You are on page 1of 126

Volume 31, Issue 46, November 16, 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 46, November 16, 2011

DESIGNER SERVICES
Request for Proposals 1

GENERAL CONTRACTS
Invitation to Bid 8 43 52

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

58 64

MISCELLANEOUS
Groundwater Discharge Permit -

LIST OF DEBARRED CONTRACTORS


DCAM Attorney General 66 67 70

DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST LIST OF DECERTIFIED CONTRACTORS


DCAM

71 75 80

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: Fall 2012 PHONE: 617-730-2100 FAX: 617-739-7542 EMAIL: tguigli@brooklinema.gov Negotiated $1,300,000

Brookline, Town of Building Department 333 Washington St. 3rd Floor Brookline, MA 02445
CONTACT INFORMATION: Anthony Guigli CONTRACT INFORMATION: PROJECT: SCOPE:

Building Envelope Repairs at the Unified Arts Building, 46 Tappan St., Brookline. Design and Construction Administration Services for Roof and Masonry Repairs/Replacement. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 12/6/12 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 11/16/11 Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

11/29/11 at 10:00 A.M. at the Unified Arts Building, 46 Tappan St., Brookline.

ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY:

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

Dartmouth, Town of 400 Slocum Rd. Dartmouth, MA 02747

CONTACT INFORMATION: David G. Cressman CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 508-910-1813

FAX: 508-910-1839 EMAIL: cressmandg@town.dartmouth.ma.us

The Town of Dartmouth seeks a designer to implement the necessary study to design and bid a replacement window system. Prepare Design Development Documents and, subject to funding, prepare bid documents and provide construction administration services. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 12/7/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 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: April 2012 - September 2013

RFQ022.11 Negotiated

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

CONTACT INFORMATION: Robert DeFusco CONTRACT INFORMATION: PROJECT: SCOPE: Bradford Rail Trail.

PHONE: 978-420-3606

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

Complete a design for the Bradford Rail Trail as a non-vehicular greenway and linear park suitable for pedestrian and/or bicycling activity. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 12/8/12 @ 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:

11/28/11 at 10:00 A.M. in Room 301 at the above agency address.

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.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: September 2012 for Schmatic Design PHONE: 978-465-4456 FAX: 978-462-3495 EMAIL: apruner@heery.com Negotiated $14,400,000

Newburyport, City of Public Schools 70 Low St. Newburyport, MA 01950


CONTACT INFORMATION: Deirdre Farrell, Assistant Superintendent CONTRACT INFORMATION: PROJECT: SCOPE:

The City of Newburyport is seeking the services of a qualified Designer to provide professional design services for the R.A. Nock/E.G. Molin School. Design services to conduct a Feasibility Study, which will include the development and evaluation of potential alternative solutions and continue through the Schematic Design Phase of the MSBA approved alternative. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 11/30/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: 11/22/11 at 3:00 P.M. at the R. A. Nock/E. G. Molin School.

ADDITIONAL INFORMATION The Owner's Project Manager is Anthony J. Pruner, Heery International, Inc., 8 New England Executive Park Suite 150, Burlington, MA 01803, 781-494-9000, fax 781-494-9007, apruner@heery.com.

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: 978-619-5696 FAX: 978-745-7461 EMAIL: twatkins@salem.com

RFQ N-18

Salem, City of Purchasing Department 120 Washington St. 3rd Floor Salem, MA 01970
CONTACT INFORMATION: Thomas P. Watkins, Purchase Agent CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Planner Space Planner Programmer Owner's Project management Services for Salem City hall Repairs.

DEADLINE FOR APPLICATION FORM: 12/8/11 @ 10:00 A.M. Project Manager

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

11/16/11 after 10:00 A.M. at the above agency address.

12/1/11 at 2:00 P.M. at the above agency address.

ADDITIONAL INFORMATION A Site tour will follow the Pre-Proposal Briefing.

AWARDING AUTHORITY: AGENCY:

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

Wareham, Town of 54 Marion Rd. Wareham, MA 02571

CONTACT INFORMATION: John Charbonneau CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 508-291-3100 ext. 6500

FAX: (508) 291-3116

EMAIL: jcharbonneau@wareham.ma.us

As needed Town Engineering consultant services. Provide professional engineering and other consultant services for peer review of applications and plans for new development and for inspection of new development for conformance to the approved plans. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 12/2/11 @ 4:30 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 11/16/11 Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

ADDITIONAL INFORMATION Additional contact person is Brenda Sampson, 508-291-3100 ext. 6501 or bsampson@wareham.ma.us. The Town of Wareham is an EOE/AA Employer/Contracting Entity. (Attn.: Mark Andrews, Town Administrator.)

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: September 2012 PHONE: 508-949-3800 ext. 4004 FAX: 508-949-3836 Negotiated NTE $47,500 $270,000.00

Webster, Town of Board of Selectmen 350 Main St. Webster, MA 01570


CONTACT INFORMATION:

Ms. Carol J. Cyr, Director, Office of Community Development CONTRACT INFORMATION: PROJECT: SCOPE:

EMAIL: ccyr@webster-ma.gov

Survey, Design Engineering, Construction Administration and Clerk of Works/Resident Inspection Services. Reconstruction of School and High Streets Municipal Parking Lot and Mechanic St. Sidewalk Reconstruction. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 12/15/11 @ 4:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

Clerk of Works/Construction Inspector 11/16/11 by contacting the Webster Office of Community Development at 508-949-3800 ext. 4004 or ccyr@webster-ma.gov.

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

ADDITIONAL INFORMATION This contract is funded by a Massachusetts CDBG Program grant and is subject to the requirements thereof. The Town encourages submissions from Section 3, Small and/or D/M/WBE businesses. The Town of Webster is a EEO/AA contracting agency.

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: February 2012 - May 2013 PHONE: 508-398-2231 ext. 1523 FAX: 508-790-9152

11-16- REC Negotiated Up To $27,500 $300,000

Yarmouth, Town of Recreation Division 1146 Route 28 South Yarmouth, MA 02664


CONTACT INFORMATION: Patricia M. Armstrong, CPRP CONTRACT INFORMATION: PROJECT: SCOPE:

EMAIL: parmstrong@yarmouth.ma.us

Yarmouth Sailing Center Renovations: Preparation of Bid Specifications, Engineering Services and Construction Administration. Prepare Existing Conditions report, coordinate the renovation details, develop bid documents, prepare schedules and provide construction administration services. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 12/19/11 @ 11:30 A.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: 11/21/11 at 10:30 A.M. at 24 New Hampshire Ave., West Yarmouth.

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

Arlington, Town of Housing Authority 4 Winslow St. Arlington, MA 02474-3062


PROJECT: Bid for boiler rooms and crawl spaces at Drake Village 667-1 for Asbestos Abatement. CONTACT INFORMATION Robert Cronin PLANS/SPECIFICATIONS AVAILABLE 11/9/11.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$45,000.00

PHONE: 781-646-3400 ext. 17

FAX: 781-646-2369 EMAIL: bcronin@arlingtonhousing.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Barnstable, Town of Department of Public Works 382 Falmouth Rd. Hyannis, MA 02601
PROJECT: Great Marsh Rd. Roadway Improvement Project. CONTACT INFORMATION Denise Geoffrion PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11 at 12:00 P.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

02-000-12-003 $1,500,000

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

PHONE: 508-790-6400 ext. 4935

FAX: 508-790-6406 EMAIL: denise.geoffrion@town.barnstable.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

12/8/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 11/29/11 at 2:00 P.M. in the DPW Conference Room at the above agency address.

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 School District 230 South St. Hyannis, MA 02601

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$15,000

PROJECT: Barnstable West Barnstable Elementary School Gable end vinyl siding installation including associated work as specified. CONTACT INFORMATION Johanna Boucher, Purchasing Agent
(place, date and time)

PHONE: 508-862-4741 EMAIL:

FAX: 508-862-4717

PLANS/SPECIFICATIONS AVAILABLE On the Town of Barnstable website, Bid & RFP System at www.town.barnstable.ma.us. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/9/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 11/29/11 at 11:00 A.M. at 2463 West Main St., West Barnstable.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Bedford, Town of Department of Public Works 314 Great Rd. Bedford, MA 01730

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$850,000

PROJECT: Replacement of the Wilson Mill Dam including construction of circular weir with stone facade upstream of historical dam, relining/reinforcing of existing culverts, utility bypass, construction of walls, construction of canoe launch, grading and other incidental work. CONTACT INFORMATION Kristin Dowdy
(place, date and time)

PHONE: 781-275-7605 ext. 119

FAX: 781-275-9010 EMAIL: kdowdy@bedfordma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/17/11 after 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/15/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mailing fee for plans and specs is $20 (via regular mail). No charge if the package is picked up in person or if a FedEx account number is supplied.

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: Renovations of Strand Theatre Restrooms. CONTACT INFORMATION Bid Counter PHONE: 617-635-4809

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

6950 $442,000.00 DCAM Certificate

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

FAX: 617-635-0555 EMAIL:

PLANS/SPECIFICATIONS AVAILABLE Bid Counter at the above agency address, 11/14/11. 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)

12/1/11 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

12/19/11 @ 12:00 P.M.

SUB BID CATEGORIES: Masonry, Ceramic Tile, Plumbing, HVAC, Electrical ADDITIONAL INFORMATION Site viewing: 11/22/11 at 9:30 A.M. at 543 Columbia Rd., Boston. DCAM Certification Category: General Building Construction.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Housing Authority 52 Chauncy St. 6th Floor Boston, MA 02111
PROJECT: Exterior Building Upgrades at Heritage Apartments, Phase II. CONTACT INFORMATION Camen Clark
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

0116-06 $1,733,814.00 DCAM Certificate

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

PHONE: 617-988-4041 EMAIL:

FAX:

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

12/6/11 @ 11:00 A.M.

GENERAL BID DEADLINE:


(date and time)

12/20/11 @ 11:00 A.M.

SUB BID CATEGORIES: Masonry, Miscellaneous Ornamental Iron, Waterproofing & Caulking, Roofing & Flashing, Aluminum Windows, Painting ADDITIONAL INFORMATION Site visit: 11/23/11 at 10:00 A.M. at Heritage Apartments, 209 Sumner St., East Boston. Refundable plan deposit is $50.00 in the form of checks only, payable to the Boston Housing Authority. Plans will be mailed upon receipt of an additional $15.00 mailing fee in the form of checks only. Additional sets may be purchased for $50.00 (nonrefundable). Minority and Women Participation Provision and Resident Employment Provision must both be met.

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 Health Commission Property Management Long Island Campus 1 Moon Island Rd Boston, MA 02171

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

BS-005-12 $20,000.00

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

PROJECT: Installation of New Steam Control Valve at the McGilvery Building. Installation of boiler controller with two zone valves at the Transitions Building. CONTACT INFORMATION Belkis L. Roman
(place, date and time)

PHONE: 617-534-2500

FAX: 857-288-2273 EMAIL: broman@bphc.org

PLANS/SPECIFICATIONS AVAILABLE By email request to broman@bphc.org, 11/16/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/6/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory walk-through: 11/29/11 at 10:00 A.M. at the Administration Building, 1st Floor (Across the Chapel).

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Public Health Commission (BPHC) Property Management Long Island Campus 1 Moon Island Rd. Boston, MA 02171

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

PM-8-1214

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

PROJECT: Roof Emergency Repairs: BPHC is seeking the pre-qualification of competent roofing companies to perform emergency roofing work within all the properties owned and/or operated by the BPHC. CONTACT INFORMATION Belkis L. Roman
(place, date and time)

PHONE: 617-534-2500

FAX: 857-288-2273 EMAIL: broman@bphc.org

PLANS/SPECIFICATIONS AVAILABLE By email request to broman@bphc.org, 11/16/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11 @ 1:00 P.M.

SUB BID CATEGORIES: 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

Boston, City of Retirement Board One City Hall Square Room 816 Boston, MA 02201

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

PCMD2012-04 $30,000

PROJECT: SBRS Room 716 Renew Project: The scope of work includes minor demolition, office remodel, flooring and finish. CONTACT INFORMATION Jean Petitti
(place, date and time)

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

PHONE: 617-635-4310

FAX: 617-635-4318 EMAIL: jean.petitti@cityofboston.gov

PLANS/SPECIFICATIONS AVAILABLE Room 811 at the above agency address, 11/21/11 . CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/5/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DHCD Project #040045 $20,000

PROJECT: Complete removal and disposal of existing windows and trim and the materials and installation of new PVC windows and trim, including but not limited to flashing and all accessories. CONTACT INFORMATION Lauren Murphy
(place, date and time)

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

PHONE: 781-848-1484 ext. 9

FAX: 781-380-4333 EMAIL: lmurphy@braintreehousingauthority.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11, 8:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Inspection: 11/21/11 at 10:00 A.M. at 43 Hillview Rd., Braintree. Installer must have a moderate risk deleading certificate. Quotes are subject to M.G.L. c. 149, 44A(2)(B) and to State Prevailing Wage Rates as required by M.G.L. c. 149, 26 - 27H.

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

Brockton, City of Department of Public Works 45 School St. 3rd Floor Brockton, MA 02301

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DPW 12/105 REBID $100,000 DCAM Certificate

PROJECT: 39 Montauk Rd. Roof Replacement: Remove and dispose of 4,400 square feet of existing flat roof with non-friable asbestos containing material disposal. Furnish and install new single ply membrane roof with tapered insulation, aluminum soffits, gutters and rain leaders. CONTACT INFORMATION Ian Mead, CDM, Providence, RI PHONE: 401-457-0332 FAX: 401-457-0332 EMAIL: meadiw@cdm.com

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

PLANS/SPECIFICATIONS AVAILABLE C.D.M., 260 West Exchange St. Suite 300, Providence, RI 02903 or by email request, 11/16/11 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11 @ 3:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION No Pre-bid conference scheduled. Contact the City Utilities Department at 508-580-7880 to arrange for a site visit. No fee for plans. By City Ordinance Ch13, apprenticeship applies for bids over $100,000. Bids must be received by the Chief Procurement Officer at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Cambridge, City of Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139


PROJECT: Plumbing Services as Needed for Various City and School Departments. CONTACT INFORMATION Cynthia H. Griffin PHONE: 617-349-4310

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

5653 NTE $100,000

FAX: 617-349-4008 EMAIL: nmcleod@cambridgema.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/17/11. Office Hours: Monday, 8:30 A.M. - 8:00 P.M.; Tuesday - Thursday, 8:30 A.M. - 5:00 P.M.; Friday, 8:30 A.M. - 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Cambridge, City of Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

5654 $3.5 Million

PROJECT: City of Cambridge CAM 017 Combined Sewer Overflow Regulator Improvements and Drainage Installation. CONTACT INFORMATION Cynthia H. Griffin PHONE: 617-349-4310

FAX: 617-349-4008 EMAIL: nmcleod@cambridgema.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11. Office Hours: Monday, 8:30 A.M. - 8:00 P.M.; Tuesday - Thursday, 8:30 A.M. - 5:00 P.M.; Friday, 8:30 A.M. - 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/15/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION A $150.00 fee is required for each set of plans and specs in the form of a check only, payable to the City of Cambridge.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Concord, Town of Department of Public Works 133 Keyes Rd. Concord, MA 01742

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$13,500.00

PROJECT: Interior painting of all painted surfaces at 133 and 135 Keyes Rd., Concord. All work to be performed on weekends/evenings and holidays. CONTACT INFORMATION Anna Trout, Sr. Administrative Assistant
(place, date and time)

PHONE: 978-318-3206

FAX: EMAIL: atrout@concordma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to atrout@concordma.gov, 11/16/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/8/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 12/1/11 at 10:00 A.M. at the above agency address.

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

Concord, Town of Fire Department 209 Walden St. Concord, MA 01742

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$25,000 (Maximum)

PROJECT: The Town of Concord is requesting quotes from qualified contractors to install a HVAC System at the Public Safety Building, 209 Walden St., Concord. CONTACT INFORMATION Christopher Kelley PHONE: 9783183451 EMAIL: FAX: 9783696697

PLANS/SPECIFICATIONS AVAILABLE By contacting Deputy Chief Christopher Kelley at 978-318-3451 or ckelley@concordma.gov, 11/7/11 at 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/7/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION All quotes must be received at the above agency address no later than the deadline. The Town of Concord reserves the right to reject any and all quotes, to waive any informality, and to make the award as may be in the best interest of the Town.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Dracut, Town of Housing Authority 971 Mammoth Rd. Dracut, MA 01826

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

689 $20,000

PROJECT: Demolition of existing conditions and renovation of an existing accessible bathroom in a publicly funded group home. CONTACT INFORMATION Mary T. Karabatsos PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/17/11.
(place, date and time)

PHONE: 978-957-3515

FAX: 978-957-3399 EMAIL: drahouse@aol.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11 @ 2:00 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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $4,500,000 DCAM Certificate

PROJECT: Construction of a New Police Station. CONTACT INFORMATION Meg Weslar, The Carell Group, Inc.
(place, date and time)

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

PHONE: 508-497-0909

FAX: 508-497-0999 EMAIL: megweslar@carellgroup.com

PLANS/SPECIFICATIONS AVAILABLE The Carell Group, Inc., 85 Main St., Hopkinton, MA 01748, 11/17/11 after 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

12/6/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

12/16/11 @ 2:00 P.M.

SUB BID CATEGORIES: Masonry Work; Misc. Metals; Waterproofing, Dampproofing,Caulking & Sealants; Roofing; Ceramic Tile; Acoustical Ceiling Tile; Resilient Flooring; Painting; Plumbing; HVAC; Electrical Work ADDITIONAL INFORMATION Pre-bid conference: 11/29/11 at 10:00 A.M. at the Fire Headquarters, 668 Tremont St., Duxbury. No plan deposit required. Mailing fee is $50 (Non-refundable), Company Check accepted, payable to The Carell Group,Inc. The mailing fee will be waived if a FedEx Account Number is provided. Plans and Specs are on a disk.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Easton, Town of Board of Selectmen 136 Elm St. North Easton, MA 02356
PROJECT: Roof Replacement at Fire Station No. 3, 413 Bay Rd., Easton. CONTACT INFORMATION David Jacobsen, Amory Engineers PHONE: 781-934-0178

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DPW 2012-9 $190,000 DCAM Certificate

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

FAX: 781-934-6499 EMAIL: djacobsen@amoryengineers.com

PLANS/SPECIFICATIONS AVAILABLE Amory Engineers, P.C., 25 Depot St., Duxbury, MA 02332, 11/16/11. Office Hours: Monday - Friday, 8:00 A.M. - 5:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Deposit for Contract Documents not required. Mailing fee is $25, payable to Amory Engineers, P.C.

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

Framingham, Town of Department of Public Works 110 Western Ave. Framingham, MA 01702

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

PW-218 $50,000

PROJECT: The Town of Framingham invites proposals from qualified firms to provide repairs, maintenance and installation of the domestic and commercial plumbing infrastructure in designated buildings operated by the Department of Public Works. CONTACT INFORMATION Amy L. Putney
(place, date and time)

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

PHONE: 508-532-6040

FAX: 508-620-4884 EMAIL: alp@framinghamma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Framingham, Town of Housing Authority 1 John J. Brady Drive Framingham, MA 01702


PROJECT: Roof Replacement and Related Work at John J. Brady Drive. CONTACT INFORMATION Paul Landers
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$50,000

PHONE: 508-879-7562

FAX: 508-626-0252 EMAIL: planders@framha.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION The buildings will be available for inspection by appointment. Please call Mr. Paul Landers at 508-879-7562 to schedule an appointment.

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

Greenfield, Town of Department of Public Works 14 Court Square Room 24 Greenfield, MA 01301
PROJECT: Repair and Restoration of the Green River Water Supply Dam. CONTACT INFORMATION Alan Twarog PHONE: 413-772-1528 ext. 104

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

11-12 $2,656,125

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to DPW@greenfield-ma.gov, 11/18/11. Office Hours: Monday - Friday, 8:30 A.M. - 5:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION No site visit required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Hudson, Town of 78 Main St. Hudson, MA 01749

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$150,000

PROJECT: The Town of Hudson Community Development Department is seeking qualified contractors to provide soil excavation and site remediation for the Town at its 173 Washington St. property, known as the Bonazzoli site. CONTACT INFORMATION PHONE: 978-562-2989 FAX: 978-568-9641 EMAIL: kshea@townofhudson.org Kerin Shea,Community & Economic Development Assistant
(place, date and time)

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to kshea@townofhudson.org, 11/18/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Site Visit: 11/22/11 at 10:00 A.M. at the site. All bids are due to the Office of the Executive Assistant by the deadline, at which time and place bids shall be publicly opened. Massachusetts prevailing wage rates are required to be paid by the successful bidder. Questions/RFIs may be directed to Kerin Shea, Community Development Assistant at 978-562-2989 or kshea@townofhudson.org. Any contract issued in response to a successful bid must be approved by the Board of Selectmen. The Town reserves the right to reject any or all bids and to not make an award on this contract if doing so is in the best interest of the Town.

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

Leverett, Town of Office of the Town Administrator P.O. Box 300 9 Montague Rd. Leverett, MA 01054

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$17,000

PROJECT: Provision of Insulation for approximately 8,000 gsf of attic floor in the existing Leverett Elementary School. Work to include removal and disposal of existing waste/refuse on attic floor, installation of blown-in cellulose insulation over existing attic floor to provide R-25 insulation blanket and installation of fiberglass batt insulation to provide an R-25 insulation blanket where required to insulate exposed vertical walls greater than seven inches in height and to stop cellulose insulation at attic floor edges. CONTACT INFORMATION Ms. Marjorie McGinnis, Town Administrator PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/17/11 at 10:00 A.M.
(place, date and time)

PHONE: 413-548-9699

FAX: 413 548 9150 EMAIL: townadministrator@leverett.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site visit/access to attic work area: 11/22/11 at 10:00 A.M. at the Leverett Elementary School.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Lowell, City of Public Schools Henry J. Mroz Administrative Offices Edith Nourse Rogers School 43 Highland St. Lowell, MA 01852
PROJECT: Washington Elementary School Window Replacement, 795 Wilder St., Lowell. CONTACT INFORMATION Christina Gentile PHONE: 781-863-6270

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB 12-21 $550,000 DCAM Certificate

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

FAX: 781-274-0569 EMAIL: cgentile@netcomanage.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 hard copy requested). (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

12/1/11 @ 3:00 P.M.

GENERAL BID DEADLINE:


(date and time)

12/8/11 @ 3:00 P.M.

SUB BID CATEGORIES: Painting ADDITIONAL INFORMATION Pre-bid Meeting: 11/28/11 at 1:00 P.M. at the Washington Elementary School, 795 Wilder St., Lowell. Plan deposit is $50/set (refundable), electronically paid or in the form of a certified or cashiers check, payable to BidDocs Online, Inc. Mailing fee is $40/set (non-refundable), electronically paid or in the form of a certified or cashiers check, payable to BidDocs Online, Inc. The Architect is Icon Architecture, 38 Chauncey St., Boston, MA 02111, Attn.: Janis Mamayek 617-451-3333.

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

Lowell, City of Public Schools Henry J. Mroz Administrative Offices Edith Nourse Rogers School 43 Highland St. Lowell, MA 01852
PROJECT: Moody Elementary School Window Replacement, 158 Rogers St., Lowell. CONTACT INFORMATION Christina Gentile PHONE: 781-863-6270

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB 12-20 $650,000 DCAM Certificate

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

FAX: 781-275-0569 EMAIL: cgentile@netcomanage.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 hard copy requested). (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

12/1/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

12/8/11 @ 2:00 P.M.

SUB BID CATEGORIES: Painting ADDITIONAL INFORMATION Pre-bid Meeting: 11/28/11 at 10:00 A.M. at the Moody Elementary School, 158 Rogers St., Lowell. Plan deposit is $50/set (refundable), electronically paid or in the form of a certified or cashiers check, payable to BidDocs Online, Inc.. Mailing fee is $40/set (non-refundable), electronically paid or in the form of a certified or cashiers check, payable to BidDocs Online, Inc. The Architect is Icon Architecture, 38 Chauncey St., Boston, MA 02111, Attn.: Janis Mamayek, 617-451-3333.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Ludlow, Town of Department of Public Works 198 Sportsmen's Rd. Ludlow, MA 01056

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$30,000.00

PROJECT: Purchase of Heavy-Duty Two Post Lift. The Town of Ludlow will receive bids for the furnishing and installation of a Heavy-Duty Two Post Lift to be installed at the Department of Public Works Garage at 198 Sportsmen's Rd., Ludlow. CONTACT INFORMATION Paul Dzubek, Director
(place, date and time)

PHONE: 413-583-5625

FAX: 413-589-1488 EMAIL: pdzubek@ludlow.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11, 8:30 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference: 11/28/11 at 10:30 A.M. in the DPW Conference Room. Bids, submitted addressed to the Board of Public Works and marked "Heavy Duty Two Post Lift", will be received at the above agency address until the deadline, at which time they will be publicly opened in the DPW Conference Room. The Town of Ludlow reserves the right to accept or reject any or all bids and call for new bids. Contractors are required to comply with the Commonwealth of Massachusetts Department of Labor and Industries Prevailing Wage Rates in accordance with M.G.L. c. 149 26 and 27D. The Town of Ludlow is an Equal Opportunity Affirmative Action Employer.

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

Mansfield, Town of Municipal Electric Department (MMED) 125 High St. Unit #2 Mansfield, MA 02048
PROJECT: Construction Bid East Mansfield Substation. CONTACT INFORMATION Gary Babin PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/17/11.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

17 $2,100,000.00

PHONE: 508-261-7361

FAX: 508-261-7391 EMAIL: gbabin@mansfieldma.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

12/15/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference: 11/29/11 at 10:00 A.M. at the East Mansfield Substation, 447 Bird Rd., Mansfield.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Marlborough, City of 140 Main St. Marlborough, MA 01752

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

149.PF.2012-031 $1,658,179 DCAM Certificate

PROJECT: Boiler and Chiller Replacement for Marlborough High School. General Contractor must be DCAM certified for HVAC. CONTACT INFORMATION Paul Kalous, Owner's Project Manager PHONE: 617-778-0951

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

FAX: 617-778-0999 EMAIL: pkalous@rfwcp.com

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167 or online at www.biddocsonline.com, 11/17/11 after 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

12/6/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

12/15/11 @ 2:00 P.M.

SUB BID CATEGORIES: Plumbing and Electrical ADDITIONAL INFORMATION Pre-bid inspection: 11/22/11 at 3:30 P.M. at the Mechanical Room entrance at the back of Marlborough High School, 431 Bolton St., Marlborough. Plan deposit is $40/set, payable to BidDocs Online, Inc. (Attn.: John L. Ghiloni,Director of Public Facilities.)

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

Marlborough, City of Department of Public Works Municipal Garage 135 Neil St. Marlborough, MA 01752

PROJECT NUMBER: ESTIMATED COST:

Easterly WWTF Improvements $50,000,000 DCAM Certificate

CONTRACTOR QUALIFICATION:

PROJECT: Construction of a new phosphorus removal system, new parshall flume, new headworks building and grit facilities, primary, first and second stage settling tank upgrades, conversion to fine bubble aeration, new odor control systems, existing sludge pumping systems upgrades, new WAS storage tanks, new chemical systems, chlorine contact tanks upgrades, new generator, new sludge mix tanks, operation building improvements, new sludge dewatering systems, drainage and site improvements, new resident drop-off facility and all other miscellaneous work. The City of Marlborough is seeking qualified general contractors and filed sub-contractors to submit Statements of Qualifications (SOQs) for the construction of improvements to the existing 5.5 mgd wastewater treatment facility (WWTF). CONTACT INFORMATION Thomas V. Tran PHONE: 401-457-0379 FAX: 401-274-2173 EMAIL: trantv@cdm.com

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

PLANS/SPECIFICATIONS AVAILABLE Camp Dresser & McKee, Inc., 260 West Exchange St. Suite 300, Providence, RI 02903, Attn.: Thomas V. Tran, 401-457-0379, 11/16/11. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

12/14/11 @ 11:00 A.M.

GENERAL BID DEADLINE:


(date and time)

12/14/11 @ 11:00 A.M.

SUB BID CATEGORIES: Masonry; Misc. Metals; Waterproofing, Dampproofing & Caulking; Roofing & Flashing; Metal Windows; Glass & Glazing; Terrazzo; Acoustical Tile; Resilient Floors; Painting; Plumbing; HVAC; Electrical ADDITIONAL INFORMATION This project is being bid in accordance with St. 2004. c. 193 and M.G.L. c. 149 44A-M. RFQs may be mailed, faxed or emailed, as requested. General contractors and filed sub-contractors must be pre-qualified to bid on the project. The SOQ must be submitted to the City of Marlborough c/o Mr. Ron LaFreniere at the above agency address by the deadline.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Medford, City of Purchasing Department 85 George P. Hassett Drive Room 105 Medford, MA 02155
PROJECT: Caron Theater Renovation at Medford High School. CONTACT INFORMATION Catherine M. D'Orazio, MCPPO
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $160,000 DCAM Certificate

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

PHONE: 781-393-2465 EMAIL:

FAX: 781-391-2078

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

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

GENERAL BID DEADLINE:


(date and time)

12/7/11 @ 11:00 A.M.

SUB BID CATEGORIES: Electrical ADDITIONAL INFORMATION Pre-bid conference: 11/23/11 at 3:00 P.M. at the Caron Theater at Medford High School, 489 Winthrop St., Medford. There is a $125.00 deposit for bid plans and specifications.

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

Melrose, City of Park Commission 100 Slayton Rd. Melrose, MA 02176

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $210,000 DCAM Certificate

PROJECT: Renovations and Alterations to the existing kitchen and bar at the Mount Hood Clubhouse. Project construction is required to begin on 12/27/11 and be completed not later than 1/27/12. CONTACT INFORMATION DiLullo Associates, Inc PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/18/11 at 10:00 A.M.
(place, date and time)

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

PHONE: 781-662-3498

FAX: EMAIL: diluloinc@comcast.net

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

12/2/11 @ 10:00 A.M.

GENERAL BID DEADLINE:


(date and time)

12/16/11 @ 10:00 A.M.

SUB BID CATEGORIES: Plumbing, Mechanical, Electrical ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Middleborough, Town of Gas and Electric Department Administrative Office 32 South Main St. Middleborough, MA 02346

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$125,000

PROJECT: Exterior painting and preservation, repair of the Administrative building at 32 South Main St., a registered historic home (Philander Washburn House). CONTACT INFORMATION Sandra Richter
(place, date and time)

PHONE: 508-947-1371 ext. 114

FAX: 508-946-3706 EMAIL: srichter@middleborogande.com

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

GENERAL BID DEADLINE:


(date and time)

12/13/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 12/5/11 at 10:00 A.M. at 32 South Main St., Middleborough. Bidders must visit the site and register during business hours to review existing conditions before submitting bids.

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

Middleborough, Town of Public Schools 30 Forest St. Middleborough, MA 02346

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $400,000.00 DCAM Certificate

PROJECT: Window and entrance storefront replacement at the Mary K. Goode Elementary School, 31 Mayflower Ave., Middleborough. CONTACT INFORMATION Lynn Stapleton PHONE: 617-778-1487

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

FAX: 617-348-2143 EMAIL: lstapleton@maguiregroup.com

PLANS/SPECIFICATIONS AVAILABLE Maguire Group Inc., 211 Congress St., Boston, MA 02110 or by email request to lstapleton@maguiregroup.com, 11/16/11 after 12:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/8/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid site visit: 11/22/11 at 3:30 P.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Nantucket, Town of Nantucket Islands Land Bank 22 Broad St. Nantucket, MA 02554

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

PROJECT: Construction of new five bay storage building. Excavate for foundation, pour foundation, construct building, install electric, backfill and re-grade. CONTACT INFORMATION Bruce Perry
(place, date and time)

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

PHONE: 508-332-9722

FAX: 508-228-9369 EMAIL: resource@nantucketlandbank.org

PLANS/SPECIFICATIONS AVAILABLE Online at www.nantucket-ma.gov/Pages/NantucketMA_Procurement/index. CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

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

GENERAL BID DEADLINE:


(date and time)

12/15/11 @ 2:00 P.M.

SUB BID CATEGORIES: Concrete ADDITIONAL INFORMATION

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

Nantucket, Town of Nantucket Islands Land Bank 22 Broad St. Nantucket, MA 02554
PROJECT: Five Bay Storage Building at 125 Somerset Rd., Nantucket. CONTACT INFORMATION Jessica Bell
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2011-56 $150,000 DCAM Certificate

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

PHONE: 508-228-7240

FAX: EMAIL: jbell@nantucketlandbank.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.nantucket-ma.gov on the Procurement page. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

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

GENERAL BID DEADLINE:


(date and time)

12/15/11 @ 2:00 P.M.

SUB BID CATEGORIES: Masonry ADDITIONAL INFORMATION Bid documents will be accepted at the above agency address.

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)

$25,000

PROJECT: Newburyport Yard Waste Facility Site Clearing: Site clearing of approximately three to five acres, including tree cutting/removal, stump removal, grading and leveling and creating base berm. CONTACT INFORMATION Molly Ettenborough PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11 at 8:00 A.M.
(place, date and time)

PHONE: 978-499-0413

FAX: 978-465-9958 EMAIL: mettenborough@cityofnewburyport.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION A pre-bid meeting will be scheduled for the week of 11/21/11 at Crow Lane, off of Low St., Newburyport. See bid specs for date and time.

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

Norton, Town of Public Schools 64 West Main St. Norton, MA 02766


PROJECT: Waterproofing work at the Norton Middle School. CONTACT INFORMATION Barry S. Nectow PHONE: 508-286-2672

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$25,000 (Maximum)

FAX: 508-285-0199 EMAIL: barrynectow@norton.k12.ma.us

PLANS/SPECIFICATIONS AVAILABLE By contacting Barry Nectow, Director of Operations and Finance at barrynectow@norton.k12.ma.us, 11/16/11 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION For additional information, please contact Barry Nectow, Director of Operations and Finance at barrynectow@norton.k12.ma.us.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Orleans, Town of ***CANCELLED*** Town Administrator's Office 19 School Rd. Orleans, MA 02653

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Fire Station Re-Roof $45,000.00

PROJECT: The Town Administrator seeks sealed bids from persons, partnerships or corporations interested in submitting bids for the re-roofing of the Orleans Fire Station. CONTACT INFORMATION Town Administrator's Office
(place, date and time)

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

PHONE: 508-240-3700 ext. 415

FAX: 508-240-3703 EMAIL: lsurdut@town.orleans.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by calling 508-240-3700 ext. 415, 11/9/11, 8:30 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Orleans, Town of Town Administrator's Office 19 School Rd. Orleans, MA 02653

PROJECT NUMBER: ESTIMATED COST:

Eldredge Park Irrigation Syste $50,000

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

PROJECT: The Town Administrator will receive sealed bids for Eldredge Park Irrigation System Installation. CONTACT INFORMATION Town Administrator's Office
(place, date and time)

PHONE: 508-240-3700 ext. 415

FAX: 508-240-3703 EMAIL: lsurdut@town.orleans.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to lsurdut@town.orleans.ma.us, 11/16/11 at 8:30 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/2/11 @ 3:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Please contact Paul Fulcher, Park and Beaches Superintendent at 508-240-3700 ext. 465 for additional information regarding the specifications or Liana Surdut, Procurement Coordinator at 508-240-3700 ext. 415 regarding the procurement process.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Quincy, City of Purchasing Department 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)

$3,100,000.

PROJECT: Town Brook Enhancement Project, Phase 2A: The work under this contract consists of the construction of the core improvements including construction and installation of an 11(w) by 6 (h) reinforced concrete box culvert with low flow channel and spawning. CONTACT INFORMATION Kim Caporale
(place, date and time)

PHONE: 617-376-1061

FAX: 617-376-1074 EMAIL: ktrillcott@quincyma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.quincyma.gov, 11/16/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/15/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 11/29/11 at 11:00 A.M. in Quincy City Hall. Plans are available at the above agency address for a $100 printing cost. (Attn.: Kathryn R. Hobin.)

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

Rockland, Town of Public Schools 99 Church St. Rockland, MA 02370


PROJECT: Completion of the Esten School windows and doors project. CONTACT INFORMATION Mr. Doric Scarpelli PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11 at 9:00 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Esten Windows 11.16.11

DCAM Certificate

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

PHONE: 781-878-3893

FAX: 781-982-1483 EMAIL: dscarpelli@rocklandschools.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

12/14/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site visits are encouraged and bidders must make arrangements with Doric Scarpelli, Assistant Superintendent at 781-878-3893 for site visits and must obtain permission to enter the building and site for inspection in advance.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Shirley, Town of Water District 124 Ayer Rd. Shirley, MA 01464-2518

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: Request for Qualifications (RFQ) for Solar Power Purchase Agreement and Solar Lease Agreement. CONTACT INFORMATION Brian Goodman
(place, date and time)

PHONE: 978-425-2245

FAX: 978-425-6669 EMAIL: brian.shirleywater@verizon.net

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Friday, 9:00 A.M. - 1:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/16/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Facility tour: 11/23/11.

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

Shrewsbury, Town of 100 Maple Ave. Shrewsbury, MA 01545

***REVISED BID DEADLINE***

PROJECT NUMBER: ESTIMATED COST:

Window Repl., Spring St. Elem. $400,000 DCAM Certificate

CONTRACTOR QUALIFICATION:

PROJECT: Window Replacement Contract at Spring Street Elementary School, 123 Spring St., Shrewsbury: Replacement of approximately 4,900 square feet of aluminum windows. CONTACT INFORMATION PHONE: 781-519-1069 FAX: EMAIL: pqueeney@pmaconsultants.com Paul Queeney, PMA Consultants, Owner's Project Manager

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

PLANS/SPECIFICATIONS AVAILABLE Habeeb & Associates Architects, Inc., 150 Longwater Drive, Norwell, MA 02061, Monday - Friday, 8:00 A.M. - 3:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/15/11 @ 2:00 P.M.***

SUB BID CATEGORIES: Windows ADDITIONAL INFORMATION Bidders must direct all questions in writing concerning the drawings and project manuals to Peter Gaudreau, Habeeb & Assoiciates, Inc., 150 Longwater Drive, Norwell, MA 02061, 781-871-9804, fax 781-871-9805 or pgaaudreau@habeebarch.com.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Stoughton, Town of Board of Selectmen 10 Pearl St. Stoughton, MA 02072

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$9,500

PROJECT: The work includes the reconstruction of a brick retaining wall and masonry repairs to steps at the Historical Society Building on 6 Park St., Stoughton. CONTACT INFORMATION Ben Fehan, Town Engineer
(place, date and time)

PHONE: 781-232-9263

FAX: 781-341-1086 EMAIL: bfehan@stoughton-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Engineering Department, 10 Pearl St., Stoughton, MA 02072, 11/16/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Prevailing wages apply and OSHA training is required.

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

Taunton, City of Municipal Lighting Plant Commission (TMLP) Central Purchasing Department 55 Weir St. Taunton, MA 02780

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB11-16 $146,000 DCAM Certificate

PROJECT: Roofing Replacement at the TMLP Administration Building, 55 Weir St., Taunton. Project consists of removing and replacing fully adhered EPDM membrane roofing, mechanically fastened rigid foam insulation, wood blocking and edge metal. CONTACT INFORMATION George J. Mastin, Sr. Purchasing Administrator PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/10/11.
(place, date and time)

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

PHONE: 508-824-3149

FAX: 508-823-6931 EMAIL: georgemastin@tmlp.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Project site available for inspection on 11/21/11 and 11/22/11, 9:00 A.M. - 10:00 A.M. Call 508-824-3167 for more information if needed.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Ware, Town of Department of Public Works 4-1/2 Church St. Ware, MA 01082
PROJECT: Purchase of Winter Sand. CONTACT INFORMATION Thom Martens PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/2/11.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PHONE: 413-967-9620 EMAIL:

FAX: 413-9679622

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Plans may be requested by email by calling or faxing the DPW office and providing all contact information and email address. Plans will not be Faxed.

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

West Newbury, Town of 381 Main St. West Newbury, MA 01985

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DPW 12-03 $30,000.00

PROJECT: Construction of Basketball Court at Batchelor St. Playground including installation of erosion control, preparation of subgrade, installation of gravel base, paving and backfill. CONTACT INFORMATION Michael P. McCarron PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/4/11 at 9:00 A.M.
(place, date and time)

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

PHONE: 978-363-1100 ext. 110

FAX: 978-363-1117 EMAIL: mmccarron@wnewbury.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contact the Town Clerk at mmccarron@wnewbury.org for a PDF of the bid information.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

West Springfield, City of Senior Center 128 Park St. West Springfield, MA 01089

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

12-0029 $65,000

PROJECT: The project consists of new parking lot lighting, walkway lighting and flagpole lighting. Removal of all the existing parking lot lights, bases and flagpole lights. CONTACT INFORMATION Marie L. Babbitt PHONE: 413-789-0960 FAX: 413-789-3295 EMAIL: mbabbitt@rwhall.com

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

PLANS/SPECIFICATIONS AVAILABLE Robert W. Hall Consulting Engineers, 540 Meadow St. Extension, Agawam, MA 01001, 11/16/11 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/5/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid walk-through: 11/21/11 at 11:00 A.M. at the above agency address.

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

Woburn, City of Office of the Purchasing Director 10 Common St. Woburn, MA 01801

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Magazine Hill Site Prep $225,000

PROJECT: Magazine Hill Site Preparation, consisting of ledge excavation, and drainage work for parking area. CONTACT INFORMATION Sarah A. Stanton PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11 at 11:00 A.M.
(place, date and time)

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

PHONE: 781-897-5950

FAX: EMAIL: sstanton@cityofwoburn.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

12/7/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-construction conference: 11/30/11 at 10:00 A.M. in the Engineering Conference Room at the above agency address. Plans can be picked up for a refundable fee of $50.00.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Barnstable County P.O. Box 427 3195 Main St. Barnstable, MA 02601
PROJECT: Entrance Foundation. CONTACT INFORMATION Elaine Davis
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$25,000

PHONE: 508-375-6637

FAX: 508-362-4136 EMAIL: edavis@barnstablecounty.org

PLANS/SPECIFICATIONS AVAILABLE Online at http://purchasing.barnstablecounty.org. CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

12/1/11

SUB BID CATEGORIES: ADDITIONAL INFORMATION A mandatory Site Visit will be held.

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

Blue Hills Regional Vocational Technical School Business Office 800 Randolph St. Canton, MA 02021

***CORRECTED***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $180,000 DCAM Certificate

PROJECT: Domestic Water Heater Replacement at Blue Hills Regional Vocational Technical School, 800 Randolph St., Canton. CONTACT INFORMATION David Proule
(place, date and time)

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

PHONE: 781-828-5800

FAX: EMAIL: cmooney@habeebarch.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/9/11, 8:30 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

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

GENERAL BID DEADLINE:


(date and time)

12/14/11 @ 2:00 P.M.***

SUB BID CATEGORIES: Plumbing ADDITIONAL INFORMATION Pre-Bid Walk-Through: 11/14/11 at 2:30 P.M. in the front lobby of the school. Filed Sub-Bids are required by DCAM certified Plumbing sub-bidders. General bidders are required to be DCAM certified HVAC prime bidders. A deposit of $50.00 is required for each set of bid documents, refundable after the return of the documents in good condition not later than 30 days after the opening of bids, whether or not a bid was submitted. Any person requesting two or more sets will be required to pay a non-refundable fee of $50.00 per set in the form of a separate check. Payments must be in the form of cash, a certified check, treasurers or cashiers check (Personal and company checks will not be accepted), payable to the Blue Hills Regional Vocational Technical School. For mailing of plans/specs, the bidder must prepay a mailing and handling fee. Bids are due at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Bristol Community College ***CORRECTED*** 777 Elsbree St. Building F Room F100 Fall River, MA 02720

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

M18-12** $35,000

PROJECT: Fabrication and installation of entrance canopy. CONTACT INFORMATION Leo Racine PHONE: 508-678-2811 ext. 2448

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

FAX: 508-730-3279

EMAIL: leo.racine@bristolcc.edu PLANS/SPECIFICATIONS AVAILABLE Above agency address or by contacting Philicia Pacheco at 508-678-2811 ext. 2216, 11/9/11.
(place, date and time)

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

11/28/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Capital Asset Management, Division of (DCAM) 1 Ashburton Place 16th Floor Room 1610 Boston, MA 02108

***SUB-BIDS ONLY***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

NAC1001 DC1 $26,000,000 DCAM Certificate

PROJECT: Request for Qualifications for Trade Contractor Packages: Masonry, Roofing and Flashing, Terrazzo, Elevators, Plumbing, HVAC, and Electrical for the Center for Innovation, Massachusetts College of Liberal Arts, North Adams. Scope: The project is approximately 67,000 GSF of new construction and will feature spaces for Teaching and Research Laboratories with support spaces, classrooms, lecture hall, greenhouse and a vivarium. CONTACT INFORMATION DCAM Bid Room PHONE: 617-727-4003 EMAIL: FAX: 617-727-5514

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

PLANS/SPECIFICATIONS AVAILABLE DCAM Bid Room at the above agency address or online at www.comm-pass.com, 11/16/11. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

12/6/11 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

SUB BID CATEGORIES: Masonry (ECC $50,000), Roofing & Flashing (ECC $560,000), Terrazzo (ECC $400,000), Elevators (ECC $140,000), Plumbing (ECC $1,770,000), HVAC (ECC $5,600,000), Electrical (ECC $2,800,000), ADDITIONAL INFORMATION This is a CM at Risk project under M.G.L. c. 149A. Interested firms must submit a Qualification Statement by the deadline and be pre-qualified if they are interested in later bidding on this project. DCAM Certification applies for this process. This Request for Qualifications is the first part of a two step selection process for Trade Contractors. First, interested firms must submit the Qualification Statement and then, at a later date, only the pre-qualified firms will be invited to submit bids for the category of work for which they were pre-qualified. This required Qualification Statement is different from DCAM Certification. All firms must be qualified for this project, even if they are already DCAM Certified. The Construction Manager is Columbia Construction and the Designer is Einhorn Yaffee Prescott.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

***CORRECTED***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

P12-2730-C9A*** $650,000.00 DCAM Certificate

PROJECT: Swimming Pool Filtration Systems Replacement. The project consists of the demolition and removal of the existing filtration system at each facility and replacement with a new filtration system. CONTACT INFORMATION PHONE: 617-626-1424/617-719-2226 FAX: 617-626-1449 Tess Ward for CDs/Darryl Forgione, PM, for Technical Questions
(place, date and time)

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

EMAIL: darryl.forgione@state.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Attn.: Tess Ward, 617-626-1424, 11/9/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

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

GENERAL BID DEADLINE:


(date and time)

12/7/11 @ 11:00 A.M.

SUB BID CATEGORIES: Electrical ADDITIONAL INFORMATION Pre-bid conference: 11/16/11 at 10:00 A.M. at the Raymond Lord Memorial Swimming Pool, Fletcher St., Lowell. A site inspection will follow at Mason Pool in Agawam on 11/17/11 at 10:00 A.M. All General bidders must be DCAM certified in Mechanical or Plumbing. All Sub-bidders must be DCAM certified in Electrical. CDs will be available at no charge. A bidder requesting a CD by mail must send to DCR a completed FedEx label with an account number, Attn.: Tess Ward. For technical questions, contact Darryl Forgione at 617-719-2226 or darryl.forgione@state.ma.us.

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

Developmental Services, Department of (DDS) Engineering Office 500 Harrison Ave. Room 163 Boston, MA 02118

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DDS 12-10 $65,000

PROJECT: Annual Preventive Maintenance Service Contract, HVAC Equipment at the Fernald Center, Greene and Thom Buildings, 200 Trapelo Rd., Waltham. 360 Calandar days required from notice to proceed date. CONTACT INFORMATION Sheila O'Brien PHONE: 617-624-7887 FAX: 617-624-7576 EMAIL: Sheila.Obrien@state.ma.us

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11 - 11/29/11, Monday - Friday, 9:00 A.M. - 4:00 P.M. (excluding Holidays) and 11/30/11, 9:00 A.M. - 1:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting: 11/22/11 at 10:00 A.M. at the Thom Building, Fernald Center. Contact Person is David Chan, 617624-7881. Bid Deposit/Bid Bond of 5% of the total bid price must secure each bid in the form of a bid bond, certified check, treasurer's or cashiers check, payable to the Commonwealth. Performance and Payment Bonds must be in the amount of 100% of the contract price.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Fisheries and Wildlife, Division of 251 Causeway St. 4th Floor Boston, MA 02114

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DFW-2012-013 $17,400

PROJECT: Approximately 18 acres of abandoned agricultural fields are to be mowed at Millers River WMA, Cass Meadows area in Athol. The mowing will be of invading trees and shrubs. Mowing of up to 25 acres of abandoned blueberry fields at Leyden WMA in Leyden. The mowing will be of invading trees and shrubs. CONTACT INFORMATION Kathy Plett
(place, date and time)

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

PHONE: 617-626-1573

FAX: 617-626-1517 EMAIL: Kathleen.Plett@state.ma.us

PLANS/SPECIFICATIONS AVAILABLE Online at www.masswildlife.org and www.comm-pass.com, 11/16/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/6/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory bidders' conference: 12/1/11 at 10:30 A.M. at the Cass Meadows, Millers River WMA and 12/1/11 at 1:30 P.M. at Leyden WMA. Please call or email Ben Mazzei at 508-389-6306, 413-768-9090 or ben.mazzei@state.ma.us if planning to attend either or both mandatory bidders' conferences.

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

Fitchburg State University 160 Pearl St. Fitchburg, MA 01420

PROJECT NUMBER: ESTIMATED COST:

FSU #C1107-2, FSU Bid #105-12 $1,500,000 DCAM Certificate

CONTRACTOR QUALIFICATION:

PROJECT: Miller Hall Renovations, Phase II. CONTACT INFORMATION Mr. Eric Hansen PHONE: 978-665-4095 EMAIL:

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

FAX:

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

12/7/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

12/15/11 @ 2:00 P.M.

SUB BID CATEGORIES: 09500-Acoustical Ceilings, 09900-Painting, 15400-Plumbing, 15600-HVAC, 16000-Electrical ADDITIONAL INFORMATION Pre-bid conference/Site Visit: 11/29/11 at 1:00 P.M. in the Miller Hall Oval Conference Room, 230 Highland Ave. 1st Floor, Fitchburg. Plan deposit is $100 per set (two sets only, refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc. Cost for additional sets is $100 each (non-refundable). Mailing fee is $40 per set (non-refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Fitchburg State University 160 Pearl St. Fitchburg, MA 01420

PROJECT NUMBER: ESTIMATED COST:

Project # C1206 Bid # F106-12 $25,000 - $99,999

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

PROJECT: Window Replacement at Sanders Administration Building. Completion Date is 3/23/12. CONTACT INFORMATION Heide Messing, Project Manager PHONE: 978-665-3681

FAX: 978-665-3682 EMAIL: hmessing@fitchburgstate.edu

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749, 978-568-1167, 11/22/11 during regular business hours. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/8/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION No Pre-Bid Conference scheduled. Bid Documents picked up at Nashoba Blue are free. Bid Documents may be mailed on request for a $20.00 (non-refundable) fee per mailed set (covers handling and mailing charges). Fitchburg State University reserves the right to waive any informalities or reject any bids if it is in the public interest to do so. Prevailing Wage Rates apply.

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

Fitchburg State University Capital Planning and Maintenance 160 Pearl St. Fitchburg, MA 01420
PROJECT: Bid #F107-12, Miller Hall Phase 2 Abatement. CONTACT INFORMATION Heide Messing
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

C1107-3 $67,000

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

PHONE: 978-665-3681

FAX: 978-665-3682 EMAIL: hmessing@fitchburgstate.edu

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, 433 Main St., Hudson, MA 01749, 978-568-1167, 11/17/11 during regular business hours. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference: 11/22/11 at 10:30 A.M. in the Miller Hall Oval Room, 230 Highland Ave. 1st Floor, Fitchburg. The first set of Bid Documents per bidholder picked up at Nashoba Blue are free. Additional sets per bidholder are $20 per set (non-refundable). Bid Documents may be mailed on request for a $25.00 (non-refundable) fee per mailed set (covers handling and mailing charges). Fitchburg State University reserves the right to waive any informalities or reject any bids if it is in the public interest to do so. Prevailing Wage Rates apply.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Massachusetts Bay Community College 50 Oakland St. Wellesley Hills, MA 02481

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

12-08 $15,000

PROJECT: Abate existing floor, supply and install Lees Faculty IV carpet tile, cove base and six rubber treads with Nora one-piece tread and riser. Carpet and cover base will be installed in the Auditorium, Rooms 202 and 204 and the immediate corridors. CONTACT INFORMATION Lauren Curley
(place, date and time)

PHONE:

FAX: EMAIL: lcurley@massbay.edu

PLANS/SPECIFICATIONS AVAILABLE In the Annex at the above agency address or online at www.comm-pass.com, 11/16/11 at 8:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Plans will not be mailed, faxed or emailed.

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

Mental Health, Department of 25 Staniford St. Room 3078 Boston MA, 02114

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

FATSH12-14 $150,000 DCAM Certificate

PROJECT: Maintain, Repair, Test, Program existing Edwards System Technology (EST) Fire Alarm System at Taunton State Hospital, 60 Hodges Ave., Taunton. CONTACT INFORMATION Kris Mishra
(place, date and time)

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

PHONE: 617-626-8054

FAX: 617-626-8046 EMAIL: krishna.mishra@dmh.state.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11 - 12/6/11, 9:00 A.M. - 3:00 P.M. and 12/7/11, 9:00 A.M. - 1:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/7/11 @ 1:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory Pre Bid Conference: 11/30/11 at 10:00 A.M. at the Power Plant at Taunton State Hospital.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston, MA 02128

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

L957-C1 $150,000 DCAM Certificate

PROJECT: New Tower Domestic Booster Pump Replacement at Logan International Airport, East Boston. CONTACT INFORMATION Mary Beth Reddy PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/15/11.
(place, date and time)

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

PHONE: 617-568-5950

FAX: 617-568-5998 EMAIL: bdecourcy@massport.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

12/14/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bid Documents in electronic format may be obtained free of charge at the above agency address with any addenda or amendments that the Authority may issue and a printed copy of the Proposal form.

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

Quinsigamond Community College 670 West Boylston St. Worcester, MA 01606

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

QCC J000112514 $1,100,000 DCAM Certificate

PROJECT: Chapel Area Renovations, Administration Building: Interior renovation to convert the existing chapel and associated spaces to classroom and related use. CONTACT INFORMATION Mr. Don Hall PHONE: 508-854-7400 FAX: EMAIL: donh@qcc.mass.edu

(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, 978-568-1167 or online at www.biddocsonline.com (may be viewed electronically and hardcopy requested), 11/16/11 after 11:00 (place, date and time) A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

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

GENERAL BID DEADLINE:


(date and time)

12/7/11 @ 2:00 P.M.

SUB BID CATEGORIES: Acoustic Tile, Resilient Floors, Painting, Plumbing, HVAC, Electrical Work ADDITIONAL INFORMATION Pre-bid conference: 11/21/11 at 2:30 P.M. at the project site. Plan deposit is $50.00/set (refundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc. Mailing fee is $40.00/set (nonrefundable), electronically paid or in the form of a certified or cashier's check, payable to BidDocs Online, Inc.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Quinsigamond Community College 670 West Boylston St. Worcester, MA 01606

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

QCC11142011ELEC $100,000/Year DCAM Certificate

PROJECT: The scope of work includes providing all labor, materials, tools, equipment and supervision to provide all Electrical Service on an as needed basis for the entire campus. Duration of contract is 3 - Years from date of award. CONTACT INFORMATION Paula Carey, Purchasing Manager PLANS/SPECIFICATIONS AVAILABLE 11/14/11 at 9:00 A.M.
(place, date and time)

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

PHONE: 508-854-7518

FAX: 508-854-4208 EMAIL: pcarey@qcc.mass.edu

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contractor must be DCAM certified for Electrical.

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

Quinsigamond Community College 670 West Boylston St. Worcester, MA 01606

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

QCC11162011ELEV $100,000 DCAM Certificate

PROJECT: The scope of work includes providing all labor, materials, tools, equipment and supervision to provide all Elevator Maintenance and Repair Service on an as needed basis for the entire campus. Duration of Contract is Three Years from date of award. CONTACT INFORMATION Paula Carey, Purchasing Manager PLANS/SPECIFICATIONS AVAILABLE 11/14/11 at 9:00 A.M.
(place, date and time)

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

PHONE: 508-854-7518

FAX: 508-854-4208 EMAIL: pcarey@qcc.mass.edu

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contractor must be DCAM certified for Elevators.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Quinsigamond Community College 670 West Boylston St. Worcester, MA 01606

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

QCC11152011HVAC $100,000/Year DCAM Certificate

PROJECT: The scope of work, without limiting the generality thereof, includes providing all labor, materials, tools, equipment and supervision, to provide HVAC Service on an as needed basis for the entire campus. Duration of Contract is Three Years from date of award. CONTACT INFORMATION Paula Carey, Purchasing Manager PLANS/SPECIFICATIONS AVAILABLE 11/14/11 at 9:00 A.M.
(place, date and time)

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

PHONE: 508-854-7518

FAX: 508-854-4208 EMAIL: pcarey@qcc.mass.edu

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contractor must be DCAM certified for HVAC.

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

Soldiers' Home in Massachusetts (Chelsea) Quigley Building 91 Crest Ave. 5th Floor Chelsea, MA 02150

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CHE NN 12-2 $230,000 DCAM Certificate

PROJECT: Sealed proposals are being solicited for the provision of the replacement of the Headquarters Building's Canteen roof on behalf of the Soldiers' Home in Massachusetts (Chelsea). CONTACT INFORMATION Robert Maniatis
(place, date and time)

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

PHONE: 617-887-7170

FAX: 617-887-7137 EMAIL: robert.maniatis@state.ma.us

PLANS/SPECIFICATIONS AVAILABLE For pick-up only at the above agency address, 11/16/11, 7:00 A.M. - 3:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/2/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Walk-through: 11/22/11 at 10:00 A.M. at the Soldiers Homes Headquarters Building Lobby. Bid documents and blueprints will be available at no charge. No requests for faxed or electronic copies will be honored.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606247 $141,000.00 Department of Highway

PROJECT: District 1: Scheduled and Emergency Facilities Maintenance and Repair at Various Locations. 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.: Frank Kucharski, P.E., 2/8/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

2/22/12 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606012 $3,924,000.00 Department of Highway

PROJECT: Chicopee to Palmer: Resurfacing and Related Work on a Section of the Mass Turnpike (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.: Frank Kucharski, P.E., 2/8/12. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

2/22/12 @ 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: Request for Qualifications (RFQ) for On-Call Construction Vibration Consulting Services. CONTACT INFORMATION Peter Royer PLANS/SPECIFICATIONS AVAILABLE Above agency address, 11/16/11.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

AA12-PR-4431 $1,000,000.00

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

PHONE: 413-545-0361

FAX: 413-545-1643 EMAIL: proyer@admin.umass.edu

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

12/7/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

University of Massachusetts - Dartmouth Foster Administration Building 285 Old Westport Rd. #008 North Dartmouth, MA 02747

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DD12JP29 $80,000.00

PROJECT: Bathroom Prototype, East Campus Dorms: Renovate two bathrooms at East Campus Dorms. CONTACT INFORMATION Doreen D. Arruda
(place, date and time)

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

PHONE: 508-999-9223

FAX: 508-999-8120 EMAIL: darruda1@umassd.edu

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

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

GENERAL BID DEADLINE:


(date and time)

12/7/11 @ 2:00 P.M.

SUB BID CATEGORIES: Plumbing ADDITIONAL INFORMATION Pre-Bid Site Visit: 11/22/11 at 1:00 P.M. at the above agency address. No plan deposit required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

University of Massachusetts Building Authority c/o Joslin, Lesser + Associates, Inc. 44 Pleasant St. Watertown, MA 02472

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

UMBA 08-L1 See RFQ DCAM Certificate

PROJECT: The project delivery method for construction is CM-at-Risk. The project is the construction of a new 146,000 GSF steel frame, a curtain wall, brick and metal panel enclosed residence hall building located at 333 Aiken St., Lowell, and site work. The building will include the construction of 472 student beds in suite style units with two staff apartments. In addition, the facilitys program will include a Caf, a multipurpose room, common lounge space and common kitchens, and a laundry room. The project shall be substantially complete by August 2013. CONTACT INFORMATION Jennifer Gareau
(place, date and time)

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

PHONE: 617-744-3122

FAX: 617-924-3800 EMAIL: JGareau@joslinlesser.com

PLANS/SPECIFICATIONS AVAILABLE Online at www.joslinlesser.com, 11/16/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: Elevators ADDITIONAL INFORMATION SOQ to be submitted in response to the RFQ by 11/30/11. The RFQ will be posted on www.joslinlesser.com on 11/16/11.

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

University of Massachusetts Building Authority c/o Joslin, Lesser + Associates, Inc. 44 Pleasant St. Watertown, MA 02472

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

UMBA 07-L1 TBD DCAM Certificate

PROJECT: North Campus Parking Garage, UMass Lowell, RFQ for four Trade Contractors: Masonry, Painting, Glass and Glazing and Miscellaneous Metals. CONTACT INFORMATION Tom Kerwin
(place, date and time)

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

PHONE: 617-744-3116

FAX: 617-924-3800 EMAIL: Tkerwin@joslinlesser.com

PLANS/SPECIFICATIONS AVAILABLE Online at www.joslinlesser.com, 11/16/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

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

SUB BID CATEGORIES: ADDITIONAL INFORMATION The RFQ will be posted at www.joslinlesser.com on 11/16/11. The SOQ deadline is 12/2/11 at 2:00 P.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129
PROJECT: Security Equipment Maintenance and Repair Services. CONTACT INFORMATION Bruce McMillen PHONE: 617-242-6000

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

EXE-031 $660,000 DCAM Certificate

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

FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by contacting MWRA's Document Distribution Office at 617-788-2575, 11/16/11. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

12/6/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 11/22/11 at the MWRA Chelsea Facility, Muster Room, 2 Griffin Way, Chelsea.

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

Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129
PROJECT: Oakdale Facility Phase 1A Upgrade. Category: Electrical. CONTACT INFORMATION Jorge Silva PHONE: 617-242-6000

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

7230 $2,215,000 DCAM Certificate

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

FAX: 617-788-4896 EMAIL: barbie.aylward@mwra.state.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by contacting MWRA's Document Distribution Office at 617-788-2575, 11/16/11. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

12/8/11 @ 11:30 A.M.

GENERAL BID DEADLINE:


(date and time)

12/22/11 @ 2:00 P.M.

SUB BID CATEGORIES: Div. 4 Masonry; Div. 5 Misc & Ornamental Iron; Div. 7 Roofing & Flashing; Div. 8 Glass & Glazing; Div. 9 Painting ADDITIONAL INFORMATION Pre-bid conference: 11/22/11 at 10:00 A.M. at the Oakdale Facility, River Rd., West Boylston.

42

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 12-50

Lexington, Town of Purchasing Agent/Finance Office 1625 Massachusetts Ave. Lexington, MA 02421 CONTACT Thomas A. Scarlata, CSI, CCS, AIA

PROJECT: Worthen Road Pool Complex Bathhouse Improvements, 80 Worthen Rd., Lexington.

PHONE EMAIL:

617-350-0450 tscarlata@bhplus.com

FAX: 617-350-0215

Dodge Construction/McGraw-Hill Dagle Electrical Construction Corp iSqFt Reed Construction Data 5 Commonwealth Ave. 30 Technology Parkway South Suit 34 Crosby Drive Suite 201 285 Salem St. Woburn, MA 01801 Bedford, MA 01730 Woburn, MA 01801-2004 500 Norcross, GA 30092 LaPan Mechanical, Inc. 3 Bethany St. Worcester, MA 01604 Weston & Sampson Five Centennial Drive Peabody, MA 01960 Vareika Construction, Inc. 219 Walnut St. Suite B West Bridgewater, MA 02370 Paul J. Rogan Co., Inc. 25 Hayward St. Braintree, MA 02184 Cashman Plumbing & Heating 299 Westford Rd. Tyngsboro, MA 01879 P.J. Dionne Co., Inc. 60 Jonspin Rd. Wilmington, MA 01887

Classic Construction & Developme Casby Brothers, Inc. 197 Gardner St. Corp. West Roxbury, MA 02132 129 Commonwealth Ave. Concord, MA 01742 Bay State Contracting Co., LLC P.O. Box 345 38 Washington St. North Pembroke, MA 02358 Seaver Construction, Inc. 215 Lexington St. Woburn, MA 01801

Builders Systems, Inc. P.O. Box 635 135 Southbridge St. Auburn, MA 01501 E.P.B., Inc. 54 Burnham St. Belmont, MA 02478
AWARDING AUTHORITY: AGENCY: Lynn, City of Purchasing Department 3 City Hall Square Room 205 Lynn, MA 01901 CONTACT Charles E. White

Richman Corp. 65 Liberty St. Quincy, MA 02169

PROJECT NUMBER: PROJECT: High Rock Reservation Vehicular and Site Improvements.

PHONE EMAIL:

781-586-6893 kmathews@ci.lynn.ma.us

FAX: 781-477-7027

T. Ford Co., Inc. 118 Tenney St. Georgetown, MA 01833

Tufts, Inc. 142 Mystic Ave. Rear Medford, MA 02155

McLaughlin Brothers Contracting Corp. 120 Clinton St. Brockton, MA 02302

Architectural Paving & Stone, In 402 Libbey Parkway Weymouth, MA 02189

G.V.W., Inc. 1200 Bennington St. East Boston, MA 02128

43

CR-5
AWARDING AUTHORITY: AGENCY: Mendon, Town of Highway Department P.O. Box 51 66 Providence St. Mendon, MA 01756 CONTACT Alan Tetreault

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Install Air Cleaning System at Mendon Highway Department.

PHONE EMAIL:

508-473-0737 highwaydpt@mendonma.gov

FAX: 508-473-6558

Murphy Specialty, Inc. P.O. Box 292 Readville, MA 02137

Air One, Inc. 10 Kendrick Rd. Unit 17 Wareham, MA 02571

Air Cleaning Systems, Inc. P.O. Box 859 Chardon, OH 44024

Air Cleaning Specialists of New England, LLC 1525 Hanover St. Hanover, MA 02339

AWARDING AUTHORITY: AGENCY: Peabody, City of Purchasing Department 24 Lowell St. Peabody, MA 01960 PROJECT NUMBER: PROJECT: Upgrade of Dexter Road Pumping Station.

CONTACT Daniel Doucette

PHONE EMAIL:

978-538-5901

FAX:

Scherbon Consolidated 40 Haverhill Rd. Amesbury, MA 01913


AWARDING AUTHORITY: AGENCY: Plymouth, Town of 11 Lincoln St. Plymouth, MA 02360 CONTACT Pamela D. Hagler

R.H. White Construction Co., Inc. 41 Central St. Auburn, MA 01501

Williamson New England 25 Griffin Way Chelsea, MA 02150

C. Naughton Corp. 48 Dorothea Drive Weymouth, MA 02188

PROJECT NUMBER:

21131

PROJECT: Upgrade and replace the existing HVAC system, related lighting and acoustical ceiling modifications and add new sprinkler system at Indian Brook Elementary School in Plymouth. PHONE EMAIL: 508-747-1620 ext. 210 FAX: 508-830-4133 procurement@townhall.plymouth.ma.us

American Electrical Construction 92 Mayflower Rd. Carver, MA 02330 Mello Electric 38 Morgan St. Fall River, MA 02721

Carlysle Engineering 115 Brookside Ave. Jamaica Plain, MA 02130 Wes Construction 650 Industrial Drive Halifax, MA 02338

C.D.C. News One Oak Brook Terrace Oak Brook, IL 60181 Williams M. Collins Co. 410 Dorchester Ave. South Boston, MA 02127

D.D.S. Industries 250 Ace St. Fall River, MA 02720

44

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Curbside Refuse and Recycling Services for the Town of Tisbury.

Tisbury, Town of P.O. Box 788 Vineyard Haven, MA 02568 CONTACT Fred LaPiana

PHONE EMAIL:

508-696-4220 mmaciel@tisburyma.gov

FAX: 508-696-4223

A.B.C. Disposal 1245 Shawmut Ave. New Bedford, MA 02745 M.T.G. Disposal 19 Industrial Way Seekonk, MA 02771
AWARDING AUTHORITY: AGENCY: Bridgewater State University Purchasing Office Boyden Hall Room 202 Bridgewater, MA 02325 CONTACT Diane Chagnon

Bruno's P.O. Box 5028 Vineyard Haven, MA 02568 Cavossa Jr. Excavating 210 Nathan Ellis Highway East Falmouth, MA 02536

Waste Management 378 Route 130 Sandwich, MA 02563 Casella 49 Sword St. Auburn, MA 01501

Allied Waste Services 1080 Airport Rd. Fall River, MA 02720 Mike DelPrete & Sons Trucking, 365R Centre St. Rockland, MA 02370

PROJECT NUMBER:

FMP-12-020A RFB No. 7

PROJECT: Roof Replacement at 25 Plymouth St., International Scholars Residence: Strip and replace approximately 1,200 square feet of roofing material on the main residence and approximately 500 square feet on the garage, located at 25 Plymouth St., Bridgewater. PHONE EMAIL: 508-531-2213 dchagnon@bridgew.edu FAX: 508-531-6130

M. & C. Building, LLC 65 Northborough Rd. North Attleboro, MA 02760 Kel Kor, Inc. 57 Bellevue St. New Bedford, MA 02744

iSqFt 4500 Lake Forest Drive Cincinnati, OH 45242 OneWay Painting & Roofing 44 Spingvale Ave. Lynn, MA 01904

ProjectDog 18 Graf Rd. Newburyport, MA 01950

D.D.C. Construction 20 Query St. New Bedford, MA 02745

45

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: FMP-12-114(A) RFB No. 6

Bridgewater State University Purchasing Office Boyden Hall Room 202 Bridgewater, MA 02325

PROJECT: Burnell Hall Gymnasium Renovation: All labor, material and supervision necessary for the interior renovation of the Burnell Gymnasium, which consist of approximately 5,000 square feet. Scope includes asbestos removal, demolition, concrete, masonry, millwork, doors and frames, flooring, painting, ceilings, HVAC, electrical and telecommunications upgrades. Burnell Hall is located at 66 Hooper St., Bridgewater. PHONE EMAIL: 508-531-2213 dchagnon@bridgew.edu FAX: 508-531-6130

CONTACT Diane Chagnon

Systems Electrical Services 387 Prospect Place Revere, MA 02151

Richard T. Losordo Electrical 244 Liberty St. Unit 8A Brockton, MA 02301

West Floor Covering 42 Winter St. Pembroke, MA 02359 Webster Construction 53 Clapp St. Boston, MA 02125 Central Ceilings 36 Norfolk Ave. South Easton, MA 02375 iSqFt 4500 Lake Forest Drive Cincinnati, OH 45242 Atlantic Mechanical Contractors 1047 Washington St. Weymouth, MA 02189 Nadeau Corp. 727 Washington St. South Attleboro, MA 02703 Classic Construction 129 Commonwealth Ave. Concord, MA 01742 Norris H. Tripp, Inc. 253 Cedar St. New Bedford, MA 02740 Paul J. Rogan Co. 25 Hayward St. Braintree, MA 02184 Mello Electric 138 Morgan St. Fall River, MA 02721 Wes Construction Corp. 650 Industrial Drive Halifax, MA 02338 Sofia's Painting, LLC 212 Belgrade Ave. Roslindale, MA 02131 Maron Construction 180 Buttonhole Drive Providence, RI 02909

R.M. Technologies 33 Franklin St. Lawrence, MA 01840 J.J. Cardosi, Inc. 28 Boston St. East Providence, RI 02914 Northern Contracting Corp. 68 Jackson St. Canton, MA 02021 Enterprise Equipment 280 Libbey Industrial Parkway Weymouth, MA 02189 Harrison Electric 51 King St. Abington, MA 02351 Ostrow Electric 9 Mason St. Worcester, MA 01452 Southern Middlesex Industries 823 Pleasant St. Norwood, MA 02062 J.M.'s Painting Corp. 22 Washington St. Dedham, MA 02026 Collins Construction 33 Swindells St. Fall River, MA 02723 C.J.M. Services, Inc. 50 Kerry Place Norwood, MA 02062 Alpha Contracting Associates 20 Mulberry Lane Dedham, MA 02026 General Air Conditioning & Heat 7 Gaston St. Dorchester, MA 02121 Haynes Group, Inc. 14 Norfolk Ave. South Easton, MA 02375

M.M. Environmental Engineering, Santangelo Flooring 75 Christopher St. 153 Wagon Trail Dorchester, MA 02124 Hanson, MA 02341 McGraw Hill Construction 34 Crosby Drive Bedford, MA 01730 Treeline Construction 130 Westborough St. Millbury, MA 01527 Builders Systems 135 Southbridge St. Auburn, MA 01501 M-V Electrical 10 Conduit St. Acushnet, MA 02743 D.D.S. Industries, Inc. 250 Ace St. Fall River, MA 02720 C.A.M. HVAC & Construction 116 Lydia Ann Rd. Smithfield, RI 02917 Compass Restoration 563 Center St. Ludlow, MA 01056 King Painting, Inc. 85 Flagship Drive North Andover, MA 01845 Seekonk Heating Services, Inc. 911 Taunton Ave. Seekonk, MA 02771 Elizabeth Contracting 5 Wight Lane Westwood, MA 02090 Simplex Grinnell 296 Wampanoag Trail Providence, RI 02915 ProjectDog 18 Graf Rd. Newburyport, MA 01950 Page Building Construction 135 Old Page St. Stoughton, MA 02072 John W. Egan Co. 3 Border St. West Newton, MA 02465 Nick's Painting 655 East Broadway South Boston, MA 02124 Auburn Construction 1207 Auburn St. Whitman, MA 02382

Capital Carpet & Flooring Speciali Mill City Construction 12 Walnut Hill Park 7 Old Great Rd. Woburn, MA 01801 Lincoln, RI 02865 Brite-Lite Electrical Co. 11 Front St. Weymouth, MA 02188 M.C.M. 4 A St. Burlington, MA 01803 Credere 1 Wells Ave. Newton, MA 02459 O'Byrne Painting & Contracting 6 Lodge Rd. Wayland, MA 01778

46

CR-5

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


Royal Steam Heater Co. 499 Main St. Gardner, MA 01440 Bello Painting Co. 585 East St. Weymouth, MA 02189 Wooden Kiwi Productions, LLC 16 Fairmount Ave. Somerville, MA 02144 A.P. Whitaker & Sons 652 West Center St. West Bridgewater, MA 02379 American Electrical Co., Inc. 92 Mayflower Rd. Carver, MA 02330 K. & S. Builders, Inc. 9 Ravine Rd. Wayland, MA 01778

Apex Corp. 56 Charles St. North Abington, MA 02351 J. Buote Painting Co., Inc. 300 Wood St. Middleboro, MA 02346

47

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: MS04-2011

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

PROJECT: North Leominster Parking Garage.

PHONE EMAIL:

978-665-2263 bfisher@mrta.us

FAX: 978=345-9867

Dandis Contracting, Inc. 636 Washington St. Suite 12 Canton, MA 02021 Gibson Roofs, Inc. 369 Winter St. Hanover, MA 02339 D.M.H. Electric 29 Legate Hill Rd. Sterling, MA 01564 ProjectDog 18 Graf Rd. Newburyport, MA 01950 Construction Data Co. One Oak Brook Terrace Suite 510 Oak Brook, IL 60181 Bello Painting Co., Inc. 585 East St. Weymouth, MA 02188 Kapiloff's Glass, Inc. 47 New Ashford Rd. Williamstown, MA 01267 John W. Egan Co. 3 Border St. West Newton, MA 02465 V. & G. Iron Works, Inc. 1500 Shawsheen St. Tewksbury, MA 01876

J.M.'s Painting Corp. 22 Washington St. Dedham, MA 02026 Greenwood Industries, Inc. 50 Howe Ave. Millbury, MA 01527 Royal Steam Heater Co. 499 Main St. Gardner, MA 01440 Tim's Fabricators, Inc. 87 Putnam St. Fitchburg, MA 01420

Dagle Electrical Construction Corp Grasseschi Plumbing & Heating, 1299 Grafton St. 285 Salem St. Worcester, MA 01607 Woburn, MA 01813 Bay State Elevator Co. 275 Silver St. Agawam, MA 01001 Northeast Painting Associates, In 881 North King St. Northampton, MA 01060

Kneeland Plumbing & Heating, Inc Di-Rock Electric 59 Branch St. 63 Hammond St. Clinton, MA 01510 Rowley, MA 01969 Costa Brothers Masonry 2 Lambeth Park Drive Fairhaven, MA 02719 Capeway Roofing Systems, Inc. 664 Sanford Rd. Westport, MA 02790 Modern Glass & Aluminum, Inc. 42 Eastman St. Easton, MA 02334 Chapman Waterproofing Co. 395 Columbia Rd. Boston, MA 02125 North Shore Steel Co., Inc. 16 Oakville St. Lynn, MA 01905 Colantonio General Contractor 16 Everett St. Holliston, MA 01746 Rockwell Roofing, Inc. 44 Pond St. Leominster, MA 01453

D. & S. Commercial Masonry, Inc. Eagle Elevator 176 Norfolk Ave. 45 Industrial Rd. Boston, MA 02119 Wrentham, MA 02093 C.A.M. HVAC & Construction, Inc J. & J. Contractors, Inc. 116 Lydia Ann Rd. 35 Market St. Suite 401 Smithfield, RI 02917 Lowell, MA 01852 Wayne J. Griffin Electric, Inc. 116 Hopping Brook Rd. Holliston, MA 01746 Kinsmen Corp. 35 Londonderry Turnpike Hooksett, NH 03106 King Painting, Inc. 85 Flagship Drive Suite K North Andover, MA 01845 P.J. Spillane Co. 97 Tileston St. Everett, MA 02149

DeIulis Brothers Construction Co., General Air Conditioning, Inc. 7 Gaston St. Inc. Dorchester, MA 02121 31 Collins St. Terrace Lynn, MA 01902 Reed Construction Data iSqFt 30 Technology Parkway South Suit 5 Commonwealth Ave. Woburn, MA 01801 100 Norcross, GA 30092 Stanley Roofing Co. 42 Mitchell Rd. Ipswich, MA 01938 T.L.T. Construction Corp. 1 Pope St. Wakefield, MA 01880

McGraw Hill Construction 3315 Central Ave. Hot Springs, AR 71913

Folan Waterproofing Co., Inc. 795 Washington St. South Easton, MA 02375

Aluminum Glass Concepts 210 Andover St. Unit 25 Wilmington, MA 01887

New Generation Painting 1 Newbury St. Peabody, MA 01960

Araujo Brothers Plumbing & Heati Northern Construction Service, LL Piquette & Howard Electric Servic T.B. Penick & Sons 3100 47th Ave. Inc. 224 Nyes Lane 775 Pleasant St. Unit 11 Long Island City, NY 11101 222 Plaistow Rd. Acushnet, MA 02743 Weymouth, MA 02189 Plaistow, NH 03865 Icon West Corp. 251 Taylor St. Springfield, MA 01105 Lapan Mechanical Contractors, Inc Ray Hamwey, Site Consultant 3 Bethany St. 76 Bess Rd. Worcester, MA 01604 Needham, MA 02492 Methuen Construction 40 Lowell Rd. Salem, NH 03079

48

CR-5

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


L.A.L. Masonry Co., Inc. 27 Ferncliff Ave. Saugus, MA 01906 Wes Construction Corp. 650 Industrial Drive Halifax, MA 02338 Belcour Corp. 99 Front St. Woonsocket, RI 02895 Annese Electric 276 Libbey Industrial Way Weymouth, MA 02189

Alpha Contracting Associates, Inc. Chandler Architectural Products 255 Interstate Drive 20 Mulberry Lane West Springfield, MA 01089 Dedham, MA 02026 Superior Caulking 1154 Park St. Palmer, MA 01069 Stanley Roofing Co. 42 Mitchell Rd. Ipswich, MA 01938
AWARDING AUTHORITY: AGENCY: Montachusett Regional Transit Authority 1427R Water St. Fitchburg, MA 01420 CONTACT Adam Gromelski PROJECT NUMBER:

Fernandes Masonry 1031 Phillips Rd. New Bedford, MA 02745 Cogswell Sprinkler Co. 22 Canterbury St. Worcester, MA 01610

MS-04-2011

PROJECT: MART, 49 and 57 Nichols St., Leominster Demolition and Site Improvement. PHONE EMAIL: 978-345-7711 ext. 2275 agromelski@mrta.us FAX:

Jay-Mor Enterprises, Inc. P.O. Box 195 505 Bridge St. Pelham, NH 03076 Compass Restoration 16 Pheasant Run Belchertown, MA 01007 J.R. Vinagro Corp. 2208 Plainfield Pike Johnston, RI 02919

iSqFt c/o Service Point 5 Commonwealth Ave. Woburn, MA 01801 ProjectDog 18 Graf Rd. Unit 8 Newburyport, MA 01950 Dan's Paving & Excavating 311 Elm St. Fitchburg, MA 01420

Boucher Construction 435 Lancaster St. Leominster, MA 01453-4397

Earth Solutions 39 Kent Rd. Westminster, MA 01473

M.P. Crowley Co., Inc. 320 Joslin St. Leominster, MA 01453 Tandem Construction Co., Inc. 112 Leland Ave. Leominster, MA 01453

McKenzie Engineering Co., Inc. 305 Whitney St. Leominster, MA 01453 Glenn E. Hines, General Contrac 35 Wachusett St. Leominster, MA 01453 Empire Design & Construction 19 Ocean Ave. Gloucester, MA 01930

Glen Heins Trucking & Excavating V.P. Holman Construction Co., Inc Mark ODonnell, Inc., General Contractors 34 Dean Hill Rd. 665 Mechanic St. 79 Olde Tavern Rd. Westminster, MA 01473 Leominster, MA 01453 Leominster, MA 01453 Francesco Demolition P.O. Box 1915 Duxbury, MA 02331
AWARDING AUTHORITY: AGENCY: Montachusett Regional Transit Authority 1427R Water St. Fitchburg, MA 01420 CONTACT Bruno Fisher PROJECT NUMBER: MS04-2011 PROJECT: North Leominster Parking Garage.

C.R.L. 33A Mystic Ave. Medford, MA 02155

Data Specialist, Construction Journ Philip Pagliazzo Jr., Inc. 32 Jones Rd. 400 SW 7th St. Waltham, MA 02451 Stuart, FL 34994

PHONE EMAIL:

978-665-2263 bfisher@mrta.us

FAX: 978-345-9867

Mass Bay Electric Corp. 125 Orleans St. East Boston, MA 02128

Thomas E. Snowden, Inc. 189 Central St. Saugus, MA 01906

49

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: DPH821712.306

Public Health, Department of Lemuel Shattuck Hospital 170 Morton St. Jamaica Plain, MA 02130 CONTACT Barry Bergen

PROJECT: Circuit Breaker Replacement.

PHONE EMAIL: Barry.Bergen@state.ma.us

FAX:

Nardone Electric 100 Winchester St. Medford, MA 02155 Power Line Contractors 285 Salem St. Woburn, MA 01801-2004
AWARDING AUTHORITY: AGENCY: Public Health, Department of Lemuel Shattuck Hospital 170 Morton St. Jamaica Plain, MA 02130 CONTACT Barry Bergen

Harrison Electric 51 King St. Abington, MA 02351 Fasolino Electric 42 Oakland St. Braintree, MA 02184

Systems Electrical 387 Prospect Place Revere, MA 02151 iSqFt 4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242

Electrical Engineering & Service 289 Centre St. Holbrook, MA 02343

PROJECT NUMBER:

DPH8217.12.307

PROJECT: Fire System Repairs.

PHONE EMAIL: Barry.Bergen@state.ma.us

FAX:

Fire Equipment, Inc. 88 Hicks Ave. Medford, MA 02155


AWARDING AUTHORITY: AGENCY: University of Massachusetts - Boston Procurement Department 100 Morrissey Boulevard Boston, MA 02125 CONTACT Martha Kelly

C.H.B. Excavating 197 Concord Rd. Westford, MA 01886

iSqFt 4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242

PROJECT NUMBER:

CB12-MK-0017

PROJECT: Renovation of 1400 square feet of space.

PHONE EMAIL:

617-287-5190 martha.kelly@umb.edu

FAX: 617-287-5145

Webster Construction 53 Clapp St. Dorchester, MA 02125 Davidson Co. 44 Vine St. Everett, MA 02149 Paul J. Rogan Co., Inc. 25 Hayward St. Braintree, MA 02184 Dagle Electrical Construction 151 Mystic Ave. Medford, MA 02155

P.J. Dionne Co. 60 Jonspin Rd. Wilmington, MA 01887 Systems Electrical Services 387 Prospect Place Revere, MA 02151 Fasolino Electrical Co. 42 Oakland St. Braintree, MA 02184 R. Mullen & Associates 273 Washington St. Weymouth, MA 02188

T. Cooney Co. 621 East 2nd St. Boston, MA 02127 ProjectDog 18 Graf Rd. Unit 8 Newburyport, MA 01950 Laracy Electrical 11 Queens Court Walpole, MA 02081 Aluminum & Glass Concepts, Inc. 210 Andover St. #25 Wilmington, MA 01887

Central Ceilings 36 Norfolk Ave. South Easton, MA 02375 Classic Construction 27 Bayns Hill Rd. #A Boxford, MA 0192 W.S. Kenney Co. 1 South Ave. #4 Natick, MA 01760

50

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: CB12-MK-0010(Re-Bid)

University of Massachusetts - Boston Procurement Department 100 Morrissey Boulevard Boston, MA 02125 CONTACT Martha Kelly

PROJECT: Nantucket Field Station Septic System Installation.

PHONE EMAIL:

617-287-5190 martha.kelly@umb.edu

FAX: 617-287-5145

iSqFt 5 Commonwealth Ave. Woburn, MA 01801 ProjectDog 18 Graf Rd. Unit 8 Newburyport, MA 01950

E. Watson Excavating 124 Leaf Lane East Bridgewater, MA 02333 Holgate Partners Barnards Valley Rd. Nantucket, MA 02554

Toscana Corp. 19 Arrowhead Drive Nantucket, MA 02554 Wes Construction Corp. 650 Industrial Drive Halifax, MA 02338

C.D.C. News One Oak Brook Terrance Suite 5 Oak Brook, IL 60182

51

CR-4
AWARDING AUTHORITY: AGENCY: Andover, Town of 36 Bartlet St. Andover, MA 01810

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: Bid No. 006/08-11/185 PROJECT TYPE: PHONE: 978-623-8216 General Contract FAX: 978-623-8240 EMAIL: eshola@andoverma.gov

CONTACT INFORMATION: Elaine M. Shola, Purchasing Agent

DESCRIPTION: Underground Storage Tank Removal and Replacement at Memorial Hall Library, Andover. CONTRACT AWARDED TO: MECO Environmental Services, Inc. 1119 Washington St. Weymouth, MA 02189 CONTRACT AMOUNT: $62,845.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Ashland, Town of Housing Authority 59 Park Rd. Ashland, MA 01721 CONTACT INFORMATION: Doris McNamara DESCRIPTION: Window Replacements. CONTRACT AWARDED TO: L. & H. Construction 99 Grover Rd. Medford, MA 02155 PHONE: 508-881-2450

PROJECT NUMBER: 014025001 PROJECT TYPE: General Contract FAX: 508-881-6312 EMAIL: ashdoris@verizon.net

CONTRACT AMOUNT: $55,726.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Cambridge, City of Purchasing Department 795 Massachusetts Ave. Cambridge, MA 02139 CONTACT INFORMATION: Cynthia H. Griffin PHONE: 617-349-4310

PROJECT NUMBER: 5595 PROJECT TYPE: General Contract FAX: 617-349-4008 EMAIL: nmcleod@cambridgema.gov

DESCRIPTION: Spare Parts, Labor and Repair Services as needed for the Cambridge Water Department Ozone Generator. CONTRACT AWARDED TO: Fin-Tek Corp. 6 Leo Place Wayne, NJ 07470 CONTRACT AMOUNT: $106,000.00

Sub Contract Award:

52

CR-4
AWARDING AUTHORITY: AGENCY: Easthampton, City of Housing Authority 112 Holyoke St. Easthampton, MA 01027 CONTACT INFORMATION: Betty Burnham

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: DHCD Fish # 087025 PROJECT TYPE: PHONE: 413-527-1600 General Contract FAX: 413-527-3393 EMAIL: etonhousing@charter.net

DESCRIPTION: Re-roofing buildings 6, 7, 8 and 9 at the Easthampton Housing Authority's 667-3 Cliffview Manor Development. CONTRACT AWARDED TO: P.O. Roofing Co. 3 Dolge Court Oxford, MA 01540 CONTRACT AMOUNT: $136,802.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Fitchburg, City of Office of the Purchasing Agent 718 Main St. Fitchburg, MA 01420 CONTACT INFORMATION: Lois Ogilvie PHONE: 978-345-9576

PROJECT NUMBER: PROJECT TYPE: General Contract FAX: 978-345-9588 EMAIL: logilvie@ci.fitchburg.ma.us

DESCRIPTION: Green Repairs, Window and Door Replacement, Memorial, Reingold and South Street Schools, Fitchburg. CONTRACT AWARDED TO: Lockheed Window Corp. P.O. Box 166 Route 100 South Main St. Pascoag, RI 02859 Sub Contract Award: CONTRACT AMOUNT: $2,786,000.00

AWARDING AUTHORITY: AGENCY: Franklin, Town of 355 East Central St. Franklin, MA 02038

PROJECT NUMBER: 2011-101 PROJECT TYPE: PHONE: 508-553-4866 General Contract FAX: 508-`541-5253 EMAIL: ncollins@franklin.ma.us

CONTACT INFORMATION: Norma Collins DESCRIPTION: Treated Single Chip Seal and Double Chip Seal. CONTRACT AWARDED TO: Comer Contracting, Inc. 1112 Farmington Ave. Farmington, CT 06032

CONTRACT AMOUNT: $2.05/Square Yard and $3.90/Square Yard

Sub Contract Award:

53

CR-4
AWARDING AUTHORITY: AGENCY: Raynham, Town of Housing Authority 75 Mill St. Raynham, MA 02767 CONTACT INFORMATION: Deborah McClory

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: DHCD FISH 245018 PROJECT TYPE: PHONE: 508-824-9404 General Contract FAX: 508-822-9340 EMAIL: Rha75@comcast.net

DESCRIPTION: Deck Replacement at Pinewood Terrace. CONTRACT AWARDED TO: Brocorr, LLC 20 3rd St. Natick, MA 01760 CONTRACT AMOUNT: $193,100 (Not using Alternate #1 at this time)

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: nparadis@templeton1.org

DESCRIPTION: Project management services for the construction/renovation of an existing building at 252 Baldwinville Rd. to serve as the Town Hall to house Town Departments. CONTRACT AWARDED TO: NETCO Construction Project Managers, Inc. 21 Worthen Rd. Lexington, MA 02421-7605 CONTRACT AMOUNT: $4,500 (Phase I), $6,500/Week (Phase II).

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Berkshire Community College 1350 West St. Pittsfield, MA 01201

PROJECT NUMBER: BCC 12-02 PROJECT TYPE: PHONE: 413-236-3036 General Contract FAX: 413-443-5166 EMAIL: wmannix@berkshirecc.edu

CONTACT INFORMATION: William Mannix DESCRIPTION: Hoffmann Environmental Center Renovation. CONTRACT AWARDED TO: Forish Construction Co., Inc. P.O. Box 358 21 Mainline Drive Westfield, MA 01086 Sub Contract Award:

CONTRACT AMOUNT: $781,341 (Both alternates were accepted)

Painting & Coating, John W. Egan Co.; Plumbing, M. & W. Heating; HVAC, M. & W. Heating; Electrical, Gable Electric.

54

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-12-020A RFB No. 7 PROJECT TYPE: PHONE: 508-531-2213 General Contract FAX: 508-531-6130 EMAIL: dchagnon@bridgew.edu

DESCRIPTION: Roof Replacement at 25 Plymouth St., International Scholars Residence: Strip and replace approximately 1,200 square feet of roofing material on main residence and approximately 500 square feet on the garage, located at 25 Plymouth St., Bridgewater. CONTRACT AWARDED TO: Kel Kor, Inc. 57 Bellevue St. New Bedford, MA 02744 CONTRACT AMOUNT: $14,941.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Military Division, Massachusetts 50 Maple St. Milford, MA 01757

PROJECT NUMBER: 27 PROJECT TYPE: PHONE: EMAIL: FAX: Designer Services

CONTACT INFORMATION:

COL (Ret) Raymond Murphy, Acting State Quartermaster

DESCRIPTION: Study and Design of Mechanical, Electrical, Plumbing and Fire Protection Repairs and Renovations at Massachusetts Military Division (MMD) (DSB List #10-04, Item #2) (House Doctor). CONTRACT AWARDED TO: C.S.I. Engineering 999 Broadway Suite 206 Saugus, MA 01906 CONTRACT AMOUNT: $500,000.

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston, MA 02128 CONTACT INFORMATION: MaryBeth Reddy PHONE: 617-568-5950

PROJECT NUMBER: L963-C2 PROJECT TYPE: General Contract FAX: 617-568-5998 EMAIL: bdecourcy@massport.com

DESCRIPTION: Central Heating Plant Upgrades at Building 18 at Logan International Airport, East Boston. CONTRACT AWARDED TO: J.F. White Contracting Co. 10 Burr St. Framingham, MA 01701 CONTRACT AMOUNT: $814,000

Sub Contract Award:

55

CR-4

CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116 CONTACT INFORMATION: Frank H. Kucharski, P.E. DESCRIPTION: Oxford: Resurfacing and Related Work on a Section of Interstate 395. CONTRACT AWARDED TO: J.H. Lynch & Sons, Inc. 50 Lynch Place Cumberland, RI 02864 PHONE: 617-973-7620

PROJECT NUMBER: 605759 PROJECT TYPE: General Contract FAX: 617-973-8397 EMAIL:

CONTRACT AMOUNT: $9,710,759.85

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116 CONTACT INFORMATION: Frank H. Kucharski, P.E. PHONE: 617-973-7620

PROJECT NUMBER: 606163 PROJECT TYPE: General Contract FAX: 617-973-8397 EMAIL:

DESCRIPTION: Peabody - Danvers - Topsfield - Middleton - Boxford: Resurfacing and Related Work, Including Cable Guardrail Installation, on a Section of Interstate 95. CONTRACT AWARDED TO: Brox Industries, Inc. 1471 Methuen St. Dracut, MA 01826 CONTRACT AMOUNT: $4,948,358.80

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116 CONTACT INFORMATION: Frank H. Kucharski, P.E. PHONE: 617-973-7620

PROJECT NUMBER: 605084 PROJECT TYPE: General Contract FAX: 617-973-8397 EMAIL:

DESCRIPTION: Barre: Concrete Bridge Replacement (B-02-005) on Route 122/Worcester Rd. over the Prince River (ABP). CONTRACT AWARDED TO: David G. Roach & Sons, Inc. 1276 Patrill Hollow Rd. Ware, MA 01082 CONTRACT AMOUNT: $1,483,443.87

Sub Contract Award:

56

CR-4

CENTRAL REGISTER - CONTRACT AWARD

AWARDING AUTHORITY: AGENCY: Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116 CONTACT INFORMATION: Frank H. Kucharski, P.E. DESCRIPTION: Burlington - Woburn: Resurfacing and Related Work on a Section of Interstate 95. CONTRACT AWARDED TO: Aggregate Industries, Northeast Region, Inc. 1715 Broadway Saugus, MA 01906 PHONE: 617-973-7620

PROJECT NUMBER: 605589 PROJECT TYPE: General Contract FAX: 617-973-8397 EMAIL:

CONTRACT AMOUNT: $10,994,383.48

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: University of Massachusetts - Amherst Procurement Department Goodell Building 140 Hicks Way Room 407 Amherst, MA 01003 CONTACT INFORMATION: Peter Royer DESCRIPTION: Dubois Cafe. CONTRACT AWARDED TO: Eastern General Contractors 52-60 Berkshire Ave. Springfield, MA 01109 PHONE:

PROJECT NUMBER: UMA12-07 PROJECT TYPE: FAX: EMAIL: General Contract

CONTRACT AMOUNT: $459,000.00

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: Dan Freeman DESCRIPTION: Bio-Processing Facility, UMass Dartmouth. CONTRACT AWARDED TO: Suffolk Construction, Inc. 65 Allerton St. Boston, MA 02119 PHONE: 617-744-3112

PROJECT NUMBER: UMBA 09-D1 PROJECT TYPE: General Contract FAX: 617-927-3800 EMAIL: DFreeman@Joslinlesser.com

CONTRACT AMOUNT:

Sub Contract Award:

57

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) 26 Court St. Boston, MA 02108 CONTACT INFORMATION: Christopher Rooney, Project Manager TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 617-635-0493

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME:

FAX Email:

SALE

LEASE

DESCRIPTION OF PROPERTY: Disposed vacant land located at 2 Michigan Ave. in the Dorchester district of the City of Boston. The City of Boston, acting by and through its Public Facilities Commission, decided to convey to New Rehoboth Bethel Apostolic Church, Inc., 2 Michigan Ave., in the Dorchester district of the City of Boston, County of Suffolk. ESTIMATED VALUE, SOURCE OF VALUATION: Property will be conveyed for $15,400. ADDITIONAL INFORMATION The assessed value of the property was determined through the FY 2009 assessment. Further, having duly advertised in the City Record its intent to sell the property to the applicant in accordance with the provisions of St. 1966 c. 642 and having obtained the approval of the Mayor to the vote of the Commission declaring an intent to sell the property.

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 617-635-0397

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 12/30/11 FAX Email: 4:00 P.M.

SALE

LEASE

DESCRIPTION OF PROPERTY: Ruggles Court (0902477-000), approximately 983 square feet, located in the Roxbury district of the City of Boston. The City of Boston, acting by and through its Public Facilities Commission by the Director of the DND, Real Estate Management and Sales Division, sells tax foreclosed or surplus municipal property to buyers who agree to invest in the rehabilitation of the property. Residential, commercial and institutional buildings and land are included in this program. This RFP is to solicit proposals for development of the parcel for Commercial or support of Commercial use. The property is being offered As Is. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION The RFP package will be available on 11/14/11 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.

58

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 617-635-0397

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 12/30/11 FAX Email: 4:00 P.M.

SALE

LEASE

DESCRIPTION OF PROPERTY: Ruggles Court (0902475-000 and 0902476-000), approximately 1,964 square feet, located in the Roxbury district of the City of Boston. The City of Boston, acting by and through its Public Facilities Commission by the Director of the DND, Real Estate Management and Sales Division, sells tax foreclosed or surplus municipal property to buyers who agree to invest in the rehabilitation of the property. Residential, commercial and institutional buildings and land are included in this program. This RFP is to solicit proposals for development of the parcel for Commercial or support of Commercial use. The property is being offered As Is. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION The RFP package will be available on 11/14/11 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: Colrain, Town of 55 Main Rd. Colrain, MA 01340

PROJECT NUMBER:

UPPER MILL PROPERTY

PROPOSAL DEADLINE DATE AND TIME: 12/20/11 11:00 A.M.

CONTACT INFORMATION: Andrea Woods/Franklin Regional Council of Govts TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 413-774-3167 ext. 104

FAX Email: bids@frcog.org

413-774-3169

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: 5.61 acres of vacant wooded land off Main Rd. and Route 112, zoned Commercial subject to certain power company easements. Minimum bid considered is $5,000. ESTIMATED VALUE, SOURCE OF VALUATION: $54,500, assessed value in 2011. ADDITIONAL INFORMATION RFP available by email request to bids@frcog.org.

59

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: Colrain, Town of 55 Main Rd. Colrain, MA 01340

PROJECT NUMBER:

93 MAIN ROAD PROPERTY

PROPOSAL DEADLINE DATE AND TIME: 12/20/11 11:00 A.M.

CONTACT INFORMATION: Andrea Woods/Franklin Regional Council of Govts TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 413-774-3167 ext. 104

FAX Email: bids@frcog.org

413-774-3169

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: 5.64 acres of lightly wooded land with an outbuilding on Main Rd. and Foundry Village Rd. Minimum bid accepted is $60,000. ESTIMATED VALUE, SOURCE OF VALUATION: $54,500, assessed value in 2011. ADDITIONAL INFORMATION RFP available by email request to bids@frcog.org.

AWARDING AUTHORITY: AGENCY: Dedham, Town of 26 Bryant St. Dedham MA 02026

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 12/16/11 12:00 P.M.

CONTACT INFORMATION: William G. Keegan, Jr., Town Administrator TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 781-751-9100

FAX

781-751-9109

Email: wkeegan@dedham-ma.gov

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: The Town of Dedham is interested in purchasing property in the Town to use as a central location for multiple municipal services, and is seeking proposals for that purpose. The ideal property will be located in the Town so as to maximize public access and must contain, or be of suitable size for the construction of, a handicapped accessible building or buildings with at least 60,000 square feet of useable floor space and on-site parking or room to develop on-site parking for no less than 250 vehicles. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION Proposals must be submitted to the William G. Keegan, Jr., Town Administrator at the above agency address no later than the deadline and will be publicly opened and read that same day. The Board of Selectmen will be the awarding authority, subject to authorization and funding approval by the Towns Legislative Authority (Town Meeting). The successful proposer must be prepared to enter into a purchase and sale agreement within 60 days from the opening of the proposals. The agreement must contain all of the material terms and conditions set forth in the purchase and sale agreement attached to the RFP. All proposals will remain in effect for 180 days after the deadline for the submission of proposals. The Town reserves the right to reject any and all proposals, to waive any technicalities, to advertise for new proposals, and to make awards as may be deemed to be in the best interest of the Town.

60

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: Marlborough, City of 140 Main St. Marlborough, MA 01752

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 12/20/11

COA.2011-240

2:00 P.M.

CONTACT INFORMATION: Beverly J. Sleeper, Chief Procurement Officer TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 508-460-3707

FAX

508-460-3698

Email: bsleeper@marlborough-ma.gov

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Potential site to acquire by purchase or lease-purchase of real property for use as a new senior center in Marlborough. Proposals may include vacant land or existing building(s)which can accommodate approximately a 14,000 square foot center or allow for expansion. Property should be able to accommodate parking for approximately 70 spaces which includes handicapped parking as well as an outdoor patio area. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION There is no cost to obtain the RFP package.

AWARDING AUTHORITY: AGENCY: Somerville, City of Redevelopment Authority (SRA) 93 Highland Ave. Somerville, MA 02143 CONTACT INFORMATION: Anne M. Thomas TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 617-625-6600

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME:

FAX

617-625-0722

Email: athomas@somervillema.gov

SALE

LEASE

DESCRIPTION OF PROPERTY: 1,449 square foot parcel of vacant land at 258 Somerville Ave., Somerville, Middlesex County, MA, SRA has determined the property to be unique because of its location immediately adjacent to other parcels assembled by SRA for future development. ESTIMATED VALUE, SOURCE OF VALUATION: $26,000, based on an appraisal. ADDITIONAL INFORMATION Beneficial Interests: John J. Carpenter and Erika R. Carpenter as tenants by the entirety. Closing to occur between 12/19/11 and 12/31/11. Sole Source Acquisition under M.G.L. c. 30B 16.

61

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: Capital Asset Management and Maintenance, Division of (DCAM) on behalf of the Massachusetts College of Liberal Arts (MCLA) under the care and control of the Department of Higher Education (DHE) 1 Ashburton Place 15th Floor Boston, MA 02108 CONTACT INFORMATION: Warren A. Madden, Project Manager, OREM TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 617-727-8090, ext. 565

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 2/17/12 FAX 617-727-6074 5:00 P.M.

Email: warren.madden@state.ma.us

SALE

LEASE

DESCRIPTION OF PROPERTY: DCAM, on behalf of the MCLA under the care and control of the DHE, pursuant to M.G.L. c. 7 40H, is soliciting proposals to lease portions of the MCLA site, 375 Church St., North Adams, not to exceed 5,000+/- SF. The proposed lease term is ten years, with an option to extend for two additional five-year periods. Proposals are sought from individuals or entities that provide wireless telecommunications services (e.g. cellular and personal communication providers) and are licensed by the Federal Communications Commission (FCC) ("Wireless Telecommunications Service Provider(s)" or "Service Provider(s)"). All proposals will be subject to local zoning and bylaws, if applicable. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION All proposals for the first submission deadline must be received at the above agency address, as specified in the RFP, no later than 2/17/12 at 5:00 P.M. All proposals will be opened at the Office of Real Estate Management at the above agency address on the deadline. The Commonwealth reserves the right to reject any and all proposals it may receive.

AWARDING AUTHORITY: AGENCY: Conservation and Recreation, Department of (DCR) 251 Causeway St. Boston, MA 02114

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME:

S-000440

CONTACT INFORMATION: Dolores Boogdanian TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 617-626-1311

FAX

617-626-1301

Email: dolores.boogdanian@state.ma.us

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: A 26 acre parcel of unimproved land located off the north side of Batchelor St. in the Town of Granby. No advertising was done in connection with this acquisition due to the property's unique location and characteristics, the land being immediately adjacent Mt. Holyoke Range State Park and containing important wildlife habitat and other natural resources. Proposed purchase price is $22,950. ESTIMATED VALUE, SOURCE OF VALUATION: $23,000, internal estimate. ADDITIONAL INFORMATION Parties with a beneficial interest: Louis A. Santos and Sandra A. Santos.

62

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: Paulo Freire Social Justice Charter School c/o Office of the Trustees 20 Hampton Ave. Suite 160 Northampton, MA 01060 CONTACT INFORMATION: Bob Brick, Executive Director TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 413-575-0084

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 1/13/12 FAX 413-584-2088 3:00 P.M.

Email: bobbrick6@gmail.com

SALE

LEASE

DESCRIPTION OF PROPERTY: The Paulo Freire Social Justice Charter School is requesting proposals for the leasing of space for a proposed Charter high school. It is the intent of the Paulo Freire Social Justice Charter School (PFSJCS) to lease approximately the following square footage located in the City of Holyoke: Phase One, 30,000 square feet for administrative and classroom space to be ready for occupancy on 8/15/12; Phase Two, an additional 30,000 square feet for administrative and classroom space to be ready for occupancy on 7/15/13. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION Range per square foot, triple net value is $7.50 - $12.50, based on similar buildings in desired location. Additional public information is available on the Department of Education Website, including a full proposal for the school and projected budget.

AWARDING AUTHORITY: AGENCY: University of Massachusetts - Amherst Procurement Office Goodell Building 140 Hicks Way Room 407 Amherst, MA 01003 CONTACT INFORMATION: Peter Royer TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 413-545-0361

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 12/28/11 FAX 413-545-1643

AA12-PR-4412

2:00 P.M.

Email: proyer@admin.umass.edu

SALE

LEASE

DESCRIPTION OF PROPERTY: Request for Proposal to Lease Administrative office space for Isenberg School of Management development group. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION Plans will be available at the above agency address.

63

Page 1 of 1

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 NOVEMBER 13, 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.
_____________________________________________________________________________________________________________________________

Pursuant to the two attached Certification of Emergency and Waiver of Advertising Requirements, DCAM has issued an Invitation for Proposals for each of the followings:

201161000.1

Committee for Public Counsel Services Committee for Public Counsel Services Committee for Public Counsel Services Committee for Public Counsel Services Committee for Public Counsel Services Department of Transitional Assistance

Office

Approximately 6,100 Approximately 14,000

Lowell

201164000.1

Office

Boston, as further defined in Map Attachment

201168000.1

Office

Approximately 6,100

Fall River

201170000.1

Office

Approximately 4,500

Salem

201184000.1

Office

Approximately 5,800

New Bedford

201180000.1

Office

Approximately 8,000

Ashland, Boxborough, Dover, Framingham, Hudson, Marlborough, Maynard, Natick, Needham, Sherborn, Southborough, Stow, Sudbury, Wayland Wellesley, or Weston

For these projects, proposals will be accepted until Premises have been identified and a Lease has been executed.
For each of these projects the lease term is five years.

For this project, proposals will be accepted until Premises have been identified and a Lease has been executed.
For this project the lease term is 12 months with Tenants right to terminate the Lease at any time after the ninth month by giving Landlord 45-days prior written notice.

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

TIMOTHY P. MURRAY
LIEUTENANT GOVERNOR

CAROLE CORNELISON
COMMISSIONER

CONTRACTORS SUSPENDED OR DEBARRED BY THE DIVISION OF CAPITAL ASSET MANAGEMENT (Last Updated 10/5/11)
Please note that this list consists of individuals and firms suspended or debarred by the Division of Capital Asset Management pursuant to M.G.L. c.29, 29F and M.G.L. c.149, 44C and does not include individuals or firms suspended or debarred by the Massachusetts Department of Transportation or any other agency of the Commonwealth of Massachusetts with authority to suspend or debar under M.G.L. c.29, 29F or M.G.L. c.30, 39R. This list also does not include individuals or firms suspended or debarred by the Massachusetts Office of Attorney General pursuant to M.G.L. c.149, 27C and M.G.L. c.149, 148B and the Massachusetts Division of Industrial Accidents pursuant to M.G.L. c.152, 25C. In addition, the United States Government also maintains a list of contractors suspended or debarred by federal agencies net at http://epls.arnet.gov. Public awarding authorities are advised to check the Central Register and Commonwealth Vendor Debarment Lists for updated information regarding the suspension or debarment status of any individual or firm. Please be advised that applicable law prohibits firms suspended or debarred by either state entities or the federal government from submitting bids or proposals to any Massachusetts public agency or entity. The law also prohibits public agencies and entities from soliciting or considering bids or proposals from suspended or debarred individuals and firms and prohibits execution, renewal or extension of contracts with an individual or firm suspended or debarred by any of the above referenced state or federal governmental entities.

Debarred or Suspended Firm/Individual** Callahan, Inc.

Address 80 First Street Bridgewater, MA 02362

Status Suspended

Effective Dates October 22, 2010 through October 22, 2011

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: October 28, 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. 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. 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. 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. 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. 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. 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. 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. 1

2.

3.

4.

5.

6.

7.

8.

9.

10.

K-Fly Contractors, of 3 Woodgate Street, Nashua NH, 03063, and Thomas Katsiaficas, its owner, are debarred pursuant to M.G.L. c. 149, 27C, beginning February 1, 2011 through January 31, 2012. Steven P. Bissonnette, of 80 Brookdale Road, Salem, NH, 03079 has been debarred pursuant to M.G.L. c. 149, 27C, beginning March 28, 2011 through March 27, 2013. Eagle Home Improvement, of P.O. Box 688, Goffstown, NH, 03045, and Anthony DeNapoli, its owner, are debarred pursuant to M.G.L. c. 149, 27C , beginning January 5, 2011 through December 27, 2011. Wave Environmental, Inc., of 211 Chelmsford Street, Lowell, MA, 01851, Danny Div and Adam Gnek, its owners, have been debarred pursuant to M.G.L. c. 149, 27C , beginning June 10, 2011 through June 9, 2016. Tremont Coating and Caulking, of 1 Griffin Road, Peabody, MA, 01960, Maureen E. Albright, and Alan P. Rose, its owners, have been debarred pursuant to M.G.L. c. 149, 27C, beginning May 9, 2011 through May 8, 2012. Unlimited Removal & Demolition, Inc., of 51 Monroe Street, Lynn, MA 01901, and Esteban L. Acosta, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning May 11, 2011 through May 10, 2012. Mark Pech, of 106 Westford Street, Lowell, MA 01851, has been debarred pursuant to M.G.L. c. 149, 27C, beginning August 16, 2011 through August 15, 2016.

11.

12.

13.

14.

15.

16.

17.

Northeast Abatement Corporation, of 106 Westford Street, Lowell, MA 01851, Phaly Rim and Chanvesna Pech, owners, have been debarred pursuant to M.G.L. c. 149, 27C, beginning August 16, 2011 through February 15, 2012. All Washed Up Mobile Washing, Inc., of 42 Trescott Street, Taunton, MA 02780, and Jason E. Graca, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning July 28, 2011 through July 27, 2012. MB Concrete Contractors, Inc., of 140 Commonwealth Avenue, Unit 27, Attleboro Falls, MA 02763, and Brittan Huntington, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning August 3, 2011 through August 2, 2012. LHS Construction Corporation, of 1138 Route 28A, Cataumet, MA 02534 and Kent Haven, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning July 29, 2011 through July 28, 2012. Automatic Door Systems, Inc., of 36 Capital Drive, Wallingford, CT 06492 and Deborah Steneck, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning March 25, 2011 through March 24, 2012. 2

18.

19.

20.

21.

22.

J.P. Sons Roofing, Inc. of 18 Gerson Street, Lowell, MA 01852 and John Ponte, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning September 28, 2011 through September 27, 2012. Northeast Pipe Works, Inc., of 1705 Beryl Way, Watervliet, NY 12189, and Dennis Beckert, its owner, have been debarred pursuant to M.G.L. c. 149, 27C, beginning September 27, 2011 through September 26, 2012.

23.

~
:;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

COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO) Company: ACA Computer Integrator, Inc. Mr. Roosevelt Allen 25 Oliver St., Suite G Framingham, MA 01702 (508)740-4008 Fax: (508)405-4086 roosevelt@acacomputers.net http://acacomputers.net Supplier Diversity Office DBE November 3, 2011 Advansa International Mr. Darnley W. Howard 135 Pleasant Street, Suite 32 Arlington, MA 02476 (781)648-7629 Fax: (781)723-1053 advansa@yahoo.com http://www.advansa.biz Supplier Diversity Office MBE and DBE November 3, 2011 Cynthia A. Blondin Ms. Cynthia Blondin PO Box 1161 Douglas, MA 01516 (774)329-0701 cynthiablondin@yahoo.com Supplier Diversity Office DBE November 3, 2011 DatamanUSA, LLC Ms. Nidhi Saxena 6890 S. Tucson Way, Suite 100 Centennial, CO 80112 (720)248-3100 x3110 Fax: (208)493-6777 contact@datamanusa.com http://www.datamanusa.com Supplier Diversity Office M/WBE November 3, 2011

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date:

COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO)

Company:

Certified by: Classification: Effective Date: Company:

Freeman Companies, LLC d/b/a: Freeman Companies MA, LLC Mr. Rohan A. Freeman Bushnell on the Park, 100 Wells Street, Suite 2H Hartford, CT 06103 (860)251-9550 Fax: (860)986-7161 rfreeman@freemancos.com http://www.freemancos.com Supplier Diversity Office MBE and DBE November 3, 2011 Mainstream Global, Inc. Mr. Luis Yepez 60 Island Street, Suite 101W Lawrence, MA 01840 (978)682-6767 x11 Fax: (978)682-6765 luis@mainstream-global.com http://www.mainstream-global.com Supplier Diversity Office DBE November 3, 2011 NorBella, Inc. Ms. Stephanie Norris 46 Plympton Street Boston, MA 02118 (617)542-1040 kevin@norbella.com http://www.norbella.com Supplier Diversity Office WBE November 3, 2011 Tony & Son General Contractor Mr. Sergio Solares 70 Shurtleff Street Revere, MA 02151 (781)727-3147 Fax: (781)584-6661 tonynson@aol.com http://www.tonynsongc.com Supplier Diversity Office MBE November 3, 2011

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date: Company:

Certified by: Classification: Effective Date:

COMPANIES CERTIFIED BY THE Supplier Diversity Office (SDO) Company: Young Women's Christian Association of Boston, Inc. d/b/a: YWCA Boston Ms. Lesly Alvarado 140 Clarendon Street, Suite 403 Boston, MA 02116 (617)585-5400 Fax: (617)585-5499 lalvarado@ywcaboston.org http://www.ywcaboston.org Supplier Diversity Office WBE November 3, 2011

Certified by: Classification: Effective Date:

COMPANIES DECERTIFIED and/or REMOVED BY THE Supplier Diversity Office (SDO) Caspian Associates, Inc. 7 Vinnie Way Shrewsbury, MA 01545 Decertified By: Supplier Diversity Office Classification: WBE Effective Date: October 27, 2011 Company: Galway Research Group, Inc. 83 Warner Street Hudson, MA 01749 Decertified By: Supplier Diversity Office Classification: DBE Effective Date: October 27, 2011 Company: Madison Security Group, Inc. 144 Merrimack Street Lowell, MA 01852 Decertified By: Supplier Diversity Office Classification: WBE Effective Date: October 27, 2011 Megatel Communications, Inc. 531 2nd Street, Suite 4 Everett, MA 02149 Decertified By: Supplier Diversity Office Classification: MBE Effective Date: October 27, 2011 Company: One Native Nation, LLC P O Box 676 North Reading, MA 01864 Supplier Diversity Office MBE November 3, 2011 Company: Company:

Withdrew: Classification: Effective Date: Company:

Onsite Communications, Inc. 24 Grace Drive Nashua, NH 03062 Decertified By: Supplier Diversity Office Classification: WBE Effective Date: October 27, 2011

COMPANIES DECERTIFIED and/or REMOVED BY THE Supplier Diversity Office (SDO)

Company:

PSN Software International, LLC 155 Laconia Circle North Andover, MA 01845 Decertified By: Supplier Diversity Office Classification: MBE Effective Date: October 27, 2011 Company: Scott Balice Strategies, LLC 20 N. Wacker Drive, Suite 2200 Chicago, IL 60606 Supplier Diversity Office WBE October 27, 2011

Withdrew: Classification: Effective Date: Company:

Yankee Carpet & Interiors 374 Boston Street Topsfield, MA 01983 Decertified By: Supplier Diversity Office Classification: WBE Effective Date: October 27, 2011

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 #11-14 November 16, 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 #11-14. Applicants are requested to submit a separate Designer Selection Board Application Form (16 COPIES) for each project for which they wish to be considered. An electronic copy of the DSB Master File Brochure and the DSB Application Form (updated July 2011) are available from the Web site address www.mass.gov/dcam/dsb. Please be sure to use the latest forms. Application closing date for projects on DSB List #11-14 is 2:00 p.m., WEDNESDAY, December 7, 2011. The advertisements may be found on the web by going to the DSB web-site at 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 #11-14 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 APPLICATION FORM (Updated July 2011) (ENCLOSED HEREIN) FAILURE TO USE THE ABOVE FORM MAY 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 Worcester Telegram The Republican Berkshire Eagle New Bedford Standard Times Brockton Enterprise Patriot Ledger Lowell Sun North Adams Transcript Cape Cod Times Nashoba Publications Fitchburg Sentinel & Enterprise Designer Selection Board November 9, 2011 Classified Legal Advertisement One Herald Square, Legal Ads 20 Franklin Street, Legal Ads 1860 Main Street, Legal Ads (Email) P.O. Box 1171 25 Elm Street, Legal Ads 15 Pacella Park Drive, Legal Ads 15 Pacella Park Drive, Legal Ads 491 Dutton Street, Legal Ads (Email) 124 American Legion Drive P.O. Box 550, Legal Ads P.O. Box 362, Legal Ads 808 Main Street, Legal Ads Boston, 02106 Worcester, 01609 Springfield, 01101 Pittsfield, 01202-1171 New Bedford, 02742 Randolph, 02368 Randolph, 02368 Lowell, 01854 North Adams, 01247 Hyannis, MA 02601 Ayer, MA 01432 Fitchburg, MA 01420

FROM: DATE: SUBJECT:

On November 18, 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 FIXD #11802.

_______________________________________________________ Claire G. Hester Program Coordinator DESIGNER SELECTION BOARD PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

Engineers and architects are advised that DSB Project List #11-14, dated November 16, 2011 describing 03 Division of Capital Asset Management and Maintenance projects is now available at www.mass.gov/dcam/dsb PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

APPLICANTS PLEASE NOTE:


The following requirements were implemented on the following dates and continue to be requirements. October 2011 Form Request Update: An electronic copy of the completed Application Form and Master File Brochure Form in CD format, are no longer requested. July 2011 APPLICATION UPDATE: Section #12 has been changed to read as follows: Have monies been paid by you, or on your behalf, as a result of Professional Liability Claims (in any jurisdiction) occurring within the last 5 years and in excess of $50,000 per incident? Answer YES or NO. If YES, please include the name(s) of the Project(s) and Client(s), and an explanation (attach separate sheet if necessary). Please use Updated July 2011 DSB Application Form. 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 as specified on the new DSB Master File Brochure (Updated February 2011), (attached herein). 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: 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.

1 -

ELIGIBILITY REQUIREMENTS FOR ALL APPLICANTS TO THE DSB 1. Submission of the DSB Master File Brochure (Updated February 2011) 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 Contract for Study Services (Revised 11/10) and Commonwealth of Massachusetts 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.
-

2 -

[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 Commonwealth of Massachusetts Contract for Study Services (Revised 11/10) and Commonwealth of Massachusetts Contract for Final Design and Construction Administration Services (Revised 2/10) 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 sub-consultants 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)

3 -

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 sub-consultant (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.

4 -

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, One Ashburton Place, 13th Floor, Boston, MA 02108 (617) 5028831 and at www.mass.gov/sdo

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.
-

5 -

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.

6 -

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

7 -

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


-

8 -

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.

9 -

GENERAL INSTRUCTIONS FOR FILING APPLICATIONS


1. As of 07/11, 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 July 2011) (included herein). All specific project applications must be submitted on the DSB (Updated July 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 July 2011) are available for download from the Web site address: 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/anf/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) (2) SDO Certified woman business enterprise (WBE) Parent Company Branch or Subsidiary Office (3) SDO Certified minority woman business enterprise (M/WBE) 5a. Former Company Name(s), if any, and Year(s) Established:

Name of Sole Proprietor or Names of All Firm Partners and Officers Title MA.Reg. # a. Name b. c. 7.

6.

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: Title MA.Reg. # Status/Discipline Name Name a. d. b. e. c. f. 8. a. b. c. 9. Names of All Owners (Stocks or Other Ownership): Name Title Ownership MA Reg. # Status/Discipline d. e. f. Name

Title

MA.Reg. #

Status/Discipline

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
001 002 003 004 005 006 007 008 009 010 011 012 013 014 015 016 017 018 019 020 021 022

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

Experience Profile Code Numbers for use with questions 11, 12 and 13
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; 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

023 Cost Estimating 024 Dams (Concrete; Arch) 025 Dams (Earth; Rock); Dikes; Levees Electrolysis 026 Desalination (Process & Facilities) 027 Dining Halls; Clubs; Restaurants 028 Ecological & Archeological Investigations 029 Educational Facilities; Classrooms 029A Educational Facilities; Higher Ed 029B Educational Facilities; Secondary Ed 029C Educational Facilities; Elementary Ed 029D Educational Facilities; Child Day Care 030 Electronics 031 Elevators; Escalators; People Movers 032 Energy Conservation; New Energy Sources 032A Sustainable Design 033 Environmental Impact Studies, Assessments or Statements 034 Fallout Shelters; Blast-Resistant Design 035 Field Houses; Gyms; Stadiums 036 Fire Protection

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

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 July 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 July 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 July 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 July 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 July 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 July 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.

# of Total Projects:
Phases Role P, C, JV St., Sch., D.D., * C.D.,A.C. *

# 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 July 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.

Have monies been paid by you, or on your behalf, as a result of Professional Liability Claims (in any jurisdiction) occurring within the last 5 years and in excess of $50,000 per incident? Answer YES or NO. If YES, please include the name(s) of the Project(s) and Client(s), and an explanation (attach separate sheet if necessary).

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 July 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 July 2011

DSB Sub-Consultant Form

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA DSB LIST # 11-14 ITEM # 1 DSB PUBLIC NOTICE DATE: December 7, 2011 November 16, 2011 at 2:00 PM

LAST DATE FOR FILING APPLICATION IS:

The Board requests applications to be submitted by any of the following firms: ( ( ) ) Architect Architect/Engineer (A/E) DCP1213 HD1 Design Services for Energy Projects Multiple State and County Facilities, Statewide Division of Capital Asset Management (DCAM) Various (To be Determined) $2,000,000 per Contract To be determined by study. ( ( X ) ) Mechanical Engineer Other:

PROJECT NUMBER: PROJECT TITLE: PROJECT LOCATION: AWARDING AGENCY: APPROPRIATION SOURCE: AVAILABLE AMOUNT: ESTIMATED CONSTRUCTION COST:

TOTAL FEE, excluding reimbursables, based on scopes of work and services authorized, shall not exceed: ( X ) Lump sum established set fee per M.G.L. C.7, 38G(a) $2,000,000 Dollars

IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( X ) SCHEMATIC PLANS AND OUTLINE SPECIFICATIONS ( X ) 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 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). N.B.1: This contract will be a House Doctor contract. Multiple projects of the type described in the General Scope of Work may be assigned, and fee increments approved, up to the total value of the contract.

House Doctor Form Revised 7-19-11

DSB LIST # N.B.2: N.B.3:

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

The Awarding Agency may award up to six contracts, each with a total value of $2,000,000 to qualified designers under this contract. Travel time and mileage to and from designated locations are not reimbursable to the prime consultant or listed subconsultants.

APPROPRIATION LANGUAGE: N/A GENERAL SCOPE OF WORK: Develop performance specifications and schematic designs of energy and water conservation measures to be procured using a Request for Proposal (RFP) process under Massachusetts General Law Chapter 25 A Section 11c. This law dictates the process used to procure energy and water conservation projects paid for with utility savings. The house doctors selected through this contract will provide technical assistance through the procurement, design, construction, commissioning, measurement and verification phases of Chapter 25A performance contracts. The work may include, but is not limited to: 1. 2. 3. 4. 5. 6. 7. Investigation of energy and water saving and renewable energy generation opportunities. Documentation of existing conditions. Recommendation of detailed energy and water efficient upgrades and repairs. Proposal of energy efficient methods of repair for the resolution of deferred maintenance problems. Estimation of cost for such upgrades and repairs. Documentation of recommendations in a summary audit report. Developing the preferred solution through schematic design.

Issues to be considered in the analysis will include energy costs, sustainability principles, expected remaining useful life of building systems and life cycle costs. Particular attention should be paid to the constructability, reliability and durability of systems and materials. The house doctor may also be called on to produce certified studies that can be used to procure energy and water saving upgrades under the Chapter 149 design-bid-build process. Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this contract. 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. Standard Energy Services Agreement (ESA) for Equipment, Design and Installation for projects procured under M.G.L. Chapter 25A Sec. 11c- http://www.mass.gov/anf/docs/dcam/energy/model-equip-only-esa-rev092010.pdf

GENERAL CONDITIONS FOR THIS CONTRACT: Contract The applicant agrees to execute 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/anf/docs/dcam/dlforms/forms/dcam-standard-design-contract.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.
1

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#11-14 Item #1, Page 2 of 4

DSB LIST #

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

DCAM Procedures The designer will follow the procedures established in DCAMs Designer Procedures Manual dated August 2008 (http://www.mass.gov/anf/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): Executive Order 484 Projects undertaken under this contract shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/governor/legislationeexecorder/executiveorder/executive-order-no-484.html. All energy efficiency 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 energy efficiency project study shall be approved for final design and construction unless it meets the requirements for the use of Clean Energy Improvement Program (CEIP) bond funds, or other financing vehicles as determined by DCAM. 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. Construction Specifications The designer shall utilize the DCAM Standard Specification. 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/anf/docs/dcam/dlforms/cem-feb06.pdf, and Uniformat II can be found at http://fire.nist.gov/bfrlpubs/build99/PDF/b99080.pdf. CONDITIONS FOR APPLICATION: The applicants current or updated Master File Brochure must be on file with the Board prior to the date of application. 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 Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). The Agency 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 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/Engineer (A/E) or Mechanical Engineer (M/P/FP) (Prime) Architect Mechanical Engineer (M/P/FP) Electrical Engineer Structural Engineer 6. 7. 8. 9. 10. Certified Energy Manager Lighting Consultant LEED Accredited Professional Cost Estimator 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.
DSB List#11-14 Item #1, Page 3 of 4

DSB LIST #

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 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 Application Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas: 1. 2. 3. 4. 5. Institutional building and multi-building campus energy auditing. Boiler plant design including biomass. Energy management system design. HVAC system design. Water conservation design. 7. 8. 9. 10. 11. Combined heat and power system design. Building retro-commissioning and commissioning. Building energy modeling. LEED for Existing Building: Operations & Maintenance Certification Process Studies and schematic designs for renewable energy systems including wind, solar PV, solar thermal, and ground source heat pumps.

6.

High efficiency lighting system design.

APPLICANTS PLEASE NOTE A copy of the most current Application Form and General Instructions - DSB Application Form (Updated July 2011) are included with this Public Notice and available for download at www.mass.gov\dcam\dsb Applications that are incomplete will be rejected. Applications that are submitted on a form other than DSB Application Form (Updated July 2011) may 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#11-14 Item #1, Page 4 of 4

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA DSB LIST # 11-14 ITEM # 2 DSB PUBLIC NOTICE DATE: December 7, 2011 November 16, 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) BSB1204 ST1 Hurley Building Fire Protection System, Energy Conservation and Building System Improvements Charles F. Hurley Building, 19 Staniford St., Boston Division of Capital Asset Management (DCAM) Ch. 304 of 2008; 1102-2008 TBD $14,000,000 ( ( ) ) 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. ( ( 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. $175,000 8 dollars percent

IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( X ) OTHER: DETAILED PROJECT SCHEDULING INCLUDING RELOCATION OPTIONS AND CONSTRUCTION TASKS 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:

NOTE: A voluntary pre- application site visit will be conducted on Monday, November 21 at 2PM. Applicants should meet in the lobby at the 19 Staniford St. entrance to the facility. For questions contact: charlie.deknatel@state.ma.us; jack.mcdermott@state.ma.us 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
Study & Design Form Revised 07-19-11

DSB LIST #

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

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 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: Ch. 304 of 2008; 1102-2008: .for the preparation of plans and specifications, repairs, construction, renovations, improvements, asset management and demolition, disposition and remediation of state-owned and former county facilities and grounds and for costs associated with repair and maintenance of buildings and building systems and equipment at various facilities of the commonwealth. GENERAL SCOPE OF WORK: Summary Scope of Work: To build on separate studies (see reference below) and plan the development of a new fire protection (sprinkler) system related energy conservation and other building system improvements and applicable space planning for short and long term needs in the Hurley Building. This study is to develop an efficient and consolidated scope of work and implementation schedule for this large occupied historic building and improve the construction schedule by developing options for expanded temporary relocation space for occupants or other means involving the technical scope of work. Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this contract. Project Background: The Charles F. Hurley Building, designed by Paul Rudolph, opened in 1970. It and the connected Lindemann Center (also design by Paul Rudolph) were part of the 1960s Government Center urban renewal project. They share a superblock with the Edward Brooke Courthouse built in the 1990s. The Hurley Building is on the Mass. Historic Commissions Historic Resources Inventory. The approximately 350,000 GSF 6 story heavy weight concrete structures is occupied by four Commonwealth agencies and currently serves 885 occupants of which 787 work for the Division of Workforce Development in office environments on floors 1-5. Other occupants are the Group Insurance Commission, the Commission on the Status of Women and a small unit of the Department of Revenue. The facility is managed by the Bureau of State Office Buildings. During the course of a fire alarm upgrade, the local authorities having jurisdiction (State Fire Marshall and Boston Fire Department) determined that under Mass. General Law Ch. 148; Section 26A an automatic fire protection system was required as the building is over 70 feet in height. A study was conducted in 2010-2011 to address the need for fire protection (see reference below). The proposed scope of work included: a new sprinkler system (wet pipe system except where deluge system in garage is being replaced by dry pipe system); fire alarm upgraded in coordination with sprinkler coverage; ceilings lowered (and replaced) to accommodate sprinkler piping, new lighting, HVAC diffusers and a new diesel fire pump. The implementation plan for this scope of work required a large number of temporary relocations of occupants within the building due to limited available swing space. This would require a long construction period and related high costs and high risk factors due to the complexity of multiple moves and related work. Recently a related study of energy conservation improvements has been conducted (see reference below) with some overlapping scope items including lighting upgrades. Specific Scope of Work: 1. Review and evaluation of referenced study documents for the sprinkler system and energy conservation improvements with respect to technical scopes of work, cost, scheduling and implementation issues. 2. Inspection and documentation of all applicable existing conditions in the Hurley Building and its site. 3. Assessment of current use of space and the particular requirements by the agencies occupying the building against appropriate benchmarks and standards. Identification of opportunities for re-planning space use and consolidation of operations.
DSB List#11-14 Item #2, Page 2 of 6

DSB LIST # 4.

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

5.

6.

Development of relocation space options to allow fewer moves of occupants and an improved project schedule. These options should include: opportunities within the Hurley Building, temporary facilities on the adjacent site of the Hurley Building; and off-site facilities in private or public buildings. Development of a scope of work that coordinates fire protection and related improvements with energy conservation improvements in the most efficient manner possible. The recommended scope should be based on review of options for achieving project objectives including scope, cost and schedule options. Completion of final certifiable study documents which can serve as a basis of design and which meet all DCAM requirements and user agency needs.

The above-noted tasks will be further developed by the selected firm in a detailed workplan and subsequent steps per the Designers Procedures Manual referenced blow. 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. BSB0901 HS2, New Sprinkler System Feasibility Study, Hurley Building, Boston, MA, Jacobs Engineering Group, Inc., June 8, 2011- http://www.mass.gov/anf/docs/dcam/dsblist/dsb111402hurleystudy.pdf DCP1021 ES1, Energy Upgrades- McCormick, Hurley, Lindemann and State House Buildings (proposed scope of work), KlingStubbins, July 22,2011- http://www.mass.gov/anf/docs/dcam/dsblist/dsb111402es1report.pdf

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/anf/docs/dcam/dlforms/forms/dcam-standard-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/anf/docs/dcam/dlforms/forms/dcam-standard-design-contract.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/anf/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.

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#11-14 Item #2, Page 3 of 6

DSB LIST #

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

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 Executive Order 484 (EO 484): see http://www.mass.gov/governor/legislationeexecorder/executiveorder/executive-order-no-484.html. 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. 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/anf/docs/dcam/dlforms/cem-feb06.pdf, and Uniformat II can be found at http://fire.nist.gov/bfrlpubs/build99/PDF/b99080.pdf. Building Information Modeling Building Information Modeling (BIM) will 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.
DSB List#11-14 Item #2, Page 4 of 6

DSB LIST #

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

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 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 or Architect/Engineer (A/E) (Prime) Mechanical Engineer (M/P/FP) Electrical Engineer (low voltage, fire alarm) Specifications Consultant (independent consultant required) 5. 6. 7. 8. Cost Estimator (independent consultant required) MA Building Code Consultant (independent consultant required) Information Technology Planner Space Planner/Interior Designer

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 Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas: 1. Planning, Design and Construction of Fire Alarm and Protection Systems and related improvements in occupied buildings. Planning, Design and Construction of Energy Conservation Measures in coordination with building owners and energy service providers in occupied buildings. Space planning, interior design and renovation in office environment. 4. Complex project management including construction task scheduling in occupied buildings. Planning, development and implementation of tenant relocations required to facilitate construction in occupied buildings.

2.

5.

3.

DSB List#11-14 Item #2, Page 5 of 6

DSB LIST #

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

APPLICANTS PLEASE NOTE A copy of the most current Application Form and General Instructions - DSB Application Form (Updated July 2011) are included with this Public Notice and available for download at www.mass.gov\dcam\dsb Applications that are incomplete will be rejected. Applications that are submitted on a form other than DSB Application Form (Updated July 2011) may 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#11-14 Item #2, Page 6 of 6

COMMONWEALTH OF MASSACHUSETTS DESIGNER SELECTION BOARD PROJECT CRITERIA DSB LIST # 11-14 ITEM # 3 DSB PUBLIC NOTICE DATE: December 7, 2011 November 16, 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) CME1250 FM1 Study and Design for Various Building Repairs and Renovations Boston -720 Albany St. Office of The Chief Medical Examiner Various ( to be determined) $250,000 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, based on scopes of work and services authorized, shall not exceed: ( X ) Lump sum established set fee per M.G.L. C.7, 38G(a) $250,000 Dollars

IMMEDIATE SERVICES AUTHORIZED: ( X ) CERTIFIABLE BUILDING STUDY ( 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, 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 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). N.B.1: This contract will be a house doctor contract. Multiple projects of the type described in the General Scope of Work may be assigned, and fee increments approved, up to the total value of the contract.

House Doctor Form Revised 7-19-11

DSB LIST # N.B.2:

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

The Awarding Agency may award up to 3 contracts, each with a total value of $250,000 to qualified designers under this contract.

APPROPRIATION LANGUAGE: N/A GENERAL SCOPE OF WORK: The house doctor may also be required to study structural & MEP renovation needs for the building. The age of the facility is 18 years old, Type 1 Construction ( pre-engineered modular steel frame structure) with 28,100 gsf. The scope of work may include but is not limited to: 1. 2. 3. 4. 5. 6. Investigating the nature and severity of the problem. Documenting existing conditions. Recommending detailed repairs and magnitude of cost for such repairs. Proposing alternate methods of repairs for resolution of the problem, including energy efficient alternatives. Developing the preferred solution to schematic design and/ or design development. Preparing construction specifications and documents, cost estimates, and providing construction administration for the solution.

Medical Examiner Building

The immediate project is to perform roof study to repair and or replace existing leaky roof as well as document existing conditions of roof and recommend detailed repairs and costs for such a repair/replacement at 720 Albany St., Boston. Consideration in the analysis should include energy costs, sustainability principles, expected remaining useful life of building, systems and life cycle costs. Particular attention should be paid to the constructability, reliability and durability of maintenance systems and materials.

DSB List#11-14Item #3, Page 2 of 5

DSB LIST #

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

If the selected designer is appointed for final design, the General Scope of Work will be defined by the certifiable building study and the current version of the DCAM Designer Procedures Manual. Asbestos inspection, design and monitoring, and indoor air quality testing and monitoring will be extra services under this contract. ADDITIONAL SUPPORTING DOCUMENTS: Replacement of the facility Chiller and Emergency Generator 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. Study for Replacement of the Chiller and Emergency Generator House Doctor contract: DCP0809-HD3Mass.

http://www.mass.gov/anf/docs/dcam/dsblist/dsb111403cmechillergenstudy.pdf
State Project CME0901, Contract FS1, Electrical Engineer : RP Jarvis Engineering, Mechanical Engineer: C.A. Crowely Engineering Inc. Dated 9/14/2009

http://www.mass.gov/anf/docs/dcam/dsblist/dsb111403cmeretrocomreport.pdf http://www.mass.gov/anf/docs/dcam/dsblist/dsb111403cmestudy92.pdf
GENERAL CONDITIONS FOR THIS CONTRACT: Contract This contract is limited to projects with an estimated construction cost of less than $2,000,000 as per M.G.L. C. 7 40B, as amended by C. 159 15 of the Acts of 2000, C. 245 22 of the Acts of 2002 and C. 120 8 of the Acts of 2009. The designer must prepare studies for all projects under this contract, and all studies must be certified by the DCAM Director of Programming before final design can proceed. The applicant agrees to execute 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/anf/docs/dcam/dlforms/forms/dcam-standard-design-contract.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/anf/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). Executive Order 484 Projects undertaken under this contract shall comply with all applicable requirements of Executive Order 484 (EO 484): see http://www.mass.gov/governor/legislationeexecorder/executiveorder/executive-order-no-484.html. 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.

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#11-14Item #3, Page 3 of 5

DSB LIST #

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

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. Office of The Chief Medical Examiner 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 utilize the DCAM Standard Specification. 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/anf/docs/dcam/dlforms/cem-feb06.pdf, and Uniformat II can be found at http://fire.nist.gov/bfrlpubs/build99/PDF/b99080.pdf. CONDITIONS FOR APPLICATION: The applicants current or updated Master File Brochure must be on file with the Board prior to the date of application. 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 Design Contract (i.e., minimum coverage of $250,000 up to $5,000,000 depending on the construction cost). The Agency 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 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 or Architect/Engineer (A/E) (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 Form Sections 8, 9 AND 10 which illustrate current qualifications in the following areas: 1. Study and Design of exterior roofing, architectural, structural & MEP renovations for buildings of similar use, size and type. Design experience and implementation with all required standards and codes as related to scope of work. 3. Design, oversee and implement phased renovations to meet the immediate and future needs of an occupied 24/7 Medical Examiners office.

2.

DSB List#11-14Item #3, Page 4 of 5

DSB LIST #

11-14

ITEM #

DSB PUBLIC NOTICE DATE:

November 16, 2011

APPLICANTS PLEASE NOTE A copy of the most current Application Form and General Instructions - DSB Application Form (Updated July 2011) are included with this Public Notice and available for download at www.mass.gov\dcam\dsb Applications that are incomplete will be rejected. Applications that are submitted on a form other than DSB Application Form (Updated July 2011) may 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#11-14Item #3, Page 5 of 5

You might also like