: Restrictions: Effective Date: End Date:

Rev. October 20, 2010

The Commonwealth of Massachusetts


Executive Office for Administration and Finance Division of Capital Asset Management
One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK GOVERNOR

Tel: (617) 727-4050 Fax: (617) 727-5363

JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE DAVID B. PERINI COMMISSIONER

TIMOTHY P. MURRAY LIEUTENANT GOVERNOR

CONTRACTORS DECERTIFIED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT (continued) Contractor: Signet Electronic Systems, Inc. 106 Longwater Drive Norwell, MA 02061 Division of Capital Asset Management G.L. c. 149,44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 August 6, 2010 Until further notice Suburban Middlesex Insulation, Inc. 823 Pleasant Street Norwood, MA 02062 Division of Capital Asset Management G.L. c. 149,44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 May 4, 2010 Reapplication not before May 4, 2011 Eagle Eyes Contractor, Inc. 366 Riverside Avenue Medford, MA 02155 Division of Capital Asset Management G.L. c. 149,44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 December 2, 2009 Reapplication not before October 27, 2010 Keystone Elevator Company, Inc. 320 Libbey Industrial Parkway Weymouth, MA 02189 Division of Capital Asset Management G.L. c. 149, 44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 September 13, 2002 Until further notice

Decertified By: Authority: Restrictions: Effective Date: End Date: Contractor:

Decertified By: Authority: Restrictions: Effective Date: End Date: Contractor:

Decertified By: Authority: Restrictions: Effective Date: End Date: Contractor:

Decertified By: Authority: Restrictions: Effective Date: End Date:

Rev. October 20, 2010

The Commonwealth of Massachusetts


Executive Office for Administration and Finance Division of Capital Asset Management
One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK GOVERNOR

Tel: (617) 727-4050 Fax: (617) 727-5363

JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE DAVID B. PERINI COMMISSIONER

TIMOTHY P. MURRAY LIEUTENANT GOVERNOR

CONTRACTORS DECERTIFIED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT (continued) Contractor: The Tyree Organization, Ltd. 9 Otis Street Westborough, MA 01581 Division of Capital Asset Management G.L. c. 149, 44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 November 1, 2002 Reapplication not before July 23, 2010

Decertified By: Authority: Restrictions: Effective Date: End Date:

Rev. October 20, 2010

The Commonwealth of Massachusetts


Executive Office for Administration and Finance Division of Capital Asset Management
One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK GOVERNOR

Tel: (617) 727-4050 Fax: (617) 727-5363

JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE DAVID B. PERINI COMMISSIONER

TIMOTHY P. MURRAY LIEUTENANT GOVERNOR

CONTRACTORS DECERTIFIED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT (continued) Contractor: Atlantic Construction and Restoration, Inc. 59 Doane Street, Unit #7 Lowell, MA 01851 Division of Capital Asset Management G.L. c. 149, 44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 May 20, 2008 Reapplication not before July 23, 2010 W.P.I. Construction, Inc. 4 Tanner Road Webster, MA 01570 Division of Capital Asset Management G.L. c. 149, 44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 January 15, 2009 Reapplication not before January 15, 2010 Cape Cod Builders and General Contracting, Inc. 7 Herring Pond Road Plymouth, MA 02360 Division of Capital Asset Management G.L. c. 149,44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 March 20, 2008 Reapplication not before March 20, 2009 EastCoast General Contractors, Inc. 150 Westford Road, Unit #6 Tyngsboro, MA 01879 Division of Capital Asset Management G.L. c. 149, 44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 August 14, 2007 Reapplication not before July 23, 2010

Decertified By: Authority: Restrictions: Effective Date: End Date: Contractor:

Decertified By: Authority: Restrictions: Effective Date: End Date: Contractor:

Decertified By: Authority: Restrictions: Effective Date: End Date: Contractor:

Decertified By: Authority: Restrictions: Effective Date: End Date:

Rev. October 20, 2010

The Commonwealth of Massachusetts


Executive Office for Administration and Finance Division of Capital Asset Management
One Ashburton Place Boston, Massachusetts 02108

DEVAL L. PATRICK GOVERNOR

Tel: (617) 727-4050 Fax: (617) 727-5363

JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE DAVID B. PERINI COMMISSIONER

TIMOTHY P. MURRAY LIEUTENANT GOVERNOR

CONTRACTORS DECERTIFIED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT (continued) Contractor: Environmental Source Corporation 7 Broadway, Suite B Lawrence, MA 01841 Division of Capital Asset Management G.L. c. 149, 44D Decertified from submitting bids to perform work pursuant to G.L. c. 149 December 3, 2009 Reapplication not before December 3, 2010

Decertified By: Authority: Restrictions: Effective Date: End Date:

Rev. October 20, 2010

COMMONWEALTH OF MASSACHUSETTS
ADMINISTRATION AND FINANCE
SUPPLIER DIVERSITY OFFICE Massachusetts Transportation Building Ten Park Plaza, Suite 3740, Boston, MA 02116
DEVAL L. PATRICK
GOVERNOR

www.mass.gov\somwba

Telephone (617) 973-8692 Facsimile (617) 973-8637

TIMOTHY P. MURRAY
LIEUTENANT GOVERNOR

REGINALD A. NUNNALLY
EXECUTIVE DIRECTOR

COMPANIES CERTIFIED BY THE Supplier Diversity Office SDO (Formerly SOMWBA) Company: Central Electrical Specialty, Corp. Ms. Kristin Stadelmann P O Box 7040 Brockton, MA 02303 508-586-4000 Fax: 508-580-2970 kristin@centralelectric.com http://www.centralelectric.com Supplier Diversity Office DBE February 10, 2011 Miracle Builders, Inc. Mr. Augustin Edwin 259 Florida Street New Bedford, MA 02745 508-472-2146 Fax: 508-995-0895 gottin68@yahoo.com http://www.miracle-builders.com Supplier Diversity Office MBE and DBE February 10, 2011 Richardson Electrical Company, Inc. 17 Batchelder Road Seabrook, NH 03874 603-474-3900 x122 Fax: 603-474-8810 lrichardson@richardsonelectrical.us Supplier Diversity Office WBE February 10, 2011

Certified By: Classification: Effective Date: Company:

Certified By: Classification: Effective Date: Company:

Certified By: Classification: Effective Date:

The Commonwealth of Massachusetts


Executive Office of Administration and Finance Designer Selection Board One Ashburton Place, 10th Floor, Room 1004 Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112 PUBLIC NOTICE #11-02
February 23, 2011
This Board will accept applications from architects, engineers, or other disciplines as noted, whichever is designated for the projects described in the attached Public Notice identified as List #11-02. Applicants are requested to submit a separate Designer Selection Board Application 2005 Form (16 COPIES) for each project for which they wish to be considered. An electronic copy of the DSB 2005 Master File Brochure and the DSB 2005 Application Form (updated May 2009) in Microsoft Word for Windows 97 is available from the Web site address www.mass.gov/dcam/dsb. Please be sure to use the revised form. An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications. Application closing date for projects on DSB List #11-02 is 2:00 p.m., WEDNESDAY, March 16, 2011. The advertisements may be found on the web by going to the DCAM web-site at http://www.mass.gov/dcam/dsb. Please send all correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108. This Public Notice, including attachments, may be duplicated by any and all interested. Please note the following: This Public Notice #11-02 includes: (a) the procedures for conforming to M.G.L. C.7, 40N, Executive Orders 390 and 478 regarding Affirmative Market and Minority and Women Owned Business Participation.

ALL APPLICATIONS MUST BE SUBMITTED ON THE DSB 2005 APPLICATION FORM (Updated May 2009) (ENCLOSED HEREIN) FAILURE TO DO SO WILL BE THE BASIS FOR REJECTION OF YOUR APPLICATION.

Gordon P. Sainsbury, AIA; RIBA


EXECUTIVE DIRECTOR, DESIGNER SELECTION BOARD

The Commonwealth of Massachusetts


Executive Office of Administration and Finance Designer Selection Board 1 Ashburton Place, 10th Floor, Room #1004 Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112 PUBLIC NOTICE TO: Boston Herald Designer Selection Board February 15, 2011 Classified Legal Advertisement One Herald Square, Legal Ads Boston, 02106

FROM: DATE: SUBJECT:

On February 25, 2011, please insert one day only, the below approximate 2 column 2 inch classified legal advertisement of the Designer Selection Board. Submit proof of advertisement attached to your invoice. Please refer to P.O. #GAE DESB #10090.

_______________________________________________________ Gordon P. Sainsbury, AIA; RIBA EXECUTIVE DIRECTOR DESIGNER SELECTION BOARD PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

Engineers and architects are advised that DSB Project List #11-02, dated February 23, 2011 describing 02 Division of Capital Asset Management and Maintenance projects is now available at http://www.mass.gov/dcam. PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

APPLICANTS PLEASE NOTE:

The following requirements were implemented on the following dates and continue to be requirements. February 2011 APPLICATION UPDATE: Added to Section #9 Number of Total Projects; Number of Active Projects; and Total Construction Cost (In Thousands) of Active Projects (excluding studies). Please use Updated February 2011 DSB Application Form. MBE/WBE UPDATE: SOMWBA is now known as SDO. The State Office of Minority and Women Owned Business Assistance (SOMWBA) and the Affirmative Market Program (AMP) merged on May 1, 2010 to create a new Massachusetts Supplier Diversity Office (SDO). March 2010 MBE/WBE Participation: Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form) and submit all necessary forms. July 2009 CLARIFICATION: Electronic signatures are accepted for the Sub-consultant Acknowledgement forms. June 2009 CORRECTION: The statement below only applies to all OUT OF STATE PRIME FIRMS. They MUST be registered with the Secretary of State. Please attach (one copy only with original application, NOT all sixteen (16) copies) firms State Registration Certificate. All firms applying to advertisements to the Designer Selection Board must, illustrate as above, that they are registered to do business with the Secretary of State of the Commonwealth of MA. May 13, 2009 Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SOMWBA certifications are clearly marked ORIGINAL. May 2009 All sections of the Application Form must be answered. If any are left unanswered then the applicant will be REJECTED. In question #12, do not answer with N/A. Use either YES or NO with appropriate information. If an applicant receives notice, after the application has been submitted, and prior to consideration by the DSB, that one or more of their sub-consultants has received notice of termination/resignation by the firm with whom they work, the applicant must submit a written confirmation by that firm to the DSB with the proposed replacement. The replacement must be registered in the Commonwealth of Massachusetts. March 2009 CLARIFICATION: DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements.

September 2008: CORRECTION: The statement below only applies to all OUT OF STATE FIRMS. They MUST be registered with the Secretary of State. Please attach (one copy only with original application, NOT all sixteen (16) copies) firms State Registration Certificate. All firms applying to advertisements to the Designer Selection Board must insure they are registered to do business with the Secretary of State of the Commonwealth of MA. August 2008: Master File Brochure Change: Question 1b Mass. Vendor ID# replaced by Federal ID #. July 2008: In the future it will only be necessary to attach SOMWBA Certification forms for MBE and WBE and Subconsultant Acknowledgement forms to ONE (ORIGINAL) copy of the applications and NOT all sixteen (16) copies. Application Change: Copies for DSB 2005 Application change from 15 April 2008: Application Changes: Question 2a - Changed from Project # to DSB #, Item # and Question 12 Professional Liability Claims Changed from 7 to 5 years. January 2008: In reference to April 2007, display only applications e.g. PDF format are NOT acceptable. October 2007: A person may not submit more than one application as a prime applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other prime" applications on the same project. For the purposes of this paragraph the term person means an individual, corporation, association, partnership or other legal entity. April 2007: Application Change: An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications. If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software is to be included with the submitted update. Application Change: Question #9 Construction Cost replaced Project Cost April 2006: Change of address. As of April 3, 2006, all future correspondence should be delivered to One Ashburton Place, 10th Floor, Room 1004, Boston, MA 02108. February 2006: Please be sure to use the latest forms when applying for State funded projects. It is the responsibility of the Prime applicant to ensure all of their sub-consultants also use the current application forms. Failure to do so will be grounds for the application to be rejected.

to 16 copies.

DSB MASTER FILE BROCHURE (Updated February 2011) In addition to the individual application form separately filed for each specific project, architects, engineers, planners, construction managers, and related construction industry consultants who wish to be considered for appointment as program consultants, designers, or construction managers on state projects under the jurisdiction of the Designer Selection Board must submit current (within one year of application) credentials in the form of a master brochure (one original + one cd) as specified on the new DSB Master File Brochure (Updated February 2011), (attached herein). If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software, is to be included with the submitted update. Applicants may supplement the required material with their printed brochure, including pictures and illustrations and any other information which the applicant deems essential to be representative of his or her capabilities. Please utilize return receipt if an acknowledgment is desired. All material shall become the property of the Commonwealth, may be disposed of without notification, and shall be considered public information. Electronic copies of the forms are available at the following Commonwealths Web site:
http://www.mass.gov/dcam/dsb.

CHAPTER 579 In accordance with Chapter 579 of the Acts of 1980 all contracts for designer services for all capital facility projects entered into on or after January 1, 1982 shall conform to those provisions specified in this act. Some of the major changes mandated by this legislation include the following:
1.

Lump sum design fees may be set by the Commissioner prior to DSB selections process, or negotiated after the DSB selection process. (See M.G.L. C.7, 38G). If designers fee is negotiated, he must file a truth-in-negotiations certificate. (Revised to M.G.L. C.7, 38G per Chapter 189 of 1984). There can be no change in consultants from those named on the DSB application unless approved by the Commissioner and reported to the DSB. The director may require a Consultant employed by the designer to obtain and maintain liability insurance. Section 38G (a) In the selection of a designer when the fee for design services has been set by the commissioner prior to the selection process, the commissioner shall appoint a designer from among the list transmitted to him or her under section thirty-eight F. If the commissioner appoints any designer other than the one ranked first by the board, he or she shall file a written justification of the appointment with the board.
(b) When the fee for design services is to be negotiated, the commissioner shall review the list

2.

transmitted by the board, and may exclude any designer from the list if a written explanation of the exclusion is filed with the board. The commissioner shall then appoint a designer based on successful fee negotiation. The commissioner or persons designated by him or her shall first negotiate with the first ranked designer remaining on the list. Should the commissioner be unable to negotiate a satisfactory fee with the first ranked designer within thirty days, negotiations shall be terminated and negotiations undertaken with the remaining designers, one at a time, in the order in which they were ranked by the board, until an agreement is reached. In no event may a fee be negotiated which is higher than a maximum fee set by the commissioner prior to selection of finalists. Should the commissioner be unable to negotiate a satisfactory fee with any designer initially selected as a finalist by the board, the board shall recommend additional finalists in accordance with the provisions of this chapter. The commissioner may require a finalists with whom a fee is being negotiated to submit a fee proposal and include with it such information as the commissioner requires to provide current cost and pricing data on the basis of which the designers fee proposal may be evaluated.
(c) All fees shall be stated in designers contracts and in any subsequent amendment thereto as a total

dollar amount. Contracts may provide for equitable adjustments in the event of changes in scope or services.

ELIGIBILITY REQUIREMENTS FOR ALL APPLICANTS TO THE DSB 1. Submission of the DSB Master File Brochure (Updated February 2011) (one original + one cd) in the format required, and at least annually, continuously update same. 2. Updating of the DSB Master File Brochure (Updated February 2011) when there are significant principal or key personnel changes in a firm. 3. Receipt of applications from designers who are full time employees of another firm shall disqualify the applicant. 4. A person may not submit more than one application as a prime applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other prime" applications on the same project. For the purposes of this paragraph the term person means an individual, corporation, association, partnership or other legal entity. 5. Simultaneous receipt of applications from individuals or group of individuals who are associates or who are involved in an association or corporation filing for the same project shall disqualify the applicants. 6. Applicants agree to execute the current forms of the Commonwealth of Massachusetts standard Contract for Study Services (Revised 3/10) and Contract for Final Design and Construction Administration Services (Revised 2/10) (which replace the former DCAM Form C-2 or the DCAM Form C-3 and their successors). 7. Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined managements internal auditing controls, and expresses their opinion regarding those controls. 8. Every application or statement filed pursuant to this section shall be sworn to under penalties of perjury. A designer, programmer or construction manager who has been determined by the Board to have filed materially false information under this section shall be disqualified by the Board from further consideration for any project for such time as the Board determines is appropriate. UNSIGNED APPLICATIONS WILL NOT BE CONSIDERED BY THE BOARD. ADDITIONAL REQUIREMENTS FOR DESIGNERS PROVIDING PLANS & SPECIFICATIONS (a) Certification that the applicants legal entity, if applying to perform design services other than preparation of studies, surveys, soil testing, cost estimates, programs, or construction management is a designer as defined. The definition of a design professional as listed in M.G.L. C.7, 38A follows:
Designer, an individual, corporation, partnership, sole proprietorship, joint stock company, joint venture, or other entity engaged in the practice of architecture, landscape architecture, or engineering, which satisfies the following:

(i) if an individual, the individual is a registered architect, landscape architect, or engineer; (registered in the Commonwealth of Mass.) (ii) if a partnership, a majority of all the partners are persons who are registered architects, landscape architects, or engineers; (registered in the Commonwealth of Mass.) (iii) if a corporation, sole proprietorship, joint stock company or other entity, the majority of directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, landscape architects or engineers, and the person to be in charge of the project is registered in the discipline required for the project.
-

[Note: This requires that the chief executive officer and a majority of the directors or a majority of the stock ownership be registered architects, landscape architects or engineers, and that the person to be in charge of the project be registered in the discipline required for the project. Registered means registered in the Commonwealth of Massachusetts.]

(iv) if a joint venture, each joint venturer satisfies the requirements of this section. (b) As a condition of application, each applicant agrees to carry, if selected for the new project, (other than a master plan, program, or construction management) professional liability insurance in the amount equal to 10% of the estimated construction cost of the project, in conformance with the provisions of Article 12 of study contract and Article 12 of the design contract, i.e. minimum coverage of $250,000 and maximum coverage of $5,000,000. Note that the requirement for professional liability insurance shall apply to both the Contract for Study Services and Contract for Final Design and Construction Administration Services when a project is advertised by both study and design services. CRITERIA FOR SELECTION OF SEMI-FINALISTS AND FINALISTS IN CONFORMANCE WITH CHAPTER 7, SECTION 38F
1. 2. 3. 4.

Prior similar experience best illustrating current qualifications for this project. Identity and qualifications of the key persons and consultants who will work on this project. Depth of the firm with respect to size and complexity of the project. Past performance on public and private projects.
a. b. c.

Quality, clarity, completeness and accuracy of contract documents and design contract. Effectiveness of meeting established program requirements and function within allotted budget. Accuracy of cost estimates including assessment of contractors requisitions for payment and change order proposals. Management ability to meet schedules including submission of design and contract documents and processing of shop drawings, contractors requisitions and change orders. Coordination and management of consultants. Working relationship with contractors, subcontractors, Division of Capital Asset Management and Maintenance (DCAM) staff and agency representatives.

d.

e. f.

5. 6. 7. 8.

Financial stability - including prompt payment of consultant fees. Current workload with DCAM and other public agencies. Geographical location of the firm with respect to the proposed project. Participation of MBEs and WBEs as prime consultants or subconsultants in a role consistent with the participation goals set forth for the project.
a.

The Designer Selection Board adheres to M.G.L. C.7, 40N, Executive Orders 478 and 524 as implemented by the Division of Capital Asset Management and Maintenance establishing goals for minority business enterprise (MBE) and women business enterprise (WBE) participation on all design contracts unless otherwise noted. (See attached pages 6-10)

b.

The Minority Business Enterprise and Woman Business Enterprise participation goals established for each contract are set forth on the first page of the Designer Selection Board Project Criteria solicitation for that contract.

PARTICIPATION BY MINORITY OWNED BUSINESSES AND WOMAN OWNED BUSINESSES

Pursuant to M.G.L. C.7, 40N, Executive Orders 478 and 524, the Commissioner of the Division of Capital Asset Management and Maintenance (DCAM), as designee of the Secretary of Administration and Finance, has developed the following goals and procedures to encourage full participation by minority business enterprises (MBEs) and women businesses enterprises (WBEs) (collectively M/WBEs) on contracts for design services entered into by DCAM.

GOALS Subject to the terms of this memorandum, the following M/WBE participation goals shall apply to the total dollar value of all study and design contracts awarded for every DCAM project: MBE participation goal: 8% WBE participation goal: 4% If the contracting design firm is an MBE or WBE, then M/WBE participation credit shall be given in an amount equal to the entire fee paid to the contracting firm. Please note: if the contracting design firm is itself an MBE or WBE, it will still need to obtain participation by another MBE or WBE to meet the goal that it cannot itself fulfill. If the contracting design firm is not itself an MBE or WBE, then M/WBE participation credit will be given for the value of any work under the contract that is actually performed by each MBE or WBE subcontractor or subconsultant (hereafter subcontractors) to the Designer. MBE participation may not be substituted for WBE participation, nor may WBE participation be substituted for MBE participation.

MODIFICATION OF M/WBE PARTICIPATION GOALS FOR PARTICULAR PROJECTS DCAM reserves the right to reduce or waive the M/WBE participation goals stated above for a particular project prior to the receipt of applications to the Designer Selection Board upon its own initiative or upon the request of any applicant if DCAM determines that it is not feasible for a non-M/WBE design firm to meet the M/WBE goals established for the project based upon any or all of the following: (i) actual M/WBE availability, (ii) the geographic location of the project to the extent related to M/WBE availability, (iii) the contractual scope of work, (iv) the percentage of work available for subcontracting to M/WBEs, or (v) other relevant factors as determined by DCAM. The M/WBE participation goals established for each project are set forth in the Designer Selection Board Project Criteria published for that project.

After a project is advertised, requests from prospective applicants to reduce or waive the M/WBE participation goals for that project, with all supporting documentation, must be submitted with the application, with a copy to DCAMs Compliance Office, One Ashburton Place, 15th Floor, Boston, MA 02108. Except as provided below, DCAM will not consider any request to reduce or waive the M/WBE participation goals for a project if the request is received after this deadline.

DETERMINATION OF M/WBE STATUS A minority owned business shall be considered an MBE only if it has been certified as a minority owned business by the State Office of Minority and Women Business Assistance (SDO). A woman owned business shall be considered a WBE only if it has been certified as a woman owned business by SDO. Certification as a disadvantaged business enterprise (DBE), certification as an M/WBE by any agency other than SDO, or submission of an application to SDO for certification as an M/WBE shall not confer M/WBE status on a firm. Minority owned businesses and woman owned businesses are strongly encouraged to submit applications for certification as M/WBEs to SDO. Information is available from SDO, Ten Park Plaza, Room 3740, Boston, MA 02116 (617) 9738692, and on the Internet at <http://www.state.ma.us/somwba>.

IDENTIFICATION OF M/WBE PARTICIPANTS BY THE SELECTED DESIGNER The current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application. Not later than five (5) working days after the Designer receives notice of selection for the advertised project, (A-5 Letter), the Designer shall submit to DCAMs Compliance Office (i) a Letter of Intent for each of the M/WBEs that will perform work under the contract, and (ii) a Schedule of M/WBE Participation. The form of Letter of Intent and Schedule of M/WBE Participation are included in this application package. Within five (5) working days after receipt of the Letters of Intent, DCAMs Compliance Office shall review and either approve or disapprove the Designers submissions. Without limitation, DCAM reserves the right to reject the Letter of Intent of any M/WBE that is to perform work in a category that is not listed in its SDO certification, or if the price to be paid for the M/WBE Work as stated in the Letter of Intent does not bear a reasonable relationship to the value of such work as reasonably determined by DCAM. If the Designer has not submitted an appropriate Schedule of M/WBE Participation and appropriate Letters of Intent and SDO certification letters establishing that the M/WBE participation goal for the project will be met, the Designer may be considered ineligible for award of the contract and DCAM may award the contract to the second ranked Designer, subject to that Designers compliance with these conditions. DCAM reserves the right to reduce or waive the M/WBE participation goals for a project after selection of the designer and before execution of the contract, provided that no such reduction or waiver shall be granted except under the following circumstances: the selected Designer must establish and document that it has been unable to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals for the project after having made a diligent, good faith effort to do so; all such documentation must accompany the Designers request to reduce or waive the M/WBE participation goal and shall include, at a minimum, the following: A list of all items of work under the contract that the Designer made available for subcontracting to W/MBEs. The Designer shall identify all items of work that the Designer did not make so available and shall state the reasons for not making such work available for subcontracting to W/MBEs. The Designer shall also demonstrate that, where commercially reasonable, subcontracts were divided into units capable of being performed by M/WBEs. Evidence that the Designer sent written notices soliciting proposals to perform the items of work made available by the Designer for subcontracting to W/MBEs to all W/MBEs qualified to perform such work. The Designer shall identify (i) each W/MBE solicited, and (ii) each W/MBE listed in the SDO directory under the applicable trade category who was not solicited and the reasons therefor. The Designer shall also state the dates notices were mailed and provide a copy of the written notice(s) sent. Evidence that the Designer made reasonable efforts to follow up the written notices sent to M/WBEs with telephone calls or personal visits in order to determine with certainty whether the M/WBEs were interested in performing the work. Phone logs or other documentation must be submitted. A statement of the response received from each M/WBE solicited, including the reason for rejecting any M/WBE who submitted a proposal.
-

Evidence of efforts made to assist M/WBEs that need assistance in obtaining bonding, insurance, or lines of credit with suppliers if the inability of M/WBEs to obtain bonding, insurance, or lines of credit is a reason given for the Designers inability to meet the M/WBE goals. The Designer also shall submit any other information reasonably requested by DCAM to show that the Designer has taken all actions which could be reasonably expected to achieve the M/WBE participation goals.

The Designer may submit any other information supporting its request for a waiver or reduction in the M/WBE participation goals, such as evidence that the Designer placed advertisements in appropriate media and trade association publications announcing the Designers interest in obtaining proposals from M/WBEs, and/or sent written notification to M/WBE economic development assistance agencies, trade groups and other organizations notifying them of the project and the work to be subcontracted by the Designer to M/WBEs. Requests by a selected Designer to reduce or waive the M/WBE participation goals for a particular project based upon the Designers inability to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals after having made a diligent, good faith effort to do so must be received by DCAM not later than five (5) business days after receipt by the Designer of the notice of selection (A-5 Letter). The Designers compliance with these procedures and goals is a prerequisite for award of the contract, provided that DCAM reserves the right to waive minor defects in documents and extend time limits in its sole discretion.

SCHEDULE FOR PARTICIPATION BY MINORITY/WOMEN BUSINESS ENTERPRISES DIVISION OF CAPITAL ASSET MANAGEMENT DCAM Project Number_______________________________ Project Location___________________________________________ Project Name ________________________________________________________________________________________________ This form must be submitted by the Designer within five (5) working days after the Designer receives notice of selection (A-5 Letter). A Letter of Intent and SDO certification letter for each M/WBE must be submitted with this Schedule of M/WBE participation.

BIDDER CERTIFICATION: The undersigned Design firm agrees that it will subcontract with the following listed firms for the work described and for the dollar amounts listed below. For purposes of this commitment, the MBE and WBE designation means that a business has been certified by SDO as either a MBE, WBE or M/WBE. The Designer must indicate the MBE/WBE firms it intends to utilize on the project as follows (attach additional sheets if necessary): Company Name & Address 1. 2. 3. 4. 5. 6. 7. 8. MBE or WBE Describe MBE/WBE Scopes of Work Total Dollar Value of Participation

MBE Goal: $_________________ WBE Goal: $_________________

Total Dollar Value of MBE Commitment: $_______________ Total Dollar Value of WBE Commitment: $_______________

The undersigned hereby certifies that he/she has read the terms and conditions of the contract with regard to MBE/WBE participation and is authorized to bind the Designer to the commitment set forth above. Name of Designer__________________________________________ Business Address_______________________________________ _____________________________________________________ Telephone No.__________________ Fax No.________________ Authorized Signature_________________________________

Print Name_________________________________________ Title______________________________________________ Date ______________________________________________

Design Schedule for Participation Revised 02/05/02

LETTER OF INTENT MINORITY/WOMEN BUSINESS ENTERPRISES PARTICIPATION DIVISION OF CAPITAL ASSET MANAGEMENT (To be completed by MBE/WBE, and submitted to the Compliance Office by the Designer within five (5) working days after the Designer receives notice of selection (A-5 Letter). DCAM Project Number________________________________________________ Project Name ________________________________________________________ Project Location______________________________________________________ To__________________________________________________________________ Name of Designer 1. This firm intends to perform work in connection with the above project. Indicate SDO Certification: ____ MBE ____ WBE ____ M/WBE

2.

This firm is currently certified by SDO to perform the work identified below, and has not changed its minority/women ownership, control, or management without notifying SDO within thirty (30) days of such a change. Attached is a copy of the most recent SDO certification letter issued to my company. This firm understands that if the Designer referenced above is awarded the contract, the Designer intends to enter into an agreement with this firm to perform the activity described below for the prices indicated. This firm also understands that the above-referenced firm, as Designer, will make substitutions only as allowed by the Contract and applicable law. This firm understands that under the terms of the Contract, only work actually performed by an MBE/WBE will be credited toward MBE/WBE participation goals, and this firm cannot assign or subcontract out any of its work without prior written approval of the DCAM Compliance Office, and that any such assignment or subcontracting will not be credited toward MBE/WBE participation goals.

3.

4.

MBE/WBE PARTICIPATION Describe MBE/WBE Scopes of Work Dollar Value of Participation

Total Dollar Value: $_________________________________

Name of MBE/WBE Firm______________________________ Business Address_____________________________________ ___________________________________________________ Telephone No________________ Fax No._________________

Authorized Signature_________________________________ Print Name_________________________________________ Title______________________________________________ Date______________________________________________

Design Letter of Intent Revised 02/05/02


-

THIS OFFICIAL FORM MAY NOT BE ALTERED


POLICY ON EMPLOYMENT OF STUDY CONSULTANTS FOR SUBSEQUENT DESIGN PROJECTS Amended by the Designer Selection Board on December 15, 2000

1.

The Commissioner may appoint a designer to perform continued or extended services if the following conditions are met: (i) (ii) (iii) a written statement is filed with the Board explaining the reasons for the continuation or extension of services; the program for the design services is filed with the Board if one is required by the regulations of the division; and the Board approves the appointment of the designer for continued or extended services and states the reasons therefor.

2.

When the Board has required that applicants list consultants which the applicants may employ, in no event shall a consultant be used who is debarred pursuant to Section forty-four C of Chapter one hundred and forty-nine as amended, and any change or addition to the consultants named in the application and allowed by the Board upon appointment must be approved by the Deputy Commissioner and reported to the Board, along with a written statement by the designer or construction manager of the reasons for the change.

GENERAL INSTRUCTIONS FOR FILING APPLICATIONS


1. As of 02/11, the application forms required for submissions to the Designer Selection Board have been updated. The forms are as follows: DSB Master File Brochure (Updated February 2011) (included herein); DSB Application Form (Updated February 2011) (included herein). All specific project applications must be submitted on the DSB (Updated February 2011) Application forms. Failure to supply above documents will result in rejection of application. An electronic copy of the DSB Master File Brochure (Updated February 2011 and the DSB Application Form (Updated February 2011 in Microsoft Word for Windows 97 is available for download from the Web site address: http://www.mass.gov/dcam/dsb. Applications should be limited to the application plus a maximum of 3 supplementary pages (double sided) unless otherwise noted. Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SDO certifications are clearly marked ORIGINAL. Computer generated forms are allowed provided they do not substantially deviate from the DSB format. Submit 16 copies. Please duplicate forms double-sided, if possible, to minimize paper waste. 4. 5. 6. 7. No cover letters, binders and superfluous material.

2. 3.

Please staple upper right corner, landscape.

DSB recommends that the principal who would be in charge of the project make sure that the form is complete including appropriate signature. Unsigned applications will not be considered. When citing work performed by the applicant while employed by another firm, make certain said firm is properly identified including the individual's level of responsibility. By including a firm as a sub-consultant the applicant certifies that the listed firm has been advised that it was being included in the applicants team and it has agreed to work on this Project should the team be selected. It is a requirement that all applicants supply a signed DSB SC-As (Sub-Consultant Acknowledgement). There can be no change in consultants from those named unless approved by DCAM and reported to the Designer Selection Board (C.7, 38H(a)). It is a requirement that all applicants supply the signed document, attached to the application, by the listed sub-consultants stating that they are aware and agree to being nominated by said applicant. Failure to supply above documents may result in rejection of application. DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements. Eligibility requirements are set forth in this Public Notice in item 8(a). Sub-paragraph (iii) of item 8(a) requires: 1) the majority of directors or a majority of the stock ownership to be persons who are Mass. registered architects, landscape architects or engineers; 2) the chief executive officer to be a person who is so registered; and 3) the person to be in charge of the project to be so registered in the discipline required for the project.

8.

9.

10. When the Prime applicant is to fulfill any of the requested consultant roles in the advertisement, then that role shall be defined in the organization chart as the applicant. It should also be referenced in Section 7 (resume) and Section 8 (experience) such that it proves the applicant is skilled in supplying these roles on the project. 11. Current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.

12. Applicants are advised to apply only for those projects for which they are demonstrably qualified, as it reflects negatively on the
applicant's credibility if the firm applies for every job advertised when only marginally qualified.

13. Applications should be mailed to the Designer Selection Board, One Ashburton Place, Room 1004, Boston, MA 02108.
14. The Board relies almost exclusively on the information submitted on the applications to arrive at a short list of semi-finalists. Therefore, do not include statements that refer to the Master File Brochure for additional information. The Master File Brochures are usually considered upon request of a DSB member when additional supplementary information is needed. 15. Joint ventures are not encouraged. However, they may be advantageous for complex building types in which the participants have a combination of unique skills with a previous successful record of working together. 16. Current workload with DCAM, other public agencies and the private sector are taken into consideration, however, usually only after the DSB has narrowed down the original applicants to a short list of qualified semi-finalists. The Board fosters effective broad-based participation in public work within the design professions.

NOTE CMR 810 Publication/Instructions for Designers (Form 9) was replaced by Designers Procedures Manual available on the Web site: http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf
-

10

Commonwealth of Massachusetts

1.

Firm Name (or if not an entity, individuals name), and Business Address

2. 4.

Year Present Firm Established:

3. Date Prepared:

Telephone No.: (Updated February 2011) 1a. Submittal is for 1b. Federal ID#: 5. Name of Parent company, if any:

DSB Master File Brochure

Specify type of ownership and check 1, 2 or 3 below, if applicable.

(1) SDO Certified minority business enterprise (MBE) Parent Company Branch or Subsidiary Office (2) SDO Certified woman business enterprise (WBE) (3) SDO Certified minority woman business enterprise (M/WBE) 5a. Former Company Name(s), if any, and Year(s) Established:

6. a. b. c. 7. a. b. c. 8. a. b. c. 9.

Name of Sole Proprietor or Names of All Firm Partners and Officers Name Title MA.Reg. #

Status/Discipline d. e. f.

Name

Title

MA.Reg. #

Status/Discipline

If Corporation, or Other Entity Other than a Partnership, provide Names of ALL Members of the Board of Directors: Name Title MA.Reg. # Status/Discipline Name d. e. f. Names of All Owners (Stocks or Other Ownership): Name Title Ownership

Title

MA.Reg. #

Status/Discipline

MA Reg. #

Status/Discipline d. e. f.

Name

Title

Ownership

MA Reg. #

Status/Discipline

Personnel by Discipline: (List each person only once, by primary function -- average number employed throughout the preceding 6 month period. Indicate both the total numbers in each discipline and, within brackets, the total number holding Massachusetts's registrations.).
( ( ( ( ( ( ( ( ) ) ) ) ) ) ) )

Admin. Personnel Architects Acoustical Engrs. Code Specialists Civil Engrs. Construction Inspectors Cost Estimators Drafters

Ecologists Electrical Engineers Environmental Engrs. Fire Protection Engrs Geotech. Engrs. Industrial Hygienist Interior Designers Landscape Architects

( ( ( ( ( ( ( (

) ) ) ) ) ) ) )

Licensed Site Profs. Mechanical Engrs. Planners: Urb./Reg Specification Writers Structural Engineers Surveyors

( ( ( ( ( ( ( (

) ) ) ) ) ) ) )

Other

( ( ( ( ( ( (

) ) ) ) ) ) ) )

Total

Updated February 2011

DSB Master File Brochure

Page 1

10.

Summary of Professional Services Fees Received: (insert Index number)

Last 5 Years (most recent year first) 2011 2010 2009 2008

2007

Federal Work Commonwealth of Massachusetts work All other domestic and foreign work Experience Profile Code Numbers for use with questions 11, 12 and 13
001 002 003 004 005 006 007 008 009 010 011 012 013 014 015 016 017 018 019 020 021 022 023 024 025 026 027 028 029 029A 029B 029C 029D 030 031 032 032A 033 034 035 036 Acoustics, Noise Abatement Aerial Photogrammetry Agricultural Development; Grain Storage; Farm Mechanization Air Pollution Control Airports; Navaids; Airport Lighting; Aircraft Fueling Airports; Terminals & Hangars; Freight Handling Arctic Facilities Auditoriums & Theaters Automation; Controls; Instrumentation Barracks; Dormitories Bridges Cemeteries Chemical Processing & Storage Churches; Chapels Codes; Standards; Ordinances Cold Storage; Refrigeration; Fast Freeze Commercial Building (low rise); Shopping Centers Communication Systems; TV; Microwave Computer Facilities; Computer Service Conservation and Resource Management Construction Management Corrosion Control; Cathodic Protection; Electrolysis Cost Estimating Dams (Concrete; Arch) Dams (Earth; Rock); Dikes; Levees Desalination (Process & Facilities) Dining Halls; Clubs; Restaurants Ecological & Archeological Investigations Educational Facilities; Classrooms Educational Facilities; Higher Ed Educational Facilities; Secondary Ed Educational Facilities; Elementary Ed Educational Facilities; Child Day Care Electronics Elevators; Escalators; People Movers Energy Conservation; New Energy Sources Sustainable Design Environmental Impact Studies, Assessments or Statements Fallout Shelters; Blast-Resistant Design Field Houses; Gyms; Stadiums Fire Protection 037 038 039 040 041 042 043 044 045 046 047 048 048A 048B 048C 049 050 050A 050B 050C 050D 051 052 053 054 055 055A 056 057 058 058A 058B 058B 058C 058D 059 060 061 062 063 064 Fisheries; Fish Ladders Forestry & Forest Products Garages; Vehicle Maintenance Facilities; Parking Decks Gas Systems (Propane; Natural, Etc.) Graphic Design Harbors; Jetties, Piers, Ship Terminal Facilities Structures or Components Heating, Ventilating, Air Conditioning Health Systems Planning Highrise; Air-Rights-Type Buildings Highways; Streets; Airfield Paving; Parking Lots Historical Preservation Hospital and Medical Facilities Medical Facilities - Mental Health Medical Facilities - Acute Care Medical Facilities - Ambulatory Care, Clinics Hotels, Motels Housing (Residential, Multi-Family; Apartments; Condominiums) Housing - Residential Mental Health Housing - Resid. Mental Ret. /Group Home Housing - Elderly Housing - Assisted Living Hydraulics and Pneumatics Industrial Buildings; Manufacturing Plants Industrial Processes; Quality Control Industrial Waste Treatment Interior Design; Space Planning Facilities Management Irrigation; Drainage Judicial and Courtroom Facilities Laboratories; Medical Research Facilities Laboratories; Commercial Laboratories; Higher Ed Research Sciences Laboratories; Heavy Equipment Laboratories; Pathology, Medical Examiner Laboratories; Crime Investigation Landscape Architecture Libraries; Museums; Galleries Lighting (Interiors; Display; Theatre, Etc.) Lighting (Exteriors) Materials Handling Systems; Conveyors; Sorters Metallurgy 065 066 067 068 069 070 071 072 073 074 075 076 077 078 079 080 081 082 083 084 084A 084B 084C 084D 084E 084F 085 086 088 088A 088B 088C 089 090 091 092 093 094 095 096 097 098 099 099A

Ranges of Professional Services Fees INDEX 1. Less than $100,000 5. 2. $100,000 to $250,000 6. 3. $250,000 to $500,000 7. 4. $500,000 to $1 million 8.
100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 201 202 203 204 205

$1 million to $2 million $2 million to $5 million $5 million to $10 million $10 million or greater

Microclimatology; Tropical Engineering Military Design Standards Mining and Mineralogy Missile Facilities (Silos; Fuels; Transport) Modular Systems Design; Pre-fabricated Naval Architecture; Off-Shore Platforms Nuclear Facilities; Nuclear Shielding Office Buildings; Industrial Parks Oceanographic Engineering Ordnance; Munitions; Special Weapons Petroleum Exploration; Refining petroleum and Fuel (Storage and Distribution) Pipelines (Cross-Country - Liquid & Gas) Planning (Community, Regional Planning (Site, Installation, and Project) Plumbing and Piping Design Pneumatic Structures, Air-Support Buildings Postal Facilities Power Generation, Transmission, Distribution Prisons & Correctional Facilities Correctional Facilities - Minimum Security Correctional Facilities - Medium Security Correctional Facilities - Maximum Security Correctional Facilities - Youth Detention Public Safety Facilities - Police/Fire Stations Public Safety Facilities Training Product, Machine & Equipment Design Radar; Sonar; Radio & Radar Telescopes Recreation Facilities ( Parks, Marinas, Etc.) Recreation Facilities - Ice Rinks Recreation Facilities - Senior/Community Centers Park Support Facilities (Bath House; Visitor Center) Rehabilitation (Buildings; Structures; Facilities) Resource Recovery; Recycling Radio Frequency Systems & Shieldings Rivers; Canals; Waterways; Flood Control Safety Engineering; Accident Studies, OSHA Studies Security Systems; Intruder & Smoke Detection Seismic Designs and Studies Sewage Collection, Treatment and Disposal Soils & Geologic Studies; Foundations Solar Energy Utilization Solid Wastes; Incineration; Land Fill Hazardous materials Abatement

Special Environments; Clean Rooms, Etc. Structural Design; Special Structures Surveying; Platting; Mapping; Flood Plain Studies Swimming Pools Storm Water Handling & Facilities Telephone Systems (Rural; Mobile Intercom, ; Etc.) Testing & Inspection Services Traffic & Transportation Engineering Towers (Self-Supporitng & Guyed Systems) Tunnels & Subways Urban Renewals; Community Development Utilities (Gas & Steam) Value Analysis; Life-Cycle Costing Warehouses & Depots Water Resources; Hydrology; Ground Water Water Supply; Treatment and Distribution Wind Tunnels; Research/Testing Facilities Design Zoning; Land Use Studies

Updated February 2011

DSB Master File Brochure

Page 2

11. Profile of Firms Project Experience, Last 5 Years Profile Code No. of Projects Total Gross Fees (in thousands) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. Profile Code 11. 12. 13. 14. 15. 16. 17. 18. 19. 20.

Profile Code

No. of Projects

Total Gross Fees (in thousands) 21. 22. 23. 24. 25. 26. 27. 28. 29. 30.

Profile Code

No. of Projects

Total Gross Fees (in thousands)

List all current Projects (except for work for the Commonwealth) for which Prime Applicant is performing or is under contract to perform any design services (add/subtract rows as needed).
Role P, C, JV * Phases St., Sch., D.D., C.D.,A.C. *

Project Name, Location & Principal-in-Charge 1.

Owner Name & Address (Include Contact name and phone number)

Project Cost (in thousands)

Completion Date (Actual or Estimated)


(R)Renovation or (N)New

2.

3.

4.

5.

6.

7.

Updated February 2011

DSB Master File Brochure

Page 3

8.

9.

10.

11.

12.

13.

14.

15.

16.

17.

18.

19.

Updated February 2011

DSB Master File Brochure

Page 4

13. Profile Code

List all Projects completed within the past 5 years for which Prime Applicant has performed, or has entered into a contract to perform any design services for all public agencies within the Commonwealth (add/subtract rows as needed).
Role P, C, JV Phases St., Sch., D.D., C.D.,A.C.

Project Name, Location & Principal-in-Charge 1.

Owner Name & Address (Include Contact name and phone number)

Project Cost (in thousands)

Completion Date (Actual or Estimated)


(R)Renovation or (N)New

2.

3.

4.

5.

6.

7.

8.

14.

Professional Liability Insurance: Professional Liability Policy Certificate Number Present Policy Expiration Date Aggregate Amount Payable

15.

I certify that all information is submitted under the penalties of perjury and that I am familiar with the Mass. State Building Code and also Mass. General Laws, Chapter 149, Section 44A-44H, Section 44M, and Chapter 30, Section 39M. I also certify that the undersigned is an Authorized Signatory of the Firm and is a Principal or Officer of the Firm.
Submited by (Signature)

Printed Name and Title

Date

* P = Principal; C = Consultant; JV = Joint Venture; St. = Study; Sch = Schematic; D.D. = Design Development; C.D. = Construction Documents; A.C. = Administration of Contract

Updated February 2011

DSB Master File Brochure

Page 5

1. Commonwealth of Massachusetts DSB Application Form (Updated February 2011) 3a.

Project Name/Location for Which Firm is Filing:

2a. DSB #

Item #

2b. Mass. State Project # 3e. Name Of Proposed Project Manager: (if applicable) (if applicable)

Firm (Or Joint-Venture) - Name and Address Of Primary Office To Perform The Work:

For Study: For Design: 3b. Date Present and Predecessor Firms Were Established: 3f.

Name and Address Of Other Participating Offices Of The Prime Applicant, If Different From Item 3a Above:

3c. 3d.

Federal ID #: Name and Title Of Principal-In-Charge Of The Project (MA Registration Required):

3g.

Name and Address Of Parent Company, If Any:

3h. Email Address: Telephone No: 4.

Fax No.:

Check Below If Your Firm Is Either: (1) SDO Certified Minority Business Enterprise (MBE) (2) SDO Certified Woman Business Enterprise (WBE) (3) SDO Certified Minority Woman Business Enterprise (M/WBE)

Personnel From Prime Firm Included In Question #3a Above By Discipline (List Each Person Only Once, By Primary Function -- Average Number Employed Throughout The Preceding 6 Month Period. Indicate Both The Total Number In Each Discipline And, Within Brackets, The Total Number Holding Massachusetts Registrations):
( ( ( ( ( ( ( ( ) ) ) ) ) ) ) )

Admin. Personnel Architects Acoustical Engrs. Civil Engrs. Code Specialists Construction Inspectors Cost Estimators Drafters

Ecologists Electrical Engrs. Environmental Engrs. Fire Protection Engrs. Geotech. Engrs. Industrial Hygienists Interior Designers Landscape Architects

( ( ( ( ( ( ( (

) ) ) ) ) ) ) )

Licensed Site Profs. Mechanical Engrs. Planners: Urban./Reg. Specification Writers Structural Engrs. Surveyors

( ( ( ( ( ( ( (

) ) ) ) ) ) ) )

Other

( ( ( ( ( ( (

) ) ) ) ) ) ) )

Total

5.

Has this Joint-Venture previously worked together?

Yes

No

Updated February 2011

DSB Application Form Page 1

6.

List ONLY Those Prime and Sub-Consultant Personnel Specifically Requested In The Advertisement. This Information Should Be Presented Below In The Form Of An Organizational Chart. Include Name Of Firm and Name Of The One Person In Charge Of The Discipline, With Mass. Registration Number, As Well As MBE/WBE Status, If Applicable:

DCAM

User Agency

Prime Consultant
Principal-In-Charge

Project Manager for Study Project Manager for Design

Discipline
(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Discipline
(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Discipline
(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Discipline
(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Updated February 2011

DSB Application Form Page 2

7.

a. b.

Brief Resume Of ONLY Those Prime Applicant and Sub-Consultant Personnel Requested In The Advertisement. Confine Responses To The Space Provided On The Form and Limit Resumes To ONE Person Per Discipline Requested In The Advertisement. Resumes Should Be Consistent With The Persons Listed On The Organizational Chart In Question # 6. Additional Sheets Should Be Provided Only As Required For The Number Of Key Personnel Requested In The Advertisement and They Must Be In The Format Provided. By Including A Firm As A Sub-Consultant, The Prime Applicant Certifies That The Listed Firm Has Agreed To Work On This Project, Should The Team Be Selected. a. Name and Title Within Firm: Name and Title Within Firm: Project Assignment: Name and Address Of Office In Which Individual Identified In 7a Resides: MBE WBE b. Project Assignment: Name and Address Of Office In Which Individual Identified In 7a Resides: MBE WBE

c.

c.

d. e.

Years Experience: With This Firm: Education: Degree(s) /Year/Specialization

With Other Firms:

d. e.

Years Experience: With This Firm: Education: Degree(s) /Year/Specialization

With Other Firms:

f.

Active Registration: Year First Registered/Discipline/Mass Registration Number

f.

Active Registration: Year First Registered/Discipline/Mass Registration Number:

g.

Current Work Assignments and Availability For This Project:

g.

Current Work Assignments and Availability For This Project

h.

Other Experience and Qualification Relevant To The Proposed Project: (Identify Firm By Which Employed, If Not Current Firm):

h.

Other Experience and Qualification Relevant To The Proposed Project: (Identify Firm By Which Employed , If Not Current Firm):

Updated February 2011

DSB Application Form Page 3

8a. a.

Current and Relevant Work By Prime Applicant Or Joint-Venture Members. Include ONLY Work Which Best Illustrates Current Qualifications In The Areas Listed In The DSB Advertisement (List Up To But Not More Than 5 Projects). Project Name and Location b. Brief Description Of Project and e. Project Cost (In Thousands) c. Clients Name, Address and Phone d. Completion Principal-In-Charge Services (Include Reference To Areas Number. Include Name Of Contact Person Date (Actual Construction Fee For Work For Of Experience Listed In DSB Or Estimated) Costs(Actual, Or Which Firm Was Advertisement) Estimated If Not Responsible. Completed)

(1)

(2)

(3)

(4)

(5)

Updated February 2011

DSB Application Form Page 4

8b.

List Current and Relevant Work By Sub-Consultants Which Best Illustrates Current Qualifications In The Areas Listed In The Advertisement (Up To But Not More Than 5 Projects For Each SubConsultant). Use Additional Sheets Only As Required For The Number Of Sub-Consultants Requested In The Advertisement and They Must Be In The Format Provided. Sub-Consultant Name: a. Project Name and Location b. Brief Description Of Project and e. Project Cost (In Thousands) c. Clients Name, Address and Phone Number d. Completion Principal-In-Charge Services (Include Reference To (Include Name Of Contact Person) Date (Actual Construction Areas Of Experience Listed In DSB Or Estimated) Costs (Actual, Or Fee for Work for Which Firm Was Advertisement) Estimated If Not Responsible Completed) (1)

(2)

(3)

(4)

(5)

Updated February 2011

DSB Application Form Page 5

9.

List All Projects Within The Past 5 Years For Which Prime Applicant Has Performed, Or Has Entered Into A Contract To Perform, Any Design Services For All Public Agencies Within The Commonwealth.

Number of Total Projects:


Phases Role P, C, JV St., Sch., D.D., * C.D.,A.C. *

Number of Active Projects:

Total Construction Cost (In Thousands) of Active Projects (excluding studies): Construction Costs Awarding Authority (Include Contact Name and (In Thousands) Phone Number) (Actual, or Estimated if Not Completion Date (Actual or Estimated) (R)Renovation or (N)New

Project Name, Location and Principal-In-Charge: 1.

2.

3.

4.

5.

6.

7.

8.

9.

10. * P = Principal; C = Consultant; JV = Joint Venture; St. = Study; Sch. = Schematic; D.D. = Design Development; C.D. = Construction Documents; A.C. = Administration of Contract
Updated February 2011

DSB Application Form Page 6

10.

Use This Space To Provide Any Additional Information Or Description Of Resources Supporting The Qualifications Of Your Firm And That Of Your Sub-Consultants For The Proposed Project. If Needed, Up To Three, Double-Sided 8 X 11 Supplementary Sheets Will Be Accepted. APPLICANTS ARE REQUIRED TO RESPOND SPECIFICALLY IN THIS SECTION TO THE AREAS OF EXPERIENCE REQUESTED IN THE ADVERTISEMENT. Be specific No Boiler Plate

11.

Professional Liability Insurance: Name of Company Aggregate Amount Policy Number Expiration Date

12.

Provide A List Of All Projects On Which Monies Were Paid By You, Or On Your Behalf, As A Result Of Professional Liability Claims Occurring Within The Last 5 Years and In Excess Of $50,000 Per Incident. Please Include Project, Client Names and Explanation. (Attach Separate Sheet If Necessary): Please answer yes or no. If yes please give details.

13.

Name Of Sole Proprietor Or Names Of All Firm Partners and Officers: Name Title MA Reg # Status/Discipline a. b. c. If Corporation, Provide Names Of All Members Of The Board Of Directors: Name Title MA Reg # Status/Discipline a. b. c. Names Of All Owners (Stocks Or Other Ownership): Name and Title a. b. c. % Ownership MA Reg.# Status/Discipline Name and Title d. e. f. % Ownership MA Reg.# Status/Discipline Name d. e. f. Name d. e. f. Title MA Reg # Status/Discipline

14.

Title

MA Reg #

Status/Discipline

15.

16.

I hereby certify that the undersigned is an Authorized Signatory of Firm and is a Principal or Officer of Firm. I further certify that this firm is a Designer, as that term is defined in Chapter 7, Section 38A1/2 of the General Laws, or that the services required are limited to construction management or the preparation of master plans, studies, surveys, soil tests, cost estimates or programs. The information contained in this application is true, accurate and sworn to by the undersigned under the pains and penalties of perjury.
Submitted By (Signature)

__________________________________________________

Printed Name and Title

_______________________________

Date ____________

The following forms MUST be attached to only ONE (ORIGINAL Copy) application: 1. SDO Certification required for MBE/WBE Firms; 2. Sub-Consultant Acknowledgment.
Updated February 2011

DSB Application Form Page 7

DSB S-CA

Commonwealth of Massachusetts

Designer Selection Board SUB-CONSULTANT ACKNOWLEDGMENT

Project: Applicant Designer: Sub-consultant:

SUB-CONSULTANT ACKNOWLEDGMENT The sub-consultant named above hereby certifies that it has been notified by the Applicant Designer that it has been nominated to perform work on the Applicant Designers team for the above Project, which is under consideration at the Designer Selection Board.

Signature of Sub-Consultant Duly Authorized Representative

Print Name and Title

Date

It is a requirement that all applicants supply this document signed, attached to the application, for each of the listed sub-consultants stating that they are aware and agree to being nominated by said applicant designer. One copy must have an original signature. Electronic signatures are accepted.

Updated February 2011

DSB Sub-Consultant Form

COMMONWEALTH OF MASSACHUSETTS
DESIGNER SELECTION BOARD PROJECT CRITERIA
DSB LIST # 11-02 ITEM # 1 DSB PUBLIC NOTICE DATE: March 16, 2011 February 23, 2011 at 2:00 PM

LAST DATE FOR FILING APPLICATION IS:

The Board requests applications to be submitted by any of the following firms: ( ( X X ) ) Architect Architect/Engineer (A/E) DCR1110 ST1 DCR Cambridge / North Pt. Maintenance Facility New Facility Cambridge Division of Capital Asset Management (DCAM) DCR Funds $2.3 million (other funding up to $10 million may be available) To be determined by study ( ( ) ) Engineer Other:

PROJECT NUMBER: PROJECT TITLE: PROJECT LOCATION: AWARDING AGENCY: APPROPRIATION SOURCE: AVAILABLE AMOUNT: ESTIMATED CONSTRUCTION COST:

TOTAL FEE, excluding reimbursables or any authorized per diem payments, based on scope of work and services authorized if project is completed. ( ( X X ) ) Lump Sum Established Set Fee for Study Phase Per M.G.L. C.7, 38G(a) Lump Sum Established Set Fee for Final Design Phase Per M.G.L. C.7, 38G(a), based on the approved estimated construction cost in the certified study. $100,000 7.7 dollars percent

IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( ) OTHER: It is intended that the following continued services will be required of the selected Designer, and approval of the Designer by the DSB for the study phase shall also constitute approval of the Designer for continued services at the Awarding Authoritys discretion. If the Awarding Authority determines that the continued services will not be required of the Designer then the Awarding Authority must notify the Designer and the Board, upon making that determination. ( ( ( ( ( X X X X ) ) ) ) ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS CONSTRUCTION PLANS AND SPECIFICATIONS ADMINISTRATION OF CONSTRUCTION CONTRACT OTHER:

MBE/WBE PARTICIPATION: In accordance with M.G.L. C.7, 40N, Executive Orders 478 and 524, DCAM has established minimum goals of 8% MBE participation and 4% WBE participation for the combined value of the study and final design contracts for this project. MBE/WBE goals must be met within the list of requested prime and sub-consultants. All applicants must indicate in the prime firms application how they or their consultants will meet these goals and will be evaluated on that basis. Further information about the MBE/WBE Program appears in the DSB Public Notice at pages 4-8 titled Participation by Minority Owned Businesses and Woman Owned Businesses, in the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) at Attachment C, in the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and the Supplier Diversity Office (formerly
DSB List#11-02, Item #1, Page 1 of 11 Study & Design Form Revised 2/9/11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

SOMWBA) website: http://www.mass.gov/sdo. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form). APPROPRIATION LANGUAGE: N/A GENERAL SCOPE OF WORK: Project Goals The project will provide a new consolidated office, trades shop, and vehicle maintenance facility and yard for the Massachusetts Department of Conservation and Recreation (DCR)s Charles Basin District Maintenance & Operations staff and its Urban Parks Mobile Maintenance crew. The facility will be located at a site currently under DCRs care and control on North Point Boulevard in East Cambridge where it can take advantage of proximity to the Charles River Basin, Memorial Drive, Storrow Drive and Interstates I-93 and I-90, and will replace temporary facilities already in use at North Point and at the historic Stable at 1 Land Boulevard. Additional alternative to consolidate the current Upper Basin Maintenance and Work Yard on Soldiers Field Road will also be studied. Project Background The Charles District The Charles District encompasses all of the Charles River Reservation from the Blue Heron Bridge in Watertown to the New Charles River Basin Parks at the mouth of the Charles River. The Charles District also maintains all of the parkways in the area including Storrow and Memorial Drives, the Fenway, Park Drive, Soldiers Field Road, Nonantum Road, Charles River Road, Greenough Boulevard and Fresh Pond Parkway.

DSB List#11-0, Item #1, Page 2 of 11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

Over 10 years ago, the DCRs maintenance facility at North Point was demolished in order to build the new North Point Park. The Lower Basin District operations staff was moved into modular facilities at 10 North Point Blvd. Currently a 1,440 square foot trailer is used for administrative offices, rest rooms, and break room for operations staff. There are 21 full-time and 12 seasonal employees working out of this location.

North Point Locus Map

North Point Site Map


DSB List#11-0, Item #1, Page 3 of 11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

Small equipment is currently stored in the basement of the historic Stable at 1 Land Boulevard, one block away from North Point Park and adjacent to the Museum of Science parking garage. Two storage containers at 10 North Point Boulevard also store equipment and the remainder is scattered at other locations throughout the Charles District, including the Almys Building and site on Soldiers Field Road. All 16 major pieces of equipment (loaders, plows, street sweepers, mowers) are stored outside year round. There is no maintenance garage or wash-down bay for vehicle service nor a salt shed for snow operations. Urban Parks Mobile Maintenance The Urban Parks Mobile Maintenance group consists of 25 full-time administrative and trade staff and is responsible for building maintenance, special events, and emergency trade services throughout Urban Parks. The administrative staff was moved into a 2,880 square foot trailer adjacent to the Lower Basin Maintenance trailer at 10 North Point Boulevard about ten years ago. At about the same time, trade services were consolidated and moved from buildings in Stoneham and Randolph to the historic Stable at 1 Land Boulevard, where they occupy about 3,200 square feet of work space and 2,400 square of storage space in the basement and the attic.

Historic Stables, 1 Land Boulevard

Existing Modular Facilities, North Point

Proposed Building and Site Program Elements It is anticipated that the new facility will include the following elements, as confirmed by a detailed inventory of equipment and storage needs and program interviews with DCR: Office Space Offices for Charles District and Mobile Maintenance Management, Rangers, and Department of Corrections (inmate work crews) Open administrative space Shops Key room
Carpentry shop
Electrical shop
Plumbing shop
Lunch room
Locker room & showers
Supply room
Storage
Vehicle and Park Maintenance Equipment Mechanic shop Welding shop Heated service bay with vehicle lifts Heated garage bays with indoor vehicle storage Cold storage garage bays for maintenance equipment and trucks Maintenance Equipment Storage (mowers, tractors, utility vehicles, trailers, etc.) in close proximity to the Reservation
DSB List#11-0, Item #1, Page 4 of 11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

High pressure wash-down bay


Flammable storage
Secure storage for equipment & tools
Spray booth
Key card access to all buildings
Yard Salt shed Gas & diesel fuel pumps CNG dispensing system Parking for 40 cars Storage area for salt, sand, mulch, loam, gravel, leaves, street sweepings, dewatering station for catch basin debris Storage for trash and recycling dumpster staging Storage for dismounted plows Security fencing, gates and cameras Site lighting for night activities Vegetative screening and efficient placement to screen from adjacent uses Designer Qualifications The team sought by DCAM will have demonstrated expertise and experience in: Urban planning for mixed-use urban areas The sites proposed for the new facility are adjacent (on the northwest) to the proposed mixed-use North Point development district of East Cambridge and (to the southeast) to DCRs recently completed North Point Park on the north bank of the Charles River just downstream of the Science Museum. As such they are embedded in a mosaic of pending and completed projects designed to transform the lost mile of the Charles on both sides of the Zakim Bridge and establish strong visual, recreational, pedestrian and public transport connections among Cambridge, Charlestown, and Boston. Many of these projects, including the Paul Revere Park, the Nashua Street Park, and the Rose Kennedy Greenway, are part of mitigation for the Central Artery Project. Successful and timely completion of the project requires that the selected design team have strong urban planning and design credentials and the ability to present and effectively facilitate review of all aspects of the projects impact on adjacent projects and conformance with existing master plans and design guidelines. Development of contaminated and environmentally sensitive sites Remediation of hazardous materials at the North Point site will be performed under a separate contract, but must be coordinated with this project. A remediation plan has been prepared by DCR and is currently under review by DEP. Other technical issues affecting the project are anticipated to include wetlands, historic tidelands, and a high water table. The proposed buildings and yard will include storage for fuel, road salt, and other maintenance materials and supplies. The selected team should demonstrate success in the timely assessment, evaluation, permitting and mitigation of environmental impacts and hazardous materials for projects and sites of comparable environmental sensitivity. Vehicle maintenance and trades shop and yard design The primary function of the Charles District is the maintenance of parkland and recreational facilities. The selected design team will be thoroughly familiar with current and future best practices for and design of facilities for parks and roadways operations and maintenance, including salt sheds, vehicle storage, electric vehicle recharging stations, and maintenance yards. The design of the new facility will be efficient, technologically stateof-the-art, environmentally sustainable and universally accessible and will emphasize the use of low-maintenance, durable materials. Sustainable design Members of the design team are to engage in a fully collaborative process and successfully meet aggressive performance-based energy and water use reduction targets. As an agency of the Executive Office of Energy and Environmental Affairs (EOEEA), DCR has a special responsibility to maximize the sustainability of its buildings. Team members shall use and implement, as practical, the Massachusetts Clean Energy and Climate Plan issued by the EOEEA in December 2010 (http://www.mass.gov/Eoeea/docs/eea/energy/2020-clean-energy-plan.pdf).
DSB List#11-0, Item #1, Page 5 of 11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

Among other new and expanded policies the Plan commits the state to a transition to performance-based building energy codes over the next decade. As part of this transition, and in addition to meeting all current codes, the selected design team shall deliver a project meeting all of the following criteria: Site energy use intensity (EUI) of no more than 25 kBtu/sf/year, measured without consideration of any on-site or purchased off-site renewable energy. Carbon-neutral site energy use, either through use of on-site or through purchase of off-site renewable energy sources. Building construction cost per square foot equal or close to the regional average for buildings of comparable type and size. The team shall, at various building design stages, use the Building Energy Asset Labeling Program in Massachusetts (http://www.mass.gov/Eoeea/docs/doer/Energy_Efficiency/Asset_Rating_White_Paper.pdf ) to rate the building proposed and how various design iterations alter the buildings rating. Current and proposed Massachusetts Water Conservation Standards (http://www.mass.gov/Eoeea/docs/eea/wrc/water_conservation_standards.pdf ) set forth by the Commonwealth of Massachusetts, Executive Office of Environmental Affairs and Water Resources Commission shall be adhered to. The designer shall work with the local gas and water utilities to ensure maximum rebates and incentives are achieved for this project. The Designer is responsible for coordination and submittals to the utility.

DETAILED SCOPE OF WORK: The consultant must be prepared to enter into a contract and begin work immediately upon selection. Interim reports and other deliverables will be produced at milestones during the Study. In accordance with the DCAM Designer Procedures Manual, the study phase for the North Point Maintenance Facility will include but not be limited to the following tasks and products. ST-01 Problem Statement and Workplan Develop a workplan for DCAM and DCR review and approval, including A statement of the vision and goals for the project and the problems to be addressed A fee breakdown by deliverable that identifies the scope of each product A schedule for a collaborative design process modeled on GSAs Integrated Building Design (IBD) (http://www1.eere.energy.gov/femp/pdfs/29267-4.1.pdf) or comparable process that identifies the agendas and participants for all conference calls, meetings, workshops, presentations and other events requiring group coordination A schedule for presentation and discussion of the project at four meetings with the New Charles River Basin Citizens Advisory Committee Products: Problem Statement and Workplan for DCAM and DCR review and approval ST-02 Inventory and Analysis Identify, select and coordinate visits to similar facilities within the Greater Boston area; document and analyze all relevant existing program, building, site and cost information. a. Program Document DCRs Charles River Basin and Urban Parks maintenance operations staffing, organization,
jurisdiction, responsibilities and schedule.
Perform inventory of existing office, support, maintenance shop, storage and maintenance yard space and all vehicles and equipment related to DCRs Charles River Basin and Urban Parks maintenance operations, noting any critical adjacencies. Interview DCR staff to determine space needs Identify and present best practices for maintenance facility design, based on organizations of comparable size and mission. Develop preliminary right-sized tabular building and site program with appropriate grossing factors Develop project Base Case Performance Profile for energy and water including: o Energy use Site energy use intensity (EUI) of no more than 25 kBtu/sf/year, measured without consideration of any on-site or purchased off-site renewable energy. A lower EUI may be recommended for review by DCAM and DCR based on the most recent U.S. DOE Commercial Building Energy Consumption Survey (CBECS) data for the building type.
DSB List#11-0, Item #1, Page 6 of 11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

Carbon-neutral site energy use, either through use of on-site or through purchase of off-site renewable energy sources. o Water use Establish reference and design water use case(s) Recommend project water use goals maximizing site water conservation for DCAM and DCR review. Current and proposed Massachusetts Water Conservation Standards set forth by the Commonwealth of Massachusetts, Executive Office of Environmental Affairs and Water Resources Commission shall be adhered to. o Define a range of solutions for meeting each goal o Evaluation of proposed solutions both individually and as systems o Identification of strategies with multiple benefits Products: Tabular building and site space inventory by location illustrated by maps and plans as necessary to locate each building and site, Best Practices Workshop, illustrative module diagrams and space layouts, prioritized tabular space program and adjacency diagram, Base Case Performance Profile b. Site and Buildings Prepare North Point locus map showing site boundary and identifying adjacent roadways and land uses Summarize and illustrate projects relationship to key proposed projects, existing master plans, and design guidelines for the North Point area. Prepare North Point site base map from best available information showing name, footprint and location of all buildings, structures, roadways, sidewalks, paths, recreation, storage and parking areas. A topographic survey may be authorized as an extra service. Identify, analyze and summarize all site conditions relevant to site selection for the proposed facility, including but not limited to urban and open space design issues, topography, geotechnical conditions, hazardous materials, drainage and ground water flows, utilities, wetlands, vegetation, wind direction, solar exposure, pedestrian and vehicle movement. Develop building footprint/site envelope and siting criteria, Universal Design goals, for the proposed project elements for DCR and DCAM review Evaluate potential sites for the facility noting significant opportunities, constraints, and cost premiums associated with each. Products: Photographs, overall summary and detailed narratives for site and urban design conditions; site locus and base maps and site analysis maps as required to document conditions c. Costs Develop target building construction cost for preliminary tabular space program based on regional average per square foot cost for buildings of comparable type and size. Site cost options and premiums should be carried separately. Develop baseline operating costs per square foot for comparable facility Define and analyze cost of programmatic options for review by DCAM and DCR Products: Cost analysis workshop d. Schedule Preliminary study, design and construction schedule coordinated with hazardous materials remediation; a list of potential permits, regulatory agencies which can potentially affect timeline. ST-01R Problem Restatement and Workplan Revision Revise the project workplan as required by preferred building program and site option Product: Revised workplan ST-03 Potential Solutions a. Program: Develop draft room data sheets and room layout diagrams for all net building spaces and all site spaces in the preferred program b. Site and Building: Develop up to three conceptual options for the preferred building and site program, with blocking and stacking diagrams to illustrate optimal adjacencies, site interaction and universal design opportunities; evaluate options with respect to feasibility, Base Case Performance Profile, Universal design, and schedule requirements

DSB List#11-0, Item #1, Page 7 of 11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

c. Cost: Provide comparative order of magnitude cost estimates for each option in Uniformat Level 1 format; document potential add/alternates items and future construction options; document life cycle cost, considerations for each alternative. d. Schedule: Establish time conformance to the projected Study schedule; note potential obstacles to timely completion of the Study and construction; project a schedule of construction based on each alternative configurations developed. Provide a list of all required permits and regulatory agencies involved, with associated timelines. Project a timeline for final design and construction Products: Draft Room Data Sheets, Potential Solutions Workshops presenting and evaluating options ST-GW Global Workshop A Global Workshop led by the designer will give all project participants and interested parties an opportunity to comment on potential solutions identified in ST-03. Product: Global Workshop ST-04 Consensus Solution Revise the preferred solution as directed by DCAM and DCR to include comments at the Global Workshop and prepare as necessary a. Program: A revised tabular program for all spaces; revised relationship diagram depicting important adjacencies; revised room data sheets with room layouts as required for illustration, equipment lists and performance requirements b. Site and Building: A schematic architectural design set including conceptual plans, elevations, and building sections; LEED checklist and energy and water use estimates as required for compliance with Base Case goals; Architectural, MEP, Civil and site narratives c. Cost: Estimated Construction Cost (ECC in an electronic format consistent with the DCAM Cost Estimating Manual) Life Cycle Cost Analysis (LCCA) documenting the expected life span and replacement/service requirements dates for major system components, including mechanical, electrical, roofing and other architectural systems such as windows, sealants, etc. Operating Cost Estimate based on DCAM standards d. Schedule: A list of all applicable codes, permits and reviews; implementation plan and schedule for design and construction including codes, permits, and reviews Products: Final tabular program, adjacency diagram, room data sheets, schematic plans, design narratives, LEED Checklist and energy and water use estimates, cost estimate, implementation plan and schedule. ST-05 Draft and Final Report Compile a Draft Report incorporating, coordinating and narrating products from Tasks 2-4 and appendices as required for review. Prepare a final report, including an executive summary and project narrative, with revisions as directed by DCAM and DCR, and submit it in required digital and hard copy formats. Products: Draft and Final Reports

GENERAL CONDITIONS OF THIS CONTRACT: Study Contract DCAM has established a goal of six months to complete a study. If selected for study services, the applicant agrees to execute the Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) (Study Contract) or its successor, without revisions or modifications. DCAM compensates the designer during the Study Phase for approved products in accordance with the approved work plan. http://www.mass.gov/Eoaf/docs/dcam/dlforms/forms/study_contract.rtf Design Contract DCAM has established a goal of twelve months to complete design (SD, DD and CD). At the conclusion of the study, if the applicant is requested by DCAM to perform final design services, the applicant agrees to execute the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)1 (Design Contract) or its successor, without revisions or modifications. http://www.mass.gov/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm.rtf

The Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) replaces the former DCAM Form C-2 Contract for Designer Services.
DSB List#11-0, Item #1, Page 8 of 11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined managements internal auditing controls, and expresses their opinion regarding those controls. DCAM Procedures The designer will follow the procedures established in DCAMs Designer Procedures Manual dated August 2008 (http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: http://www.mass.gov/dcam. PMAS Consultants will be required to use DCAM's electronic web-based Project Management and Accounting System (PMAS) as a repository for all project correspondence, documentation, and project budgeting, and scheduling. No special software is required. Workshops DCAM and the Designer will hold periodic workshops to ensure that critical issues are not overlooked and that all team members have an opportunity to contribute their expertise, to anticipate potential obstacles, to identify potential solutions, and to expedite the decision-making process. Attendance by key design team members will be required at all workshops. Executive Order 484 This project shall comply with all applicable requirements of the most current Executive Order 484 (EO 484): see http://www.mass.gov/Agov3/docs/Executive%20Orders/Leading%20by%20Example%20EO.pdf. All building studies shall include preliminary estimates of the projects energy use, water use, and greenhouse gas emissions using protocols established by EOEAA or as determined by DCAM. No building study shall be certified for final design unless all means, methods, and commitments required to mitigate the projects impact on the operating agencys plan for meeting EO 484s goals are documented in the consensus solution, implementation plan, and estimated construction cost. LEED Certification This project shall be certifiable at a level of Silver or higher, including Mass LEED Plus requirements. All measures proposed to achieve a LEED rating shall be incorporated into Final Design as part of the Designers base fee; administration of the certification process by the Designer during the Final Design and Construction phases of the project will be considered an extra service. Universal Design In addition to complying with 521 CMR, The Rules and Regulations of the Architectural Access Board (http://www.mass.gov/aab), the consultant will review ADA Title II (http://www.usdoj.gov/crt/ada/reg2.html), and the ADA Accessibility Guidelines (http://www.access-board.gov/adaag/html/adaag.htm), to ensure that the proposed design meets the civil right intent of this act. The requirements of these two laws may differ and the consultant must comply with the more stringent. Design solutions will meet the diverse and changing needs of users across age, ability, language, ethnicity and economic circumstance. DCAM welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations. Environmental and other supplemental services DCAM reserves the right to obtain supplemental services through independent consultants who will collaborate with the prime and the project team. Construction Specifications The designer shall utilize the DCAM Standard Specification.

DSB List#11-0, Item #1, Page 9 of 11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

Cost Estimating Cost estimates, cost models, and estimator participation in both the study and the design phases shall meet the requirements of the current DCAM Cost Estimating Manual and will be submitted in Uniformat II in the study phase and in both Uniformat II to Level 3 and CSI Masterformat in the design phase. The Cost Estimating Manual can be found at http://www.mass.gov/Eoaf/docs/dcam/dlforms/cem_feb06.pdf, and Uniformat II can be found at http://www.bfrl.nist.gov/oae/publications/nistirs/6389.pdf. Building Information Modeling Building Information Modeling (BIM) may be used in the study, design, and construction phases of the project, and the development of a building information model will be authorized as an extra service if the selected Designer has this capability. Building Commissioning DCAM will include building commissioning as part of this project. The Designer of Record will develop in collaboration with DCAM an operations and maintenance plan as a reimbursable expense during the building commissioning phase. The Designer will meet with DCAM's building commissioning agent during design and construction to evaluate design proposals for MEP systems to ensure maintainability and operational efficiency. CM at Risk The construction of this project may be performed utilizing a construction management at-risk (CMAR, sometimes referred to as CM/GC) contract in accordance with MGL Chapter 149A. It is anticipated that the CM will be on board during the Schematic Design phase of Final Design project. Integrated Project Delivery DCAM may elect to use a modified form of Integrated Project Delivery (IPD) for this project, as generally described in the AIA document Integrated Project Delivery: A Guide (2007). (http://www.aiacc.org/site/docs/IPD_Guide_2007.pdf) According to this guide "integrated projects are uniquely distinguished by highly effective collaboration among the owner, the prime designer, and the prime constructor, commencing at early design and continuing through to project handover." DCAM's preliminary approach to IPD will follow the Construction Manager at Risk model, including bringing the CM in very early in the design phase of the project. Respondents should note their experience, if any, with this approach in Section 10 of their application. CONDITIONS FOR APPLICATION: Current or updated Master File Brochures must be on file with the Board. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in an amount equal to the lesser of $5,000,000 or 10% of the Projects Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the Study Contract and Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). DCAM may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage. Note that the requirement for professional liability insurance shall apply to both the Contract for Study Services and Contract for Final Design and Construction Administrative Services when a project is advertised for both study and design services. APPLICATION EVALUATION PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please see Section 6 on DSB 2005 Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel. 1. 2. 3. 4. 5. Architect (Prime) Mechanical Engineer (M/P/FP) Electrical Engineer Structural Engineer Civil Engineer 6. 7. 8. 9. 10. Landscape Architect Specifications Consultant Cost Estimator (independent consultant required) MA Building Code Consultant Permitting and Environmental Consultant

Where an independent consultant is required the Applicant may not provide the services in house. If the Applicant plans to fulfill any of the other sub-consultant roles, so indicate on the organizational chart. Project Managers for Study and Final Design should be listed separately on the organizational chart.

DSB List#11-0, Item #1, Page 10 of 11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

March 16, 2011

APPLICATION EVALUATION PROJECT EXPERIENCE Applications will be evaluated based upon the requirements of M.G.L. Ch. 7 38F and the work listed on DSB 2005 Application Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas: 1. rchitect: state-of-the-art vehicle A maintenance and trades shop and yard design Architect: projects involving urban planning for mixed-use urban areas with stakeholder review 3. Architect & Civil Engineer: development of contaminated and environmentally sensitive sites Architect & Mechanical Engineer: participation in collaborative design for zero net carbon projects

2.

4.

APPLICANTS PLEASE NOTE

A copy of the most current Application Form and Instructions - DSB Application Form
(Updated February 2011) is included with this Notice, and is available for download at
http://www.mass.gov/Eoaf/docs/dcam/dlforms/dsb/dsb_app_11_2_1.doc.
Only complete applications submitted on the DSB Application Form (Updated
February 2011) will be considered by the Designer Selection Board. Applications that
are incomplete or submitted on a form other than DSB Application Form (Updated
February 2011) will be rejected as non-compliant and not be considered by the Board.
Applications received at the DSB Office after the advertised deadline will not be
considered.

DSB List#11-0, Item #1, Page 11 of 11

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA DSB LIST # 11-02 ITEM # 2 DSB PUBLIC NOTICE DATE: March 16, 2011 February 23, 2011 at 2:00 PM

LAST DATE FOR FILING APPLICATION IS:

The Board requests applications to be submitted by any of the following firms: ( ( X X ) ) Architect Architect/Engineer (A/E) DCACS1 DCACS Renovations Dorchester Dorchester Collegiate Academy Charter School (DCACS) Bond Source and Private Funds $1,000,000 Phase I: $200,000 Phase II: $750,000 ( ( ) ) Engineer Other:

PROJECT NUMBER: PROJECT TITLE: PROJECT LOCATION: AWARDING AGENCY: APPROPRIATION SOURCE: AVAILABLE AMOUNT: ESTIMATED CONSTRUCTION COST:

TOTAL FEE, excluding reimbursables or any authorized per diem payments, based on scope of work and services authorized if
project is completed.
*See page 5 of this Notice for final fee determination by the Division of Capital Asset Management and Maintenance (DCAM)
per M.G.L. C.7, 38G(a).
( X ) Lump Sum Established Set Fee for Final Design Phase Per M.G.L. C.7, 38G(a) Phase I: $22,600 Phase II: $75,000 Dollars

IMMEDIATE SERVICES AUTHORIZED: ( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( X ) DESIGN DEVELOPMENT PLANS AND SPECIFICATIONS ( X ) CONSTRUCTION PLANS AND SPECIFICATIONS ( X ) ADMINISTRATION OF CONSTRUCTION CONTRACT ( ) OTHER: MBE/WBE PARTICIPATION: In accordance with M.G.L. C.7, 40N, Executive Orders 478 and 524, DCACS has established minimum goals of 8% MBE participation and 4% WBE participation for the combined value of the study and final design contracts for this project. MBE/WBE goals must be met within the list of requested prime and sub-consultants. All applicants must indicate in the prime firms application how they or their consultants will meet these goals and will be evaluated on that basis. Further information about the MBE/WBE Program appears in the DSB Public Notice at pages 4-8 titled Participation by Minority Owned Businesses and Woman Owned Businesses, in the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) at Attachment E, and the Supplier Diversity Office (formerly SOMWBA) website: http://www.mass.gov/sdo. Applications from MBE and WBE firms as prime consultant are encouraged. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet their MBE/WBE goals. Consultants to the prime can team within their disciplines in order to meet the MBE/WBE goals, but must state this relationship on the organizational chart (Section 6 of the application form). BRIEFING SESSION A briefing session will be held on the site at 131-133 Hancock Street, Dorchester, MA on Thursday, March 10, 2011 at 10:00am.

DSB List#11-02 Item #2, Page 1 of 4

Final Design Form Revised 2/9/11

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

February 23, 2011

APPROPRIATION LANGUAGE: N/A GENERAL SCOPE OF WORK: Dorchester Collegiate Academy Charter School (DCACS) is a public charter school, currently serving 70 students in grades 4 and 5. In subsequent years, DCACS will add a grade until the twelfth grade. At full capacity, DCACS will be a grades 4-12 school. The renovated facility will house grades 4-8 and, at capacity, will serve approximately 170 students. The facility, a former nursing home, is located at 131-133 Hancock Street in Dorchester, MA. DCACS owns the facility, which is approximately 19,500 gross square feet, comprised of a ground floor and a basement. DCACS intends to renovate the interior of both floors of the facility to improve and add classroom space, administrative offices, and educational spaces as well as common support elements, such as a multi-purpose room and cafeteria. The project will require full architectural documents and construction administration services for the renovation of the building. DCACS intends to develop an energy efficient and environmentally sustainable facility to the extent feasible within the project budget or by financing these features through alternative funding sources such as state and federal grants, etc. It is expected that an integrative design approach by the design team will make such green design elements possible. The project will have two phases. Phase I will include the design, construction documents and construction administration for only the first floor renovations. The Phase I project schedule requires full occupancy and operation of the facility by the first week of August 2011. Construction is anticipated to commence on July 1, 2011. All firms responding to this request must have adequate resources to enable the project team to meet these deadlines. Phase II project will include design, construction documents and construction administration for the basement. The schedule will be determined in the fall of 2012 in collaboration with DCACS leadership.
It is DCACSs intention to design, bid and construct the project according to procedures defined in M.G.L c.149. The
design team will be required to design to a finite project budget.
The Phase I and Phase II Scope of Work for the project includes but is not limited to:
Final Programming: Work with DCACS to develop the final detailed program for the renovations Sustainability: Advise DCACS on the incorporation of energy efficient and other sustainable design features Permits and Approvals: Work with DCACS and the development team to identify and obtain all required permits and approvals Schematic Design: Work with DCACS, OPM and municipality to develop buildings plans including floor plans, elevations and sections, adjacency diagrams, character and quality of interior spaces, and primary building MEP/FP and structural systems that follow design objectives, cost and schedule constraints. Design Development: Working with DCACS and OPM to determine and document final layouts, details and material and equipment selections that are in line with design objectives, cost and schedule constraints Construction Documents: Prepare final construction documents that will facilitate accurate and dependable final pricing by General Contractors Bid Phase: Perform all necessary bid phase services Construction Phase: Perform Construction Administration, coordinate with owners building commissioning agent if appropriate, and project close out duties per the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)

DSB List#11-02 Item #2, Page 2 of 4

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

February 23, 2011

ADDITIONAL SUPPORTING DOCUMENTS: The scope of work for this project is supported by the materials listed below, which are available for review and download on the Designer Selection Board website. Preliminary Floor Plans Basement Floor Plan: http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb110202_dca_basement_122010.pdf Ground Floor Plan: http://www.mass.gov/Eoaf/docs/dcam/dsblist/dsb110202_dca_gr_fl_122010.pdf GENERAL CONDITIONS FOR THIS CONTRACT: Contract The applicant agrees to execute the Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10)1 (Design Contract) or its successor, without revisions or modifications. http://www.mass.gov/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm.rtf Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined managements internal auditing controls, and expresses their opinion regarding those controls. DCAM Procedures: The designer will follow the procedures established in DCAMs Designer Procedures Manual dated August 2008 (http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: (http://www.mass.gov/dcam). Workshops DCACS and the Designer will hold periodic workshops to ensure that critical issues are not overlooked and that all team members have an opportunity to contribute their expertise, to anticipate potential obstacles, to identify potential solutions, and to expedite the decision-making process. Attendance by key design team members will be required at all workshops. Universal Design In addition to complying with 521 CMR, The Rules and Regulations of the Architectural Access Board (http://www.mass.gov/aab), the consultant will review ADA Title II (http://www.usdoj.gov/crt/ada/reg2.html), and the ADA Accessibility Guidelines (http://www.access-board.gov/adaag/html/adaag.htm), to ensure that the proposed design meets the civil right intent of this act. The requirements of these two laws may differ and the consultant must comply with the more stringent. Design solutions will meet the diverse and changing needs of users across age, ability, language, ethnicity and economic circumstance. DCACS welcomes innovative design strategies that are simultaneously equitable, flexible and legible for all and extend beyond minimal compliance with accessibility regulations. Construction Specifications The designer shall be responsible for creating detailed comprehensive Specifications specifically suited to the project in Standard CSI format. Environmental and other supplemental services DCACS reserves the right to obtain supplemental services through independent consultants who will collaborate with the prime and the project team. Cost Estimating Cost estimates and cost estimate reconciliation will be part of basic Design services for this project.

The Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) replaces the former DCAM Form C-2 Contract for Designer Services.

DSB List#11-02 Item #2, Page 3 of 4

DSB LIST #

11-02

ITEM #

DSB PUBLIC NOTICE DATE:

February 23, 2011

Building Commissioning DCACS will include building commissioning as part of this project. The Designer of Record will develop in collaboration with DCACS an operations and maintenance plan as a reimbursable expense during the building commissioning phase. The Designer will meet with DCACSs building commissioning agent during design and construction to evaluate design proposals for MEP systems to ensure maintainability and operational efficiency. CONDITIONS FOR APPLICATION: Current or updated Master File Brochures must be on file with the Board. As a condition of application, each applicant, if selected for the new project, agrees to carry professional liability insurance in an amount equal the lesser of $5,000,000 or 10% of the Projects Fixed Limit Construction Cost, but in no event less than $250,000 per claim in accordance with the Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). DCAM may seek additional coverage for the selected designer, and if so will bear the cost of the additional coverage. APPLICATION EVALUATION PERSONNEL Applications will be evaluated based on the following prime and sub consultant personnel and extent of compliance with MBE/WBE participation goals. Please see Section 6 on DSB 2005 Application Form: On the organizational chart, identify the team by listing them in the same order as below. Include resumes for all personnel. 1. 2. 3. 4. Architect (Prime) Mechanical Engineer (M/P/FP) Electrical Engineer Structural Engineer 5. 6. 7. Specifications Consultant Cost Estimator MA Building Code Consultant

Where an independent consultant is required the Applicant may not provide the services in house. If the Applicant plans to fulfill any of the other sub-consultant roles, so indicate on the organizational chart. Project Managers for Study and Final Design should be listed separately on the organizational chart. APPLICATION EVALUATION PROJECT EXPERIENCE Applications will be evaluated based upon the requirements of M.G.L. Ch. 7 38F and the work listed on DSB Application 2005 Sections 8, 9 AND 10 which illustrate current qualifications in the following areas: 1. Prior successful experience on renovations and construction of School Buildings and/or renovations of a similar type, scope and characteristics. Prior successful experience on Massachusetts public construction projects using M.G.L.c149 3. Demonstrated ability of the firm to meet project schedule based on current workload of staff assigned to the project and total work load of firm

2.

APPLICANTS PLEASE NOTE


A copy of the most current Application Form and Instructions - DSB Application Form (Updated February 2011) is included with this Notice, and is available for download at http://www.mass.gov/Eoaf/docs/dcam/dlforms/dsb/dsb_app_11_2_1.doc. Only complete applications submitted on the DSB Application Form (Updated February 2011) will be considered by the Designer Selection Board. Applications that are incomplete or submitted on a form other than DSB Application Form (Updated February 2011) will be rejected as non-compliant and not be considered by the Board. Applications received at the DSB Office after the advertised deadline will not be considered.

DSB List#11-02 Item #2, Page 4 of 4

You might also like