You are on page 1of 136

Volume 31, Issue 32, August 10, 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 32, August 10, 2011

DESIGNER SERVICES
Request for Proposals 1

GENERAL CONTRACTS
Invitation to Bid 5 53 71

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

79 85 88

LIST OF DEBARRED CONTRACTORS


DCAM Attorney General 89 90 92

DEPARTMENT OF INDUSTRIAL ACCIDENTS DEBARMENT LIST LIST OF DECERTIFIED CONTRACTORS


DCAM

93 97 100

SUPPLIER DIVERSITY OFFICE (Formerly SOMBWA) DESIGNER SELECTION BOARD

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

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

CENTRAL REGISTER SUBSCRIPTION INFORMATION

The Central Register is available in electronic form only.


The total subscription price is $100 per year.

You may subscribe to this publication on the following website:

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

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

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

CR-1

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

CENTRAL REGISTER - DESIGNER SERVICES

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: PHONE: 978-623-8216 FAX: 978-623-8240 EMAIL: eshola@andoverma.gov

RFP001/08-11/301 Negotiated NTE $75,000.00 $1,100,000

Andover, Town of Purchasing Department 36 Bartlet St. Andover, MA 01810


CONTACT INFORMATION: Elaine M. Shola, Purchasing Agent CONTRACT INFORMATION: PROJECT: SCOPE:

The Town of Andover is seeking Professional Engineering Services for Reconstruction of High Plain Rd. at Fish Brook, Andover. Reconstruct approximately 600 feet of High Plain Road to widen, straighten and re-grade the road at Fish Brook. This will include all other necessary work to make the roadway safe for vehicles and pedestrians. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 8/25/11 @ 11:00 A.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 8/10/11 after 9:00 A.M. at the above agency address. Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: PHONE: 617-349-4310 FAX: 617-349-4008 EMAIL: nmcleod@cambridgema.gov

5556 Negotiated

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


CONTACT INFORMATION: Cynthia H. Griffin CONTRACT INFORMATION: PROJECT: SCOPE: Request for Design Services for Martin Luther King Jr. School.

The City of Cambridge invites applications from appropriately qualified and experienced architects to prepare a feasibility study and then design a building for the Martin Luther King, Jr. School. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 9/8/11 @ 11:00 A.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

8/10/11 at www.cambridgema.gov, following the links to Online Services, Purchasing, Current Bid List, Designer RFP's.

8/23/11 at 1:00 P.M. at the Martin Luther King Jr. School, 100 Putnam Ave., Cambridge.

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: PHONE: 781-934-1100 FAX: 781-934-1137 EMAIL: broadrick@town.duxbury.ma.us

2011-005 Negotiated

Duxbury, Town of Inspectional Services Department 878 Tremont St. Duxbury, MA 02331
CONTACT INFORMATION: Tom Broadrick, Town Planner CONTRACT INFORMATION: PROJECT:

SCOPE:

The Town of Duxbury is issuing this Request for Qualifications to solicit statements of qualifications under M.G.L. c. 25A, 111 from solar energy developers to install and operate solar photovoltaic energy systems ("Solar Energy System" or "System") at capped municipal landfill site off of Mayflower St., furnish the Issuer with solar-generated electricity produced by the System(s) and assist the Town in evaluating additional sites for solar energy systems. Design, finance, operate and maintain the solar photovoltaic energy systems and obtain all necessary permits and approvals (e.g. building permits). DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 9/15/11 @ 12:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Solar Energy Developer

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

Above agency address or by email request to woods@town.duxbury.ma.us.

8/23/11 at 10:00 A.M.

ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: September 2011 - December 2013 PHONE: 978-897-8251 FAX: 978-897-4610 EMAIL: dicicco@maynard.k12.ma.us Negotiated $36,000,000

Maynard, Town of School Building Committee 12 Bancroft St. Maynard, MA 01754


CONTACT INFORMATION: Mr. Peter DiCicco CONTRACT INFORMATION: PROJECT:

SCOPE:

The New Maynard High School Project, Tiger Drive, Maynard: Construction Inspection/Materials Testing Services. The Town of Maynard invites proposals from qualified construction materials testing and laboratory firms for the construction of the New Maynard High School in Maynard. The Consultant will provide laboratory and field services to perform construction materials testing and inspection in support of the construction of the New Maynard High School Project. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 8/24/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor

Construction Materials Testing/Laboratory Firms 8/10/11 by email request to Mr. Peter DiCicco at dicicco@maynard.k12.ma.us or by calling 978-897-8251.

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

ADDITIONAL INFORMATION The Town of Maynard specifically reserves the right to reject any or all qualification statements, or to award or not to award the contract for any reason the Awarding Authority determines to be in the Towns best interest.

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: Summer 2014 Negotiated

West Tisbury, Town of P.O. Box 278 West Tisbury, MA 02575

CONTACT INFORMATION: Jennifer Rand CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 508-696-0102

FAX: 508-696-0103 EMAIL: townadmin@westtisbury-ma.gov

West Tisbury Police Station Construction. Construction of an approximately 5,000 square foot police station attached to an existing fire station. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 8/31/11 @ 12:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify 8/10/11 Landscape Architect Land Surveyor

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY:

PROJECT NUMBER: Designer's Fee: Estimated Construction Cost: Time Period for Completed Project: Summer 2014 Negotiated $12 Million - $15 Million

Greater New Bedford Regional School District 1121 Ashley Boulevard New Bedford, MA 02740

CONTACT INFORMATION: Jim Byrne, Owner's Project Manager CONTRACT INFORMATION: PROJECT: SCOPE:

PHONE: 508-786-0600

FAX: 508-786-0608 EMAIL: cms@cms-ma.com

Greater New Bedford Vocational Technical High School. Addition and Renovation the Greater New Bedford Vocational Technical High School. DEADLINE FOR APPLICATION FORM: Planner Space Planner Programmer Project Manager 8/24/11 @ 2:00 P.M.

SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor See RFS 8/10/11

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION:

8/15/11 at 10:00 A.M. at the above agency address.

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

7017A

Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129
CONTACT INFORMATION: Maureen McAvoy CONTRACT INFORMATION: PROJECT: SCOPE: SPECIFIC DESIGNER SERVICES Architect Engineer Other Specify Landscape Architect Land Surveyor Planner Space Planner Programmer PHONE: 617-242-6000

RFQ/P Hatchery Pipeline and Hydroelectric Design, Construction Administration and Resident Inspection Services.

DEADLINE FOR APPLICATION FORM: 9/9/11 @ 11:00 A.M. Project Manager

PROJECT PROGRAM AVAILABILITY: BRIEFING SESSION: ADDITIONAL INFORMATION

8/10/11 on the Comm-PASS Website at www.comm-pass.com.

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

Adams, Town of Department of Public Works 8 Park St. Adams, MA 01220


PROJECT: Resurfacing of Streets and Related Work. CONTACT INFORMATION Thomas Satko
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

#12-001 $200,000.00 Department of Highway

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

PHONE: 413-743-8325

FAX: 413-743-8316 EMAIL: tsatko@town.adams.ma.us

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

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Andover, Town of Central Purchasing Office 36 Bartlet St. Andover, MA 01810


PROJECT: Miscellaneous Road Materials and Aggregates (Annual Requirements). CONTACT INFORMATION Elaine M. Shola, Purchasing Agent PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11 after 9:00 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Bid No. 005/07-11/301 $90,000.00

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

PHONE: 978-623-8216

FAX: 978-623-8240 EMAIL: eshola@andoverma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 3:00 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

Arlington, Town of Department of Public Works 51 Grove St. Arlington, MA 02476


PROJECT: Sewer and Drain Improvements, Robbins Rd. and Gray St., Arlington. CONTACT INFORMATION Robert H. Letourneau, P.E. PHONE: 781-221-1220

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

11-30 $201,000

FAX: 781-221-1086 EMAIL: rletourneau@fstinc.com

PLANS/SPECIFICATIONS AVAILABLE Fay, Spofford & Thorndike, LLC, 5 Burlington Woods, Burlington, MA 01803, 8/10/11, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable deposit for bid documents is $40.00, non-refundable mailing fee is $20.00. Bids are due at Town Manager's Office/Purchasing Department, Town Hall Annex, 730 Massachusetts Ave. 1st Floor, Arlington, MA 02476.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Arlington, Town of Town Manager's Office/Purchasing Department 730 Massachusetts Ave. Arlington, MA 02476

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

11-22 $165,000.00

PROJECT: Construction of Wheelchair Ramps and Sidewalks at various locations as per specifications and requirements. CONTACT INFORMATION Domenic R. Lanzillotti PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11.
(place, date and time)

PHONE: 781-316-3003

FAX: 781-316-3019 EMAIL: dlanzillotti@town.arlington.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 11:00 A.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

Arlington, Town of 51 Grove St. Arlington, MA 02476

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$193,000

PROJECT: Maynard Street Sanitary Sewer Extension. The proposed work includes a sewer extension to an existing sewer pumping station. The sewer extension includes 440 feet of eight-inch PVC sewer, five sewer manholes, 440 feet of six-inch sewer lateral and ancillary work including site restoration, curbing and earthwork items. CONTACT INFORMATION Robert Descheneau PHONE: 781-221-1248 FAX: 781-229-1115 EMAIL: bdescheneau@fstinc.com

PLANS/SPECIFICATIONS AVAILABLE Fay, Spofford & Thorndike, 5 Burlington Woods, Burlington, MA 01803, 8/10/11. Office Hours: Monday Friday, 9:00 A.M. 3:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Attleboro, City of Department of Planning and Development Government Center 77 Park St. Attleboro, MA 02703
PROJECT: Installation of High Efficiency Boiler and Ancillary Systems. CONTACT INFORMATION Stephanie Davies
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PHONE: 508-223-2222 ext. 3144

FAX: 508-222-3046 EMAIL: seniorplanner@cityofattleboro.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request, Monday - Friday, 8:30 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/26/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory walk-through: 8/17/11 at 10:00 A.M. at Twin Village Station, 796 South Main St., Attleboro.

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 Department of Public Works 382 Falmouth Rd. Hyannis, MA 02601
PROJECT: Millway Boat Ramp Reconstruction Project. CONTACT INFORMATION Denise Geoffrion PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11 at 12:00 P.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

08-000-12-002 $70,000

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

PHONE: 508-790-6400 ext. 4935

FAX: 508-790-6400 EMAIL: denise.geoffrion@town.barnstable.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 2:00 P.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 NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

03-000-12-001 $500,000

PROJECT: Hyannis Water Pollution Control Underground Tank Replacements and Appurtenances Project. CONTACT INFORMATION Denise Geoffrion PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11 at 12:00 P.M.
(place, date and time)

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

PHONE: 508-790-6400 ext. 4935

FAX: 508-790-6400 EMAIL: denise.geoffrion@town.barnstable.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

9/8/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 8/25/11 at 2:00 P.M. 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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

KK-102 $75,000

PROJECT: Replacement well to be within 100 feet of the original well. Existing well vault for Well 2 will be decommissioned but existing pump and motor will remain property of the Town. New well will be equipped with a pitless well adapter and a submersible pump and motor. The well will be connected to an existing adjacent water main. A new power feed and motor starters will be required for the Well No. 2 replacement. CONTACT INFORMATION Karen Kennedy PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/11/11 at 10:00 A.M.
(place, date and time)

PHONE: 781-275-7605 ext. 102

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

9/1/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Billerica, Town of Public Schools 365 Boston Rd. Billerica, MA 01821


PROJECT: Rooftop A/C Replacement at the Hajjar Elementary School. CONTACT INFORMATION Lee Hemenway
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

S117111-D $70,000

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

PHONE: 617-241-2807

FAX: 617-241-2857 EMAIL: hdelorey@kbaarchitects.com

PLANS/SPECIFICATIONS AVAILABLE Knight, Bagge & Anderson, Inc., 6 Thirteenth St., Charlestown, MA 02129, 8/10/11 after 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 9:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 8/17/11 at 9:00 A.M. at the Hajjar Elementary School, 59 Rogers St., North Billerica. Plans and specs may be mailed upon receipt of a non-refundable mailing fee of $25.00, payable to K.B.A. Architects.

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

6959-A $250,000.00 DCAM Certificate

PROJECT: Boston Fire Department Fire Alarm Headquarters Main Entry Repairs. The scope of work includes: Removal, reinstallation and restoration of cast stone components that comprise the north entry of the building; demolition of existing center wall and platform slabs down to existing foundation; removal and reinstallation of handrail and steel bar grating; removal of existing steel lintels above windows and doors; chipping, cutting and patching of concrete in various locations; and pouring and forming a new concrete center wall and pillars. CONTACT INFORMATION Bid Counter PHONE: 617-635-4809 EMAIL: FAX: 617-635-0555

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

PLANS/SPECIFICATIONS AVAILABLE Bid Counter at the above agency address, 8/8/11. Office Hours: Monday - Friday, 9:00 A.M. - 12:00 P.M. and 1:00 P.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION DCAM Certification Category: Masonry.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boston, City of Housing Authority 52 Chauncy St. Boston, MA 02111

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

BHA 0697-01 $24,500

PROJECT: The Boston Housing Authority (BHA) is seeking the services and bids of qualified contractors to replace three Burnham V9 Series Boilers at the Mary Ellen McCormack Development in South Boston. BHA will supply the boilers it has received as warranty replacements. CONTACT INFORMATION BHA Procurement Department PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/4/11.
(place, date and time)

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

PHONE: 617-988-4041

FAX: 617-988-4240 EMAIL: bids@bostonhousing.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Visit: 8/17/11 at 10:00 A.M. at the Management Office, 10 Kemp St., Boston. There is no charge for the specifications and bidding documents, which may be picked up at the above address or will be emailed on request. All inquiries regarding this bid shall be directed to the Purchasing Department by email to bids@bostonhousing.org.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CPR23082 $80,000.00

PROJECT: Improvements to William Devine Golf Course, Franklin Park, Roxbury. Scope of work includes site preparation, earthwork, golf course drainage, bunker and tee shaping, paving, restorative landscaping. CONTACT INFORMATION Scott Dupuis PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/8/11 after 9:00 A.M.
(place, date and time)

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

PHONE: 617-961-3016 EMAIL:

FAX:

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 8/16/11 at 10:00 A.M. at the above agency address. Plans available for a $100 (nonrefundable) fee. No mailings will be sent.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CPR23078 $80,000.00

PROJECT: Improvements to George Wright Golf Course, Hyde Park. Scope of work includes site preparation, earthwork, golf course drainage, bunker and tee shaping, paving, restorative landscaping. CONTACT INFORMATION Scott Dupuis PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/8/11 after 9:00 A.M.
(place, date and time)

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

PHONE: 617-961-3016 EMAIL:

FAX:

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 8/16/11 at 10:00 A.M. at the above agency address. Plans available for a $100 (nonrefundable) fee. No mailings will be sent.

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

Boxborough, Town of 29 Middle Rd. Boxborough, MA 01719

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$50,000

PROJECT: Re-Roof Fire Station. CONTACT INFORMATION Randolph T. White PHONE: 978-263-7546

FAX: 978-263-0038 EMAIL: rwhite@boxboroughfire.com

PLANS/SPECIFICATIONS AVAILABLE Boxborough Police Station, 520 Massachusetts Ave., Boxborough, MA 01719, 8/10/11. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/7/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid site visit: 8/24/11, 8:00 A.M. - 10:00 A.M. at the Fire Station. All bids must be accompanied by a 5% bid bond or deposit. This contract is subject to prevailing wages as determined by the Department of Labor and Industries as specified in M.G.L. c 149, 26 - 27. Certification of OSHA training required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Boylston, Town of Town Administrator's Office 221 Main St. Boylston, MA 01505

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $196,000 DCAM Certificate

PROJECT: Structural reinforcement of the John B. Gough Estate, a National Historic Landmark, at 221 Main Street. Concrete, steel and carpentry with minor mechanical/electrical. DCAM Category: Historic Building. CONTACT INFORMATION Nancy Colbert Puff, Town Administrator PHONE: 508-869-0143 ext. 221 FAX: 508-869-6210 EMAIL: ncolbert@boylston-ma.gov

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to ncolbert@boylston-ma.gov, 8/10/11 at 12:00 P.M. Office Hours: Monday - Thursday, 8:00 A.M. - 2:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/7/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site Briefing with Architect: 8/18/11 at 10:00 A.M. at Gough House or by appointment with the Town Administrator. Federally funded project requires MA prevailing wage and Davis Bacon rates.

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

Brockton, City of Parking Authority 45 School St. Brockton, MA 02301

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

BPA #12-03 $25,000.00

PROJECT: Repaving/Overlay/Repair of a Brockton Parking Authority Lot. Lot is located between Academy Inn and Schwartz Law Firm on Warren Ave. CONTACT INFORMATION Michael Morris PHONE: 508-580-7191 FAX: EMAIL: mmorris@cobma.us

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

PLANS/SPECIFICATIONS AVAILABLE Procurement Department, 45 School St. 3rd Floor, Brockton, MA 02301 or online at www.ci.brockton.ma.us, following the links to Information , Procurement Postings, 8/10/11 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 8/17/11 at 11:00 A.M. at the site.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Brockton, Town of Housing Authority 45 Goddard Rd. Brockton, MA 02301

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

1036-1038 Warren Ave $170,000 - $190,000

PROJECT: Complete rehabilitation of each apartment structure and exterior work to the building, including roofing, carpentry, siding repairs, kitchen and bathroom remodeling, flooring, painting, plumbing, HVAC and electrical. CONTACT INFORMATION Frank L. Hinds/Nancy Macedo
(place, date and time)

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

PHONE: 508-588-6880

FAX: 508-580-6261 EMAIL: nancy.macedo@brocktonhousingauthority.com

PLANS/SPECIFICATIONS AVAILABLE 8/10/11 after 12:00 P.M. Office Hours: 8:30 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/30/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site walk-through: 8/16/11 at 10:00 A.M. at 1038 Warren Ave., Brockton. Plan deposit is $10.00. Additional fee for mailing requests is $15, payable to Brockton Housing Authority.

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

Brookline, Town of 333 Washington St. Brookline, MA 02445

***REVISED***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $7,000,000 DCAM Certificate

PROJECT: Heath School Renovations and Additions, 100 Eliot St., Brookline. CONTACT INFORMATION Ray Masak
(place, date and time)

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

PHONE: 617-730-2100

FAX: 617-739-7542 EMAIL: rmasak@brooklinema.gov

PLANS/SPECIFICATIONS AVAILABLE ***Bacson, 51 Loring Drive, Framingham, MA 01702, 8/8/11 after 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

8/25/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

9/7/11 @ 2:00 P.M.

SUB BID CATEGORIES: Masonry, Misc. Metals, Waterproofing, Damproofing and Caulking, Roofing, Glass & Glazing,Tile, Acoustical Tile, Resilient Floors, Painting, Plumbing, HVAC, Electrical ADDITIONAL INFORMATION Pre-bid site visit: 8/18/11 at 1:00 P.M. at the Heath School, 100 Eliot St., Brookline (Not Newton). Plan deposit is $150 in the form of a certified check or bank money order, payable to the Town of Brookline.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Cambridge, City of Housing Authority 166 Prospect St. Cambridge, MA 02139

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $2,400,000 DCAM Certificate

PROJECT: Mechanical, Water Saving and Roofing Improvements at Jefferson Park (MA-3-21) in Cambridge, in accordance with the documents prepared by Next Phase Studios, Inc. CONTACT INFORMATION Garrett Anderson PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11 after 3:00 P.M.
(place, date and time)

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

PHONE: 617-520-6395

FAX: 617-547-9821 EMAIL: ganderson@cambridge-housing.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

8/24/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

9/07/11 @ 2:00 P.M.

SUB BID CATEGORIES: 070002 Roofing & Flashing, 220001 Plumbing, 230001 HVAC, 260001 Electrical. ADDITIONAL INFORMATION Site inspections for Filed Sub-Bidders: 8/17/11 at 10:00 A.M. at Jefferson Park, 1 Jackson Place, Cambridge. Site inspections for General Contractor: 8/31/11 at 10:00 A.M. at Jefferson Park, 1 Jackson Place, Cambridge. Plans available for a deposit of $50 per set in the form of a company, certified or cashiers check. For additional information, please contact Garrett Anderson at 617-520-6395.

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

Cheshire, Town of P.O. Box 647 80 Church St. Cheshire, MA 01225


PROJECT: Bids are being requested for road resurfacing and reclamation. CONTACT INFORMATION Thomas Webb or Peter LeFebvre PHONE: 413-743-7728

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $500,000 Department of Highway

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

FAX: 413-743-0389 EMAIL: admin@cheshire-ma.gov;; highway@cheshire-ma

PLANS/SPECIFICATIONS AVAILABLE By contacting Peter LeFebvre, Highway Superintendent at 413-743-3376 or Thomas Webb, Town Administrator at 413-743-7728, 8/10/11. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/30/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids will be opened on 8/30/11 at 7:30 P.M. at the Board of Selectman's meeting.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Chester, Town of Office of the Board of Selectmen 15 Middlefield Rd. Chester, MA 01011

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: Department of Highway

PROJECT: The Town of Chester, acting through its Highway Superintendent invites sealed bids from contractors who are pre-qualified by MassDOT to apply approximately 1,980tons/2.5" of Mass Top and 650.Tons of 3/4" dense grade to Bromley Rd. within the Town Of Chester. CONTACT INFORMATION Rene Senecal, Highway Superintendent
(place, date and time)

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

PHONE: 413-354-2276

FAX: EMAIL: rsenecal-chesterhighway@comcast.net

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

GENERAL BID DEADLINE:


(date and time)

8/29/11 @ 6:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bids will be publicly opened and read aloud on 8/29/11 at 6:15 P.M. The Board of Selectmen reserves the right to reject any or all bids, to waive minor informalities or irregularities in any bid and to make an award in any manner consistent with the law and deemed to be in the best interests of the Town Of Chester.

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

Dunstable, Town of Highway Department 511 Main St. Dunstable, MA 01827

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$100,000

PROJECT: Treated stone seal, various streets. Bid item: Liquid bituminous material, treated stone seal. CONTACT INFORMATION Terry Atwood
(place, date and time)

PHONE: 978-649-4514 ext. 227

FAX: 9786498893 EMAIL: roads@dunstable-ma.gov

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

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 12:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bid opening on 8/29/11 at 7:00 P.M. at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Duxbury, Town of Housing Authority 59 Chestnut St. Duxbury, MA 02332

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DHCD FISH #082026 $82,500.00

PROJECT: Replacement of dwelling unit load centers, kitchen and bathroom receptacles with new ground fault receptacles. CONTACT INFORMATION Linda Bacci PHONE: 781-934-6618

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

FAX: 781-934-3289 EMAIL: duxburyhousingauth.ma@verizon.net

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue, Inc., 433 Main St., Hudson, MA 01749 or online at www.biddocsonline.com, 8/10/11 at 9:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/31/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

16

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Everett, City of 484 Broadway Everett, MA 021149

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $500,000.00 DCAM Certificate

PROJECT: Restoration and Repair of the Ceremonial Entrance at Everett Memorial Stadium. CONTACT INFORMATION Jill Barringer, Esq.
(place, date and time)

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

PHONE: 617-394-2290

FAX: 617-394-2339 EMAIL: jill.barringer@ci.everett.ma.us

PLANS/SPECIFICATIONS AVAILABLE By contacting Larry Berger at 617-394-2245 or larry.berger@ci.everett.ma.us. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

8/24/11 @ 10:00 A.M.

GENERAL BID DEADLINE:


(date and time)

8/31/11 @ 10:00 A.M.

SUB BID CATEGORIES: Masonry, Roofing, Electric ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Fairhaven, Town of Planning and Economic Development Department 40 Center St. Fairhaven, MA 02719

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $536,000.00 Department of Highway

PROJECT: Spring St. Reconstruction from Main to Green Streets: Approximately 900 feet including sewer, drainage, sidewalk and street improvements. CONTACT INFORMATION Mike Carter, GCG Associates, Inc. PHONE: 978-657-9714 FAX: 978-657-7915 EMAIL: mike.carter@gcgassociates.net

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or G.C.G. Associates, Inc., 84 Main St., Wilmington, MA 01887, 8/10/11, 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)

8/30/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION MassDOT pre-qualification required. (Attn.: William Roth.)

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

Fall River, City of Community Maintenance c/o Purchasing Department One Government Center Fall River, MA 02722
PROJECT: Pulaski Park Playground Renovation: Installation of Playground Equipment. CONTACT INFORMATION Arlene Robinette
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB 12-10 $65,000.00

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

PHONE: 508-324-2250 EMAIL:

FAX: 508-324-2255

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11. Office Hours: Monday - Friday, 9:00 A.M. - 5:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION 5% Bid Bond, 10% MBE.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Falmouth, Town of Department of Public Works Engineering Division 416 Gifford St. Falmouth, MA 02540

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Old Barnstable Road $170,000 Department of Highway

PROJECT: Asphalt Reclamation/Asphalt Emulsion Injection/Fine Grading and Compaction on Old Barnstable Rd. Length is 5,500 Linear Feet. CONTACT INFORMATION Peter M. McConarty PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/11/11 after 2:00 P.M.
(place, date and time)

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

PHONE: 508-457-2543 ext. 3101

FAX: 508-548-1537 EMAIL: pmcconarty@falmouthmass.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

6257 $25,000

PROJECT: The Town of Framingham is seeking bidders to furnish all labor and materials required for Aluminum Docks in accordance with the Plans and Specifications. CONTACT INFORMATION Christopher McGinty
(place, date and time)

PHONE: 508-532-5960

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request to purchasing@framinghamma.gov, 8/10/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/31/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

6256 $70,000

PROJECT: The Town of Framingham is seeking quotes to refinish the metal mansard roof, wood fascias and soffits at the Framingham Engine #1 Building, 1055 Worcester Rd., Framingham. The work will include repair of wood soffits, preparation and painting. Metal roofs will be prepared, primed and two coats of high performance coating will be applied. CONTACT INFORMATION Douglas J. Goddard PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PHONE: 508-532-5436

FAX: 508-532-5445 EMAIL: djg@framinghamma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting/Walk-Through: 8/17/11 at 10:00 A.M. in the parking lot behind the Engine #1 Building.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

PW-209 $1 Million Department of Highway

PROJECT: The Town of Framingham Department of Public Works invites sealed bids for the resurfacing of Concord St. south of Gorman Rd. to just north of Lincoln St. Work includes: Pavement milling; placement of a HMA top course; structure adjustment; HMA and concrete sidewalk repair; reapplication of pavement markings. Permanent trench repair will take place in select locations throughout the entire length of the project. 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, 8/10/11 after 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Gloucester, City of Purchasing Department 9 Dale Ave. Gloucester, MA 01930


PROJECT: HVAC Roof Top Units Maintenance and Repair. CONTACT INFORMATION Dana O'Brien PLANS/SPECIFICATIONS AVAILABLE 8/10/11
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

12041 $25,000.00

PHONE: 978-281-9710

FAX: 978-281-8763 EMAIL: purchasing@gloucester-ma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 8/16/11 at 8:00 A.M. at Gloucester High School. A $25.00 fee is required if mailing is requested.

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

Greenfield, Town of Mayor's Office 14 Court Square Greenfield, MA 01301


PROJECT: Re-roofing at the Federal Street School, 125 Federal St., Greenfield. CONTACT INFORMATION Lane Kelly
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

12-05 $300,000

PHONE: 413-772-1567 ext. 102

FAX: 413-772-1519 EMAIL: purchasing@greenfield-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.greenfield-ma.gov, 8/10/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid walk-through: 8/15/11 at 11:00 A.M. at the Federal Street School, 125 Federal St., Greenfield.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Greenfield, Town of Mayor's Office 14 Court Square Greenfield, MA 01301


PROJECT: Partial Re-roofing of the Greenfield Public Library. CONTACT INFORMATION Lane Kelly
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

12-07 $18,000

PHONE: 413-772-1567 ext. 102

FAX: 413-772-1519 EMAIL: purchasing@greenfield-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.greenfield-ma.gov, 8/10/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid site visit: 8/15/11 at 12:30 P.M.

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

Greenfield, Town of Mayor's Office 14 Court Square Greenfield, MA 01301

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

12-08 $20,000

PROJECT: Repair and rehabilitation of the Fire Escape at the Greenfield Public Library involving steel fabrication, sandblasting, painting and concrete seating. CONTACT INFORMATION Lane Kelly
(place, date and time)

PHONE: 413-772-1567 ext. 102

FAX: 413-772-1519 EMAIL: purchasing@greenfield-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.greenfield-ma.gov, 8/10/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 2:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid site visit: 8/15/11 at 1:00 P.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Hadley, Town of 100 Middle St. Hadley, MA 01035

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$45,000

PROJECT: Replacement of water line at the Dwyers Bridge, located over an abandoned section of Route 47/Old River Rd. The work includes: Replacement of approximately 150 LF of existing water line using "Horizontal Directional Drilling" and installing a new 12-inch high density polyethylene water pipe beneath the existing Dwyers Bridge; additional water gates and other water line related items. CONTACT INFORMATION Michael W. Rizzo Jr. PHONE: 781-932-3201 FAX: 781-932-3413 EMAIL: mrizzo@baysideengineering.com

PLANS/SPECIFICATIONS AVAILABLE Bayside Engineering, Inc., 600 Unicorn Park Drive, Woburn, MA 01801 and Hadley Department of Public Works, 230 Middle St., Hadley, MA 01035, 8/11/11 at 10:00 A.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/13/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Deliver Bids to Town of Hadley, Department of Public Works, 230 Middle St., Hadley, MA 01035, Attn.: Gary Girouard, Director of Public Works.

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

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


PROJECT: Grounds Fertilization, Landscape Services and Integrated Pest Management Services. CONTACT INFORMATION Joanne McDonoguh PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11 at 10:30 A.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Landscape12 $18,000

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

PHONE: 781-878-0786

FAX: 781-871-3374 EMAIL: jmcdonough@hanoverschools.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/29/11 @ 10:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB007.12 $25,000

PROJECT: The City is seeking bids for the installation of outside municipal fire alarm cable, necessary for Project File No. 600214, Haverhill Route 125, South Main St. This phase of the project is relocation of the main municipal signal cable between fire alarm headquarters and the South Main St. Fire Station. CONTACT INFORMATION Robert DeFusco
(place, date and time)

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

PHONE: 978-420-3606

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

PLANS/SPECIFICATIONS AVAILABLE Online at www.ci.haverhill.ma.us or www.comm-pass.com, 8/1/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: 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.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: Department of Public Works Gasoline Underground Storage (UST) and Distribution System Upgrade. CONTACT INFORMATION Frank Antonucci PHONE: 978-356-6608

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

PLANS/SPECIFICATIONS AVAILABLE For pick-up at the above agency address during regular business or by email request to franka@ipswichma.gov. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Please contact Rick Clarke, DPW Director at 978-356-6612 for technical questions concerning the upgrade.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2011-01 $600,000 Department of Highway

PROJECT: North Main St. Water Main Improvement Project. Work to be completed by 11/15/11 with temporary bypass piping removed and decommissioned to prevent freezing problems and service interruptions. If the project cannot be completed prior to 11/15/11, work will commence in April 2012. CONTACT INFORMATION Linda Arpino PHONE: 781-224-6607 FAX: 781-245-6293 EMAIL: Linda.Arpino@aecom.com

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

PLANS/SPECIFICATIONS AVAILABLE AECOM, 701 Edgewater Drive, Wakefield, MA 01880, 8/10/11, 8:30 A.M. - 12:00 P.M. and 1:00 P.M. 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/31/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION A $75 refundable deposit and a $25 non-refundable mailing fee are required for contract documents in the form of two separate company checks or money orders (no cash) with complete company information, payable to AECOM, Attn.: Spec/Plan request. Please note that the Town will require MassHighway pre-qualification, required OSHA training under M.G.L. c. 30, 39M, adherence to MassDEP drinking water state revolving fund requirements and adherence to other applicable state and federal laws as outlined in the bid specifications.

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

Lawrence, City of Office of the Purchasing Agent 200 Common St. Room 301 Lawrence, MA 01840

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $120,000.00 DCAM Certificate

PROJECT: Steam Pipe and Welding Services at various city buildings on an as needed basis throughout the contract period. CONTACT INFORMATION Rita V Brousseau PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11 at 9:00 A.M.
(place, date and time)

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

PHONE: 978-620-3242

FAX: 978-722-9120 EMAIL: rbrousseau@cityoflawrence.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION This contract is subject to OSHA certification and prevailing wage requirements. The Contract will be awarded in accordance with the provisions of M.G.L. c. 149.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Lee, Town of Department of Public Works 32 Main St. Lee, MA 01238


PROJECT: Memorial Hall and Central Fire Station Painting, and Exterior Window Washing. CONTACT INFORMATION Dennis Kelly
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $70,000 DCAM Certificate

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

PHONE: 413-243-5520

FAX: 413-243-5522 EMAIL: acook@town.lee.ma.us

PLANS/SPECIFICATIONS AVAILABLE DPW Office, 45 Railroad St., Lee, MA 01238, 8/11/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Lynn, City of Purchasing Department 3 City Hall Square Room 205 Lynn, MA 01901

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

03-85 $175,000.00 Department of Highway

PROJECT: Comprehensive Program to Facilitate the Restoration and Preservation of Bituminous Concrete Pavements for the City of Lynn Department of Public Works, the Lynn Water and Sewer Commission and the Lynn Housing Authority. CONTACT INFORMATION Charles E. White PHONE: 781-586-6893 FAX: 781-477-7027 EMAIL: pflynn@ci.lynn.ma.us

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11 at 8:30 A.M. Office Hours: Monday, Wednesday and Thursday, 8:30 A.M. - 4:00 P.M.; Tuesday, 8:30 A.M. - 8:00 P.M.; Friday, 8:30 A.M. - 12:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION All Prospective Bidders must be Pre-qualified by the Massachusetts Department of Transportation Pre-qualification Office on the Official Bid List in the specified class of work in order to obtain specifications for bidding. Deadline for Questions on this bid is 8/16/11 at 12:00 P.M. by fax to 781-477-7027, Attn.: Charles White or by email to cwhite@ci.lynn.ma.us. This project is bid under M.G.L. c. 30, 39M

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Maynard, Town of Department of Public Works 195 Main St. Maynard, MA 01754
PROJECT: Glenwood Cemetery Historical Fence Repairs, Parker St., Maynard. CONTACT INFORMATION Jerry Flood PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11 at 12:00 P.M.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $170,000 DCAM Certificate

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

PHONE: 978-897-1317

FAX: 978-897-7290 EMAIL: djay@townofmaynard.net

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION DCAM Contractor Qualification for bidders is Miscellaneous and Ornamental Iron. Site Briefing: 8/17/11 at 2:00 P.M. at the Glenwood Cemetery Main Entrance, Parker St. at Walker St. (near Great Rd.), Maynard. Deposit for Plans and specifications is $50.00 per set in the form of a bank check or money order. Mailing fee is $35.00 (nonrefundable).

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

Methuen, City of 41 Pleasant St. Suite 303 Methuen, MA 01844

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

Up To $60,000

PROJECT: The City of Methuen Town Yard is looking for a qualified vendor to strip the existing roof down to sheathing and re-roof as to specifications. CONTACT INFORMATION Lauri Antonacci
(place, date and time)

PHONE: 978-983-8535

FAX: 978-983-8971 EMAIL: llantonacci@ci.methuen.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.cityofmethuen.net, 8/10/11 after 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION For questions or to inspect the roofs at the Town Yard please call Bill McEvoy at 978-983-8865.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Methuen, City of Office of the City Clerk Searles Building 41 Pleasant St. Methuen, MA 01844

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$400,000

PROJECT: Jackson Street Drainage Improvements. The work includes furnishing and installing approximately 3,600 linear feet of 12-inch through 24-inch PVC pipe and appurtenances, including precast concrete manholes, catch basins, reinforced concrete flared ends and all other miscellaneous work required to construct the Jackson Street Drainage Improvements. CONTACT INFORMATION Alonzo McConnico
(place, date and time)

PHONE: 617-452-6000

FAX: 617-452-8000 EMAIL: guglielmidj@CDM.com

PLANS/SPECIFICATIONS AVAILABLE C.D.M., 50 Hampshire St., Cambridge, MA 02139, 8/10/11 at 11:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

27

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $80,000 - $100,000 DCAM Certificate

PROJECT: Fire Station Apparatus Room Concrete Floor Repairs. DCAM Certificate for General Construction required. CONTACT INFORMATION Terry Louderback, Souza, True & Partners, Inc.
(place, date and time)

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

PHONE: 617-926-6100 EMAIL:

FAX: 617-924-4431

PLANS/SPECIFICATIONS AVAILABLE Souza, True & Partners, Inc., 653 Mt. Auburn St., Watertown, MA 02472, 7/20/11 after 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/18/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Revised Bid Deadline.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Mt. Washington, Town of 118 East St. Mt. Washington, MA 01258

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

50898-2011 East/West $642.50/Ton Base Price. Department of Highway

PROJECT: Reclaiming and resurfacing a section of West St. for a distance of 1,000 LF by 21' with 2" of MassDOT HMA binder and top with tack coat. Also a section of East St. and Cross Rd., approximately 7,760 LF by 21' with 1" level with tack 2" top. CONTACT INFORMATION Jim Beckwith/Sean VanDuesen PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

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

PHONE: 413-528-2730

FAX: 413-528-6430 EMAIL: mtwashhy@berkshire.net

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/29/11 @ 7:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION The Town of Mt. Washington, acting through the Select Board, will accept bids at the above agency address until the deadline.

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

Needham, Town of Public Works Department Administration Office 470 Dedham Ave. 2nd Floor Needham, MA 02492
PROJECT: Memorial Park Spectator Bleacher Pads Demolition and Construction. CONTACT INFORMATION Thomas Ryder
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

IFB FY 12-21-01 $35,000

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

PHONE: 781-455-7538

FAX: 781-449-9023 EMAIL: tryder@needhamma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.needhamma.gov/bids.aspx, 8/10/11 at 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 8/18/11 at 10:00 A.M. at 500 Dedham Ave., Needham. Plans and specs available on the Town of Needham website at no charge or for pick up at the DPW Administration Office for a non-refundable $25 fee. Bids are subject to wage rates and M.G.L. c. 30, 39M. Bid submission deposit of at least 5% of the bid value required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Newton, City of ***RE-BID*** 1000 Commonwealth Ave. Room 204 Newton Centre, MA 02459

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

#12-09 $850,000 DCAM Certificate

PROJECT: RFP for Furnishing and Installation of Four Modular Classrooms at Three Elementary Schools. CONTACT INFORMATION Rositha Durham, Chief Procurement Officer
(place, date and time)

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

PHONE: 617-796-1220

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.ci.newton.ma.us/bids, 8/11/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/1/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting: 8/18/11 at 10:00 A.M. at the above agency address. 5% Bid Surety Required. DCAM Category: Modular Construction/Prefabrication.

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

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

12-08 $100,000 DCAM Certificate

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

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

PHONE: 617-796-1220

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.ci.newton.ma.us/bids, 8/11/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 10:00 A.M.

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

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

#12-10 $60,000 DCAM Certificate

PROJECT: Crafts Street Garage HVAC Improvements. CONTACT INFORMATION Rositha Durham, Chief Procurement Officer
(place, date and time)

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

PHONE: 617-796-1220

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

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.ci.newton.ma.us/bids, 8/11/11 at 10:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 11:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Meeting: 8/18/11 at 11:30 A.M. at 90 Crafts St., Newton. 5% Bid Surety Required. DCAM Category: HVAC Systems.

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

North Attleboro, Town of Fire Department 50 Elm St. North Attleboro, MA 02760

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$75,000.00

PROJECT: Provide and install gas fired rooftop units to provide heating and air conditioning to the fire station. CONTACT INFORMATION Chief Peter Lamb
(place, date and time)

PHONE: 508-699-0140

FAX: EMAIL: plamb@north-attleboro.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11. Office Hours: Monday - Friday, 8:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/30/11 @ 7:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory site visit: 8/15/11 at 9:00 A.M. 5% Bid Deposit, OSHA Certification and Prevailing Wage Rates apply.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Northampton, City of Central Services 240 Main St. Northampton, MA 01060


PROJECT: Security System Upgrades for City Buildings. CONTACT INFORMATION Jason Doyle PHONE: 413-587-1020

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$40,000

FAX: 413-587-1248 EMAIL: jdoyle@northamptonma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address, by email request to jdoyle@northamptonma.gov or by contacting Central Services at 413-587-1238. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION There will be a walk through for the project.

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

Northampton, City of Housing Authority 49 Old South St. Northampton, MA 01060


PROJECT: McDonald House Elevator Upgrade. DCPO Certification Required in Elevators. CONTACT INFORMATION Michael Owens
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: DCAM Certificate

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

PHONE: 413-584-4030

FAX: 413-582-1350 EMAIL: mowens@hamphousing.org

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11. Office Hours: Monday - Friday, 9:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid conference: 8/17/11 at 10:00 A.M. at McDonald House, 49 Old South St., Northampton.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Palmer, Town of Water Pollution Control Facility (WPCF) 1 Norbell St. Three Rivers, MA 01080

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

P-0606 $40,000

PROJECT: Palmer WPCF Solar Water Heating System: Furnish and install a solar water heating system and all appurtenances to supplement existing water heating system in the Administration Building. CONTACT INFORMATION Anthony M. Sylvia
(place, date and time)

PHONE: 508-471-9638

FAX: 508-795-1087 EMAIL: amsylvia@tighebond.com

PLANS/SPECIFICATIONS AVAILABLE Tighe & Bond, Inc., 53 Southampton Rd., Westfield, MA 01085. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/14/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Phillipston, Town of 50 The Common Phillipston, MA 01331

***RE-BID***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

05-11-Boiler $80,000.00 DCAM Certificate

PROJECT: Boiler replacement and associated asbestos abatement. The school is located at 20 The Common, Phillipston. CONTACT INFORMATION Diane Clark
(place, date and time)

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

PHONE: 978-939-5661

FAX: 978-939-5179 EMAIL: dclark1@nrsd.org

PLANS/SPECIFICATIONS AVAILABLE Narragansett Regional School District Offices, 462 Baldwinville Rd., Templeton, MA 01436. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Call to arrange a pre-bid walk through appointment. DCAM Certification for HVAC as prime required.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Plainville, Town of Selectmen's Office P.O. Box 1717 142 South St. Plainville, MA 02762

***RE-BID***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$80,000.00

PROJECT: Rubber membrane roof replacement and miscellaneous associated repairs at the Public Safety Building. CONTACT INFORMATION Joseph E. Fernandes, Town Administrator PLANS/SPECIFICATIONS AVAILABLE Above agency address.
(place, date and time)

PHONE: 508-695-3142 ext. 11

FAX: 508-695-1857 EMAIL: jfernandes@plainville.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/31/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Non-mandatory bidder conference: 8/22/11 at 10:00 A.M. at 157 South St., Plainville. DCAM Certification is not required.

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

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

***SUB-BIDS ONLY***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $32,000,000 DCAM Certificate

PROJECT: RFQ for filed sub-bidder for the New Central Middle School, 15 St. Anne's Rd., Quincy. CONTACT INFORMATION Kim Trillcott Caporale PLANS/SPECIFICATIONS AVAILABLE Online at www.quincyma.gov, 8/10/11.
(place, date and time)

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

PHONE: 617-376-1060

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

8/25/11 @ 11:00 A.M.

GENERAL BID DEADLINE:


(date and time)

SUB BID CATEGORIES: Masonry; Misc. & Ornamental Iron; Waterproofing, Dampproofing & Caulking; Roofing & Flashing; Metal Windows; Glazing; Lath & Plaster; Tile; Resilient Flooring; Painting; Acoustical Ceilings; Compact; Traction Elevators; Plumbing; HVAC; Electrical ADDITIONAL INFORMATION (Attn.: Kathryn R. Hobin.)

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Rockland, Town of Board of Selectmen 242 Union St. Rockland, MA 02370

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PROJECT: Solar Photovoltaic Project at Beech Street Landfill, Rockland. The Town of Rockland, pursuant to M.G.L. c. 30B, is soliciting proposals from qualified and experienced solar energy Developers to permit, design, construct, own, operate and maintain a solar photovoltaic energy system at the Town's Beech Street Landfill. CONTACT INFORMATION Mary B. Stewart, Executive Assistant PHONE: 781-871-1874 ext. 100 FAX: 781-871-0386 EMAIL: exasstselectmen@rockland-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or by email request, 8/11/11. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

10/5/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Optional Pre-Proposal Conference/Site Tour: 8/31/11 at 10:00 A.M. at the above agency address.

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

Sheffield, Town of Water Company P.O. Box 295 1080 Undermountain Rd. Sheffield, MA 01257

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

Contract No. 1 $350,000

PROJECT: Water Storage Tank: 211,700 gallon glass-fused-to-steel water storage tank, piping, and appurtenances. CONTACT INFORMATION PHONE: 802-747-3080 Mark P. Youngstrom, P.E., Otter Creek Engineering, Inc.
(place, date and time)

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

FAX: 802-747-4820 EMAIL: marky@ottercrk.com

PLANS/SPECIFICATIONS AVAILABLE Otter Creek Engineering, Inc., 110 Merchants Row 4th Floor Suite 15, Rutland, VT 05701. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 1:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Contact Otter Creek Engineering for Contract Documents. Bid opening will be held 115 Main St., Sheffield (next to Old Parish Congregational Church).

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Springfield, City of Office of Procurement 36 Court St. Room 405 Springfield, MA 01103

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

12-035 $110,000.00 DCAM Certificate

PROJECT: Provide all labor, material and equipment to perform demolition of the Drill Shed portion of the South End Community Center, 29 Howard St., Springfield. CONTACT INFORMATION Helen Gates-Bryant
(place, date and time)

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

PHONE: 413-787-7843

FAX: 413-787-6295 EMAIL: hgates-bryant@springfieldcityhall.com

PLANS/SPECIFICATIONS AVAILABLE Online at www.biddocsonline.com, 8/10/11 at 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Springfield, City of Water and Sewer Commission 250 M St. Extension Agawam, MA 01001

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CA-1203-12 $160,000.00 DCAM Certificate

PROJECT: Removal and disposal of existing light fixtures and installation of new light fixtures per Springfield Water and Sewer Commission specifications. CONTACT INFORMATION Daniel Downie PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11 at 10:00 A.M.
(place, date and time)

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

PHONE: 413-787-6256

FAX: 413-787-6269 EMAIL: dan.downie@waterandsewer.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/29/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory Pre-Bid Meeting: 8/19/11 at 10:00 A.M. at the Springfield Regional Wastewater Facility, 190 M St. Extension, Agawam.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Stoneham, Town of Department of Public Works 16 Pine St. Stoneham, MA 02180


PROJECT: Fence and Guard Rail installation and repair. CONTACT INFORMATION Dan Dragani PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PHONE: 781-438-0760

FAX: EMAIL: jbelschner@ci.stoneham.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Sealed bids will be publicly opened and read on 8/25/11 in the Hearing Room at 35 Central St., Stoneham.

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

Stoneham, Town of Department of Public Works 16 Pine St. Stoneham, MA 02180


PROJECT: Tree Work Including Take Downs, Trimming and Stump Grinding Services. CONTACT INFORMATION Dan Dragani PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PHONE: 781-438-0760

FAX: EMAIL: jbelschner@ci.stoneham.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Sealed bids will be publicly opened and read on 8/25/11 in the Hearing Room at 35 Central St., Stoneham.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Stoneham, Town of Department of Public Works 16 Pine St. Stoneham, MA 02180


PROJECT: Pumping Stations Maintenance and Repairs. CONTACT INFORMATION Dan Dragani PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

PHONE: 781-438-0760

FAX: EMAIL: jbelschner@ci.stoneham.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Sealed bids will be publicly opened and read on 8/25/11 in the Hearing Room at 35 Central St., Stoneham.

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

Stoughton, Town of 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)

$15,000

PROJECT: The contract involves the painting of approximately 900 square feet of ceilings and walls in the Town Hall. The work is spread out in nine locations. CONTACT INFORMATION Ben Fehan PLANS/SPECIFICATIONS AVAILABLE 8/3/11 at 9:00 A.M.
(place, date and time)

PHONE: 781-232-9263

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

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/30/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid walk-through: 8/24/11 at 11:00 A.M.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Tewksbury, Town of 999 Whipple Rd. Tewksbury, MA 01876

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

PW-12-06

PROJECT: Demolition of Structure located at 255 Livingston St., Tewksbury: Demolish Structure, remove all debris including foundation, backfill and level to appropriate grade; remove stockade fence attached to back of Building. CONTACT INFORMATION Brian Gilbert PLANS/SPECIFICATIONS AVAILABLE
(place, date and time)

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

PHONE: 978-640-4440

FAX: 978-640-4445 EMAIL: bgilbert@tewksbury-ma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 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

Townsend, Town of Board of Selectmen Memorial Hall 272 Main St. Townsend, MA 01469
PROJECT: Repainting of Memorial Hall and window glazing. CONTACT INFORMATION Andrew Sheehan
(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: 978-597-1700 ext. 1701

FAX: 978-597-1719 EMAIL: selectmen@townsend.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, by fax to 978-597-1719 or by email to selectmen@townsend.ma.us, 8/10/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/31/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Tyngsborough, Town of 25 Bryants Lane Tyngsborough, MA 01879

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $125,000 DCAM Certificate

PROJECT: Town Offices Spray Foam Insulation and Ignition Barrier Paint Installation. The Town of Tyngsborough is seeking bids for the installation of spray foam insulation and ignition barrier paint at the Town Offices, 25 Bryants Lane, Tyngsborough. CONTACT INFORMATION Michael P. Gilleberto PLANS/SPECIFICATIONS AVAILABLE 8/10/11 at 8:30 A.M.
(place, date and time)

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

PHONE: 978-649-2317

FAX: EMAIL: mgilleberto@tyngsboroughma.gov

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 11:00 A.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

Waltham, City of Purchasing Department 610 Main St. Waltham, MA 02452


PROJECT: Elevator Maintenance. CONTACT INFORMATION Joseph P. Pedulla
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$35,000

PHONE: 781-314-3244

FAX: EMAIL: jpedulla@City.waltham.ma.us

PLANS/SPECIFICATIONS AVAILABLE Online at www.city.waltham.ma.us/purchasing/index.html or by email to jpedulla@City.waltham.ma.us. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/31/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Watertown, Town of Purchasing Department 149 Main St. Watertown, MA 02472


PROJECT: Infiltration/Inflow Removal Project Sewer Replacement. CONTACT INFORMATION Raeleen Parsons PHONE: 617-972-6414

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

10-01S $495,000

FAX: 617-972-6403 EMAIL: rparsons@watertown-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.watertown-ma.gov at the "Document Center" link. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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

Watertown, Town of Purchasing Department 149 Main St. Watertown, MA 02472


PROJECT: Sewer and Drain Cleaning and TV Inspection. CONTACT INFORMATION Raeleen Parsons
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$215,000.00

PHONE: 617-972-6414

FAX: 617-972-6403 EMAIL: rparsons@watertown-ma.gov

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.watertown-ma.gov at the "Document Center" link. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:30 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Wayland, Town of Department of Public Works 41 Cochituate Rd. Wayland, MA 01778

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2208-10 $475,000

PROJECT: The Work of this Contract generally consists of the furnishing and installation of approximately 2,000 linear feet of 12-inch diameter and eight-inch diameter ductile iron water main at the intersections of Commonwealth Road/Route 30 and Main St./Route 27 with associated valves, fittings and hydrants with temporary bypass piping and night work. The new water main will be replacing the existing cast iron water main, which must be removed and properly disposed of. CONTACT INFORMATION Stephanie Tarves
(place, date and time)

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

PHONE: 508-303-9400

FAX: 508-303-9500 EMAIL: starves@tataandhoward.com

PLANS/SPECIFICATIONS AVAILABLE Nashoba Blue Print, 433 Main St., Hudson, MA 01749, 8/11/11 at 2:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Plan deposit is $50.00 per set in the form of a company or certified check, payable to Tata & Howard, Inc., refundable upon return of Contract Documents in good condition, postpaid if mailed, within 30 days of the bid opening. Refunds are limited to two sets per bidder or non-bidder. Contract Documents will be mailed to prospective bidders upon request and receipt of $25.00 (non-refundable) in the form of a separate company or certified check, payable to Nashoba Blue Print.

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

West Newbury, Town of Office of the Town Clerk Town Office Building 381 Main St. West Newbury, MA 01985

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

DPW 11-03 $30,000.00

PROJECT: Energy Conservation Measures at the Page School, West Newbury, including removal of existing rock wool insulation from attic, seal ducts and pipes, install new blown insulation into attic and restore site. CONTACT INFORMATION Michael P. McCarron PLANS/SPECIFICATIONS AVAILABLE Above agency address.
(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)

8/24/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid Conference/Site inspection: 8/17/11 at 2:00 P.M. at John C. Page School, Main St., West Newbury.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

West Springfield, Town of Department of Public Works 26 Central St. Suite 17 West Springfield, MA 01089-2763

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

12-0011 $20,000.00

PROJECT: Provide approximately 980 feet of perimeter security fence at the Bridge Street Sanitary Pumping Station and associated Maintenance building. Also furnish and install two 6' high by 20' wide metal slide gate (aluminum finish) with barbed wire. CONTACT INFORMATION James W. Lyons PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/8/11 at 8:00 A.M.
(place, date and time)

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

PHONE: 413-263-3249

FAX: 413-734-9745 EMAIL: JLyons@West-Springfield.ma.us

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 10:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory Pre-bid conference August 18, 2011 @ 10:00 AM at project site - 44 Bridge Street, West Springfield, MA 01089. Plans available by email by contacting the Town Engineer at 413-263-3249.

42

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Westford, Town of 55 Main St. Westford, MA 01886

PROJECT NUMBER: ESTIMATED COST:

2011 HVAC MAINTENANCE BID $30,000

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

PROJECT: The town is seeking a HVAC contractor to provide emergency, routine and preventive maintenance services in the town of Westford municipal buildings and schools for a minimum of one year with the option to extend annually for an additional two years. CONTACT INFORMATION John Mangiaratti
(place, date and time)

PHONE: 978-692-5501

FAX: 978-399-2557 EMAIL: jmangiaratti@westfordma.gov

PLANS/SPECIFICATIONS AVAILABLE Online at www.westfordma.gov, 8/3/11 at 8:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/1/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Westford, Town of 55 Main St. Westford, MA 01886

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

2011 Roof 54 Broadway $10,000

PROJECT: Replacement of asphalt shingle roof on former fire sub-station located at 54 Broadway St., Westford. CONTACT INFORMATION John Mangiaratti
(place, date and time)

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

PHONE: 978-692-5501

FAX: 978-399-2557 EMAIL: jmangiaratti@westfordma.gov

PLANS/SPECIFICATIONS AVAILABLE Online at www.westfordma.gov, 8/3/11 at 8:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/31/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Email questions to procurement@westfordma.gov.

43

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Winchendon, Town of Housing Authority 108 Ipswich Drive Winchendon, MA 01475

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

MA039-2011-005 $150,000 DCAM Certificate

PROJECT: Complete Renovation of a One Bedroom Bungalow Unit at 130 Ipswich Drive to Full Handicapped Accessibility. This work is similar to work completed in 2005 at 96 and 129 Ipswich Drive. CONTACT INFORMATION David P. Connor
(place, date and time)

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

PHONE: 978-297-2280 ext. 302

FAX: 978-297-0922 EMAIL: wha@net1plus.com

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Monday - Thursday, 9:00 A.M. - 3:00 P.M. and Friday, 9:00 A.M. - 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/1/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Bid Specs require a $100 Bid Deposit. Fee for Mailing Requests is $25. Both deposits must be in the form of Checks, payable to the Winchendon Housing Authority.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Woburn, City of Housing Authority 59 Campbell St. Woburn, MA 01801


PROJECT: Building Envelope, Roofing, Accessibility and Site Improvements at Library Place 667-4. CONTACT INFORMATION Steve Kutny PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

347032 $1,500,000 DCAM Certificate

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

PHONE: 781-935-0818

FAX: 781-937-0965 EMAIL: skutny@woburnhousing.org

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

8/31/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

9/14/11 @ 2:00 P.M.

SUB BID CATEGORIES: Masonry, Misc. Metals, Roofing & Flashing, Painting ADDITIONAL INFORMATION Site inspection: 8/17/11 at 10:00 A.M. at One Library Place, Woburn. DCAM Category for General Bidders: General Building Construction.

44

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST:

12-02 HVAC PM & Support $60,000

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

PROJECT: Preventative Maintenance and Support of Heating, Ventilating and Air Conditioning Equipment. Under this agreement, the Contractor will be responsible for providing a preventative maintenance and support program for the HVAC equipment listed in section VI, located in the following buildings at the Wellesley Hills campus: Power Plant; Carey building; 1919 building; Recreation and Wellness building. CONTACT INFORMATION Lauren Curley PHONE: 781-239-2572 FAX: 781-239-2226 EMAIL: lcurley@massbay.edu

PLANS/SPECIFICATIONS AVAILABLE Above agency address or online at www.comm-pass.com, 8/10/11. Office Hours: Monday - Friday, 8:00 A.M. - 4:00 P.M. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 2:00 P.M.

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

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Berkshire Community College 1350 West St. Pittsfield, MA 01201

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

BCC 12-01 $200,000

PROJECT: Berkshire Community College is requesting bids from qualified contractors for the installation and renovation of tennis courts at property located on the Berkshire Community College main campus. Project consists of reconstruction of existing tennis courts, construction of new tennis courts and general site improvements. CONTACT INFORMATION William Mannix PHONE: 413-236-3036 FAX: 413-443-5166 EMAIL: wmannix@berkshirecc.edu

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

PLANS/SPECIFICATIONS AVAILABLE By email request to the Director of Procurement at wmannix@berkshirecc.edu or by calling William Mannix at 413-236-3036. (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/1/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory pre-bid site visit: 8/18/11 at 10:00 A.M. at the Paterson Field House, 1350 West St., Pittsfield.

45

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Blackstone Millville Regional School District 175 Lincoln St. Blackstone, MA 01504

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION: $95,000. DCAM Certificate

PROJECT: Blackstone-Millville Regional High School Generator Upgrade: Replacement of existing interior generator with new exterior natural gas generator. CONTACT INFORMATION Jorge Rosa
(place, date and time)

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

PHONE: 508-998-5700

FAX: 508-998-0883 EMAIL: jorge_rosa@g-g-d.com

PLANS/SPECIFICATIONS AVAILABLE Garcia, Galuska & DeSousa, Inc., 370 Faunce Corner Rd., Dartmouth, MA 02747, 8/10/11 at 8:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/30/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid conference: 8/23/11 at 2:00 P.M. at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

BSB0902 DC1 $5,656,913.00 DCAM Certificate

PROJECT: Replace the fire detection system in the State House. This building is historic, will be occupied during construction and requires off-hours work. Coordination for the phasing of work will be significant. CONTACT INFORMATION Dana Rizzotti
(place, date and time)

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

PHONE: 617-727-4003

FAX: 617-727-5514 EMAIL: Dana.Rizzotti@state.ma.us

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/10/11. Office Hours: Monday - Friday, 8:30 A.M. - 4:30 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

9/28/11 @ 12:00 P.M.

GENERAL BID DEADLINE:


(date and time)

10/13/11 @ 2:00 P.M.

SUB BID CATEGORIES: Lath & Plaster, Marble, Painting, Elevators, Electrical. ADDITIONAL INFORMATION Pre-bid informational meeting: 9/7/11 at 9:00 A.M. at the site. The Designer is Ann Beha Architects, 33 Kingston St., Boston, MA 02111, Attn.: Pamela W. Hawkes, FAIA, 617-226-1635. Every general bidder must be certified by DCAM for no less than the bid price, plus all additional alternates. Plan deposit is $150 (refundable) in the form of a company check, bank check or money order, payable to the Commonwealth of Massachusetts. DCAM does not mail plans and specs.

46

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Conservation and Recreation, Department of (DCR) 251 Causeway St. 6th Floor Boston, MA 02114

***CORRECTED***

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

P11-2710-C1A $2,700,000.00

PROJECT: Installation of Fencing, Guard Rail, Closure Gates and Impact Attenuators, Statewide, 24-Month Contract: Repair and enhance public safety by improving infrastructure; installation of new and maintenance of existing guard rail, fencing, impact attenuators and closure gates at various DCR sites. CONTACT INFORMATION PHONE: 617-626-4923/617-626-1428 FAX: 617-626-1449 Mark MacLean for Questions/JohnnieMae Cabral for CDs
(place, date and time)

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

EMAIL: mark.maclean@state.ma.us

PLANS/SPECIFICATIONS AVAILABLE For pick-up (CDs) at the above agency address, 8/3/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid meeting: 8/10/11 at 10:00 A.M. in the Atrium at the above agency address. ***All General Contractors must be DCR Pre-qualified in Category 9 - Other Fencing and Guard Rail.*** All CDs are free of charge.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Dartmouth Fire District 2 1100 Russells Mills Rd. Dartmouth, MA 02748

PROJECT NUMBER:

**REVISED**

ESTIMATED COST: CONTRACTOR QUALIFICATION:

$1,100,000 DCAM Certificate

PROJECT: Additions and renovations to an existing Fire Station including new Apparatus Bay, Office, Septic System and Site Improvements. CONTACT INFORMATION Antonia A. Kenny
(place, date and time)

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

PHONE: 508-540-0075

FAX: 508-540-0079 EMAIL: kk.arch@verizon.net

PLANS/SPECIFICATIONS AVAILABLE Keenan & Kenny Architects, Ltd., 189 Main St., Falmouth, MA 02450, 8/10/11 at 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

8/25/11 @ 2:00 P.M.

GENERAL BID DEADLINE:


(date and time)

9/8/11 @ 2:00 P.M.

SUB BID CATEGORIES: Unit Masonry, Roofing & Flashing, HVAC, Plumbing, Electrical ADDITIONAL INFORMATION Non-Mandatory Pre-Bid Conference: 8/18/11 at 10:00 A.M.

47

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Development Finance Agency, Massachusetts (MassDevelopment) 33 Andrews Parkway Devens, MA 01434

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

12-001 $450,000 DCAM Certificate

PROJECT: Shirley Housing Steam Pipe Removal and Building #17 Demolition. Work includes excavating, removal and disposal of ACM steampipe and abatement and demolition of Building #17, 205 Jackson Rd., Devens. CONTACT INFORMATION John Marc-Aurele PLANS/SPECIFICATIONS AVAILABLE 8/15/11.
(place, date and time)

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

PHONE: 978-784-2926

FAX: 978-772-8815 EMAIL: jmarcaurele@massdevelopment.com

CONTRACT INFORMATION: SUB BID DEADLINE:


(date and time)

GENERAL BID DEADLINE:


(date and time)

9/1/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-Bid Conference: 8/18/11 at 10:00 A.M. at the above agency address.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$120,000

PROJECT: Replacement of Biofilter Media. CONTACT INFORMATION Richard Weare


(place, date and time)

PHONE: 978-685-1612 EMAIL:

FAX: 978-685-7790

PLANS/SPECIFICATIONS AVAILABLE Above agency address, 7/29/11, 8:00 A.M. - 4:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/25/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid site inspection: 8/10/11 at 10:00 A.M. Plans available at no charge. Specs will be mailed for $10 (nonrefundable) in the form of a check.

48

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston, MA 02128
PROJECT: Demolition of Hangar 24 at L.G. Hansom Airfield, Concord. CONTACT INFORMATION Anthony Bongarzone PLANS/SPECIFICATIONS AVAILABLE Above agency address, 8/9/11.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

H228-C1 $2,000,000 DCAM Certificate

(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)

9/7/11 @ 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.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston, MA 02128
PROJECT: Demolition of Former Maintenance Building at Paul W. Conley Terminal, South Boston. CONTACT INFORMATION Kevin McWeeney PLANS/SPECIFICATIONS AVAILABLE Above agency address.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

M394-C1 $55,000

(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)

8/24/11 @ 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.

49

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Raynham Center Water District 280 Pleasant St. Raynham, MA 02767

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:


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

$115,000

PROJECT: Raymond Ave. Water Main Replacement. Replacement of 750 linear feet of six-inch a.c. water main. CONTACT INFORMATION Thomas J. Mahanna, P.E.
(place, date and time)

PHONE: 978-577-1411

FAX: 978-692-4578 EMAIL: tom.mahanna@stantec.com

PLANS/SPECIFICATIONS AVAILABLE Stantec, 5 LAN Drive Suite 300, Westford, MA 01886, 8/11/11 at 12:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/1/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Refundable plan deposit is $50.00, payable to to Stantec. Postage and handling fee is $25.00, payable to Stantec.

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Salem State University 352 Lafayette St. Salem, MA 01970

PROJECT NUMBER: ESTIMATED COST:

SSU 2011 F, Contract # 2 $1,292,857 DCAM Certificate

CONTRACTOR QUALIFICATION:

PROJECT: Replace three roofs at O'Keefe Center, located at 225 Canal St., Salem. CONTACT INFORMATION James Reilly
(place, date and time)

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

PHONE: 978-542-6004

FAX: 978542-7700 EMAIL: ctr_jreilly@salemstate.edu

PLANS/SPECIFICATIONS AVAILABLE Facilities Department, 70 Loring Ave. Rear, Salem, MA 01970, 8/10/11 after 1:00 P.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Mandatory site visit: 8/17/11 at 10:00 A.M. Bid questions should be submitted to Baker/Whol Architects. Cost of plans $100.00 refundable. Plans will not be mailed or sent by FedEx.

50

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116
PROJECT: District 6: Scheduled and Emergency Traffic Controls at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606359 $206,000.00 Department of Highway

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

PHONE: 617-973-7620 EMAIL:

FAX: 617-973-8397

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Attn.: Paul March, Cashier's Office, 8/30/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/13/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116
PROJECT: District 6: Scheduled and Emergency Drainage Structure Cleaning at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606370 $463,000.00 Department of Highway

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

PHONE: 617-973-7620 EMAIL:

FAX: 617-973-8397

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Attn.: Paul March, Cashier's Office, 8/30/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/13/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

51

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606217 $487,000.00 Department of Highway

PROJECT: Deerfield - Whatley: Roadway Reconstruction and Related Work, Including Traffic Signals, 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.: Paul March, Cashier's Office, 8/30/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/20/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

AWARDING AUTHORITY AND PROJECT INFORMATION AGENCY:

Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116
PROJECT: District 6: Scheduled and Emergency Bridge Repairs at Various Locations. CONTACT INFORMATION Frank H. Kucharski, P.E.
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606362 $4,308,000.00 Department of Highway

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

PHONE: 617-973-7620 EMAIL:

FAX: 617-973-8397

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Attn.: Paul March, Cashier's Office, 9/6/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/20/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

52

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

606216 $391,000.00 Department of Highway

PROJECT: Scituate: Sidewalk Reconstruction and Related Work on a Section of Hollett St. (Safe Routes to Hatherly School). CONTACT INFORMATION Frank H. Kucharski, P.E.
(place, date and time)

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

PHONE: 617-973-7620 EMAIL:

FAX: 617-973-8397

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Attn.: Paul March, Cashier's Office, 8/30/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/20/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

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:

603252 $2,341,000.00 Department of Highway

PROJECT: Taunton: Bridge Superstructure Replacement (T-01-051) and Bridge Rehabilitation, Including Painting (T-01-057), both on Holloway St. over Route 140 (ABP). CONTACT INFORMATION Frank H. Kucharski, P.E.
(place, date and time)

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

PHONE: 617-973-7620 EMAIL:

FAX: 617-973-8397

PLANS/SPECIFICATIONS AVAILABLE Above agency address, Attn.: Paul March, Cashier's Office, 9/6/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

9/20/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION

53

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

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

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

CL12-HT-0008 $100,000.00 DCAM Certificate

PROJECT: South Campus Power Plant Oil Heat Exchangers/Heat Exchange Pump Skid Replacement. CONTACT INFORMATION Heather Tziotziouras PHONE: 978-934-3500

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

FAX: 978-934-5070 EMAIL: Purchasing@uml.edu

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 or hard copy requested). (place, date and time) CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/24/11 @ 11:00 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Site visit: 8/17/11 at 10:00 A.M. at the South Campus Coburn Hall Parking Lot.

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 10-A2

DCAM Certificate

PROJECT: RFQ for Tile; Acoustical Tile; Resilient Flooring; Painting for the new Commonwealth Honors College Residential Complex (CHCRC), UMass Amherst. CONTACT INFORMATION Brendan Crosby
(place, date and time)

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

PHONE: 617-744-3126

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

PLANS/SPECIFICATIONS AVAILABLE Online at www.joslinlesser.com, 8/10/11 at 9:00 A.M. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/26/11 @ 2:00 P.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION The SOQ's must be submitted in response to the RFQ by the deadline.

54

CR-2
AGENCY:

CENTRAL REGISTER - GENERAL CONTRACTS


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

AWARDING AUTHORITY AND PROJECT INFORMATION

Water Resources Authority, Massachusetts (MWRA) Charlestown Navy Yard 100 First Ave. Building 39 Boston, MA 02129
PROJECT: Install Lightning Protection System MWRA Chelsea Screen House. CONTACT INFORMATION Ted Otis
(place, date and time)

PROJECT NUMBER: ESTIMATED COST: CONTRACTOR QUALIFICATION:

WRA-3345 $20,000

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

PHONE: 617-242-6000

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

PLANS/SPECIFICATIONS AVAILABLE On the Comm-PASS Website at www.comm-pass.com, 8/10/11. CONTRACT INFORMATION: SUB BID DEADLINE:
(date and time)

GENERAL BID DEADLINE:


(date and time)

8/31/11 @ 11:30 A.M.

SUB BID CATEGORIES: ADDITIONAL INFORMATION Pre-bid conference: 8/23/11 at 10:00 A.M. at the MWRA Chelsea Screen House. Attendees must contact Ted Otis one day prior for access instructions.

55

CR-5
AWARDING AUTHORITY: AGENCY: Amherst, Town of 4 Boltwood Ave. Amherst, MA 01002 CONTACT Nathaniel Malloy

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Community Field barrier removal project.

PHONE EMAIL:

413-259-3322 malloyn@amherstma.gov

FAX: 413-259-2402

Taylor Davis Landscape & Construction P.O. Box 507 577 West St. Amherst, MA 01004 Gardner C.I.S. 47 Olivine St. Chicopee, MA 01013

Diversified Construction Services, Northern Construction Service, LL All States Materials Group LLC P.O. Box 91 775 Pleasant St. Unit 11 100 University Drive Sunderland, MA 01375 Weymouth, MA 02189 Amherst, MA 01002

J.L. Construction Corp. P.O. Box 760 West Springfield, MA 01090

56

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 16-000-11-3

Barnstable, Town of Department of Public Works 382 Falmouth Rd. Hyannis MA 02601 CONTACT Denise Geoffrion

PROJECT: Maher and Straightway Water Pump Stations.

PHONE EMAIL:

508-790-6400 ext. 4935

FAX: 508-790-6400

denise.geoffrion@town.barnstable.ma.us

Natgun Corp. 11 Teal Rd. Wakefield, MA 01880 Waterline Companies 7 London Lane Seabrook, NH 03874 Construction Dynamics, Inc. 270 Airport Rd. Fitchburg, MA 01420 Water Works Supply Corp. 869 Eastern Ave. Malden, MA 02148 Ian Technology Solutions, LLC 15 Indian Ridge Rd. Atkinson, NH 03811 Construction Dynamics, Inc. 270 Airport Rd. Fitchburg, MA 01420 MECO Environmental Services 1119 Washington St. Weymouth, MA 02189 Old Castle Precast 151 Old Farms Rd. Avon, CT 06001 Hugo Key & Son, Inc. P.O. Box 6 Newport, MA 02840 Biszko Corp. 20 Development St. Fairhaven, MA 02719 Bortolotti Construction 45 Industry Rd. Marstons Mills, MA 02648 Spartan Industries 38 Poisson St. Cumberland, RI 02864 MECO Environmental Services 1119 Washington St. Weymouth, MA 02189

Fall River Electrical Associates 74 Corneau St. Fall River, MA 02721 J.W. Dubis & Sons, Inc. 79 Stoney Hill Rd. Chatham, MA 02633 Preload, Inc. 0 Commercial Drive Hauppauge, NY 11788 Engineered Fluid, Inc. 1221 North Elm St. Centralia, IL 62801 Waterline Companies 7 London Lane Seabrook, NH 03874 Wes Construction Corp. 50 Industrial Drive Halifax MA 02338 Scherbon Consolidates, Inc. 40 Haverhill Rd. Amesbury, MA 01913 Bay State Regional Contractors 73 Desert Sands Lane Yarmouthport, MA 02675 United Concrete Products 13 Church St. Yalesville, CT 06492 Ferguson 1039 Industrial Drive Pineville, NC 28134 Shea Concrete 153 Cranberry Highway Rochester, MA 02770 D.C. Construction Co., Inc. 415 V.F.W. Drive Rockland, MA 02370

Ian Technology Solutions, LLC 15 Indian Ridge Rd. Atkinson, NH 03811 Boyco 101 Commercial Way East Providence, RI 02914 Caldwell Tanks, Inc. 4000 Tower Rd. Louisville, KY 40219 R.H. White Construction, Inc 41 Central St. Auburn, MA 01501 Boyco 101 Commercial Way East Providence. RI 02914 Water Works Supply Corp. 869 Eastern Ave. Malden, MA 02148 Nuwater, Inc. 9 Pond St. Unit A Seekonk, MA 02771 Bisco 60 Stergis Way Dedham, MA 02026 John Tucker 722 Heatherwood Drive Grapevine, TX 76051 Sparks Co., Inc. 451 Long Highway Little Compton, RI 02837 Electrical Installations, Inc. 875 State Rd. Westport, MA 02790 Northern Paving P.O. Box 995 Dennisport, MA 02639

M.C.A. U.S.A. 4 A St. Burlington, MA 01803 Robert B. Our Co., Inc. P.O. Box 1539 Harwich, MA 02645 Wes Construction Corp. 50 Industrial Drive Halifax, MA 02338 Fall River Electrical Associates 74 Corneau St. Fall River, MA 02721 Robert B. Our Co., Inc. P.O. Box 1539 Harwich, MA 02645 Engineered Fluid, Inc. 1221 North Elm St. Centralia, IL 62801 Barbato Construction Co., Inc. 115 East Grove St. Middleboro, MA 02346 Hayes Pumps, Inc. 66 Old Powder Mill Rd. West Concord, MA 01742 C.C. Construction, Inc. P.O. Box 1493 South Dennis, MA 02660 Precision Systems 451 Huntington Drive Calument City, IL 60409 B.A.U./Hopkins 310 South St. Plainville, MA 02762 Weston & Sampson C.M.R., Inc. 5 Centennial Drive Peabody, MA 01960

57

CR-5
AWARDING AUTHORITY: AGENCY: Barnstable, Town of Procurement 230 South St. Hyannis, MA 02061 CONTACT Johanna Boucher

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Barnstable High School Stadium Field Light Improvements.

PHONE EMAIL:

FAX:

KOBO Utility & Construction, Inc Peguero 4500 Lake Forest Drive Suite 502 18 Fruean Way Cincinnati, OH 45242 South Yarmouth, MA 02664 Fall River Electrical Associates, In E.W. Audet & Sons, Inc. 74 Corneau St. P.O. Box 2039 Fall River, MA 02721 Providence, RI 02905
AWARDING AUTHORITY: AGENCY: Barnstable, Town of Procurement 230 South St. Hyannis, MA 02601 CONTACT Johanna Boucher PROJECT NUMBER:

Brite-Lite Electrical Co., Inc. 11 Front St. Weymouth, MA 02188 Musco Sports Lighting, LLC P.O. Box 260 Muscatine, IA 52761

McGraw Hill Construction 34 Crosby Drive Suite 201 Bedford, MA 01730

PROJECT: MEA EDPM Roof Repair Project.

PHONE EMAIL:

FAX:

Commercial Roofing & Contractin Custom Copper & Slate, Ltd. P.O. Box 662 Inc. Medfield, MA 02052 P.O. Box 647 340 Kennedy Drive Putnam, CT 06260 Greenwood Industries, Inc. 50 Howe Ave. Millbury, MA 01527 Belcour Corp. P.O. Box 813 99 Front St. Woonsocket, RI 02895 D.D.C. Construction 245 Aquidneck St. New Bedford, MA 02744

Peguero 4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242

Robert Briggs 49 Telegraph Rd. Dennisport, MA 02639

Teegarden 28 North Clark St. Suite 450 Chicago, IL 60602

Benn Construction Co., Inc. P.O. Box 638 Sandwich, MA 02563

Confluent Forms, LLC 182 Main St. Suite 201 Northampton, MA 01060

Rockwell Roofing, Inc. 44 Pond St. Leominster, MA 01453

58

CR-5
AWARDING AUTHORITY: AGENCY: Barnstable, Town of Procurement 230 South St. Hyannis, MA 02601 CONTACT Johanna Boucher

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Barnstable High School Kiln Room Through Wall Flashing and Roof Repair Project.

PHONE EMAIL:

FAX:

Rockwell Roofing, Inc. 44 Pond St. Leominster, MA 01453 Teegarden 28 North Clark St. Suite 450 Chicago, IL 60602

D.D.C. Construction 245 Aquidneck St. New Bedford, MA 02744 Belcour Corp. P.O. Box 813 99 Front St. Woonsocket, RI 02895 Custom Copper & Slate, Ltd. P.O. Box 662 Medfield, MA 02052

Confluent Forms, LLC 182 Main St. Suite 201 Northampton, MA 01060 Greenwood Industries, Inc. 50 Howe Ave. Millbury, MA 01527

Benn Construction Co., Inc. P.O. Box 638 Sandwich, MA 02563 Robert Briggs 49 Telegraph Rd. Dennisport, MA 02639

Peguero 4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242

Commercial Roofing & Contractin Inc. P.O. Box 647 340 Kennedy Drive Putnam, CT 06260

AWARDING AUTHORITY: AGENCY: Boxborough, Town of 29 Middle Rd. Boxborough, MA 01719 CONTACT Thomas Garmon PROJECT NUMBER: 50741 PROJECT: Road Paving and Services.

PHONE EMAIL:

978-263-1600 dpw@town.boxborough.ma.us

FAX:

Mass Broken Stone P.O. Box 276 Berlin, MA 01503 D. & R. Paving 250 Broadway St. Melrose, MA 02176 Brox Industries 1471 Methuen St. Dracut, MA 01826

Nashoba Paving 45 Power Rd. Westford, MA 01886 P.J. Albert 199 Upham St. Fitchburg, MA 01420 P.J. Keating 998 Reservoir Rd. Lunenburg, MA 01462

Aggregate Industries 16 Oak St. Chelmsford, MA 01824 E.M. Perkins P.O. Box 301 Wayland, MA 01778

Murray Paving & Reclamation 55 Whitney St. Holliston, MA 01746 Sunshine Paving Corp 89 Meadow Brook Rd. North Chelmsford, MA 01863

59

CR-5
AWARDING AUTHORITY: AGENCY: Braintree, Town of 1 J.F.K. Memorial Drive Braintree, MA 02184 CONTACT Elizabeth Wolfe

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Interior Finish at the Thayer Public Library, 798 Washington St., Braintree. PHONE EMAIL: 781-848-0405 ewolfe@braintreema.gov FAX:

Dandis Contracting, Inc. 636 Washington St. Canton, MA 02021 iSqFt 4500 Lake Forest Drive Suite 502 Cincinnati, OH 45242

Page Building Construction 135 Old Page St. Stoughton, MA 02072 Reed Construction Data 30 Technology Parkway South Norcross, Georgia 30092

B.S.A. Painting Co., Inc. 27 Park St. Arlington, MA 02474 Santangelo Flooring 75 Christopher St. Dorchester, MA 02122 Clerk of Works 22 Oak Hill Rd. Braintree, MA 02184

Merrimac Tile & Stone 18 Tsienneto Rd. Derry, NH 03038 ProjectDog 18 Graf Rd. Suite 8 Newburyport, MA 01950

Mass Construction & Management Vareika Construction, Inc. 219 Walnut St. Inc. West Bridgewater, MA 02379 20 Scanlon Drive Randolph, MA 02368
AWARDING AUTHORITY: AGENCY: Brockton, City of Housing Authority 45 Goddard Rd. Brockton, MA 02301 CONTACT Nancy Macedo PROJECT NUMBER:

50-52 Tremont Street

PROJECT: Complete renovations/rehabilitation of each apartment, involving interior and exterior work, including roofing,carpentry, siding repairs, kitchen and bathroom remodeling, flooring, painting, plumbing, HVAC and electrical work. PHONE EMAIL: 508-588-6880 FAX: 508-580-6261 nancy.macedo@brocktonhousingauthority.com

McGraw Hill 34 Crosby Drive Suite 201 Bedford, MA 02730 D.D.C. 20 Query St. New Bedford, MA 02745

iSqFt 5 Commonwealth Ave. Unit 5 Woburn, MA 01801

ProjectDog 18 Graf Rd. Suite 8 Newburyport, MA 01950

Northern Contracting Corp. P.O. Box 96 Canton, MA 02021 R. Mullen & Associates 273 Washington St. Weymouth, MA 02188

Reed Construction Data Compass Plumbing & Heating 30 Technology Parkway South Suit 50 Oliver St. Suite 107 North Easton, MA 02356 100 Norcross, GA 30092 Emond Plumbing & Heating 104 Dean St. Suite 202 Taunton, MA 02780 Araujo Brothers 224 Nyes Lane Acushnet, MA 02743 Vareika Construction 219 Walnut St. West Bridgewater, MA 02379

Air Safe Contracting P.O. Box 266 Wrentham, MA 02093 Seekonk Heating Services 911 Taunton Ave. Seekonk, MA 02771

M-V Electrical 10 Conduit St. Acushnet, MA 02743

60

CR-5
AWARDING AUTHORITY: AGENCY: Brockton, City of Public Schools 43 Crescent St. Brockton, MA 02301 CONTACT ProjectDog

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 791950

PROJECT: Downey Elementary School Roof Replacement.

PHONE EMAIL:

978-499-9014 frontdesk@projectdog.com

FAX: 978-499-9016

Architectural Engineers 77 Summer St. Boston, MA 02110

Brockton Public Schools 43 Crescent St. Brockton, MA 02301

Built Up Roofing Systems 1631 Hyde Park Ave. Hyde Park, MA 02136

Commercial Roofing & Contract Inc. 340 Kennedy Drive Putnam, CT 06260

Gibson's Roofs, Inc. 369 Winter St. Hanover, MA 02339

Greenwood Industries 50 Howe Ave. Millbury, MA 01527

Massachusetts School Board Autho McGraw-Hill 34 Crosby Drive 40 Broad St. Bedford, MA 01730 Boston, MA 02109 Simpson Gumpertz & Heger 41 Seyon St. Building 1 Suite 500 Waltham, MA 02453 Skanska U.S.A. 253 Summer St. Boston, MA 02210

Reed Construction Data Reliable Roofing 30 Technology Parkway South Suit 105 Irving St. Framingham, MA 01702 500 Norcross, GA 30092 Stanley Roofing Co., Inc. 42 Mitchell Rd. Ipswich, MA 01938
AWARDING AUTHORITY: AGENCY: Brockton, City of Public Schools 43 Crescent St. Brockton, MA 02301 CONTACT ProjectDog PROJECT NUMBER:

791951

PROJECT: East Junior High School Roof Replacement.

PHONE EMAIL:

978-499-9014 frontdesk@projectdog.com

FAX: 978-499-9016

Architectural Engineers 77 Summer St. Boston, MA 02110

Brockton Public Schools 43 Crescent St. Brockton, MA 02301

Built Up Roofing Systems 1631 Hyde Park Ave. Hyde Park, MA 02136

Commercial Roofing & Contract Inc. 340 Kennedy Drive Putnam, CT 06260

Gibson's Roofs, Inc. 369 Winter St. Hanover, MA 02339

Greenwood Industries 50 Howe Ave. Millbury, MA 01527

Massachusetts School Board Autho McGraw-Hill 40 Broad St. 34 Crosby Drive Boston, MA 02109 Bedford, MA 01730 R.F.S. Engineering 71 Water St. Laconia, NH 03246 Skanska U.S.A. 253 Summer St. Boston, MA 02210

Reed Construction Data Reliable Roofing 30 Technology Parkway South Suit 105 Irving St. Framingham, MA 01702 500 Norcross, GA 30092 Stanley Roofing Co., Inc. 42 Mitchell Rd. Ipswich, MA 01938

61

CR-5
AWARDING AUTHORITY: AGENCY: Brockton, City of Public Schools 43 Crescent St. Brockton, MA 02301 CONTACT ProjectDog

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 791952

PROJECT: Brockton High School.

PHONE EMAIL:

978-499-9014 frontdesk@projectdog.com

FAX: 978-499-9016

McGraw-Hill 34 Crosby Drive Bedford, MA 01730

Reed Construction Data Reliable Roofing 30 Technology Parkway South Suit 105 Irving St. Framingham, MA 01702 500 Norcross, GA 30092 Stanley Roofing Co., Inc. 42 Mitchell Rd. Ipswich, MA 01938 Architectural Engineers 77 Summer St. Boston, MA 02110

R.F.S. Engineering 71 Water St. Laconia, NH 03246

Skanska U.S.A. 253 Summer St. Boston, MA 02210 Built Up Roofing Systems 1631 Hyde Park Ave. Hyde Park, MA 02136

Brockton Public Schools 43 Crescent St. Brockton, MA 02301 Greenwood Industries 50 Howe Ave. Millbury, MA 01527

Commercial Roofing & Contractin Gibson's Roofs, Inc. 369 Winter St. Inc. Hanover, MA 02339 340 Kennedy Drive Putnam, CT 06260

Massachusetts School Board Autho 40 Broad St. Boston, MA 02109


AWARDING AUTHORITY: AGENCY: Brockton, City of Public Schools 43 Crescent St. Brockton, MA 02301 CONTACT ProjectDog PROJECT NUMBER: 791956 PROJECT: Raymond and Davis Elementary Schools Roof Replacement and Associated Repairs.

PHONE EMAIL:

978-499-9014 frontdesk@projectdog.com

FAX: 978-499-9016

Architectural Engineers 77 Summer St. Boston, MA 02110 C.A.M. HVAC & Construction 116 Lydia Ann Rd. Smithfield, RI 02917

Bay Steel Co., Inc. 1055 Plymouth St. Bridgewater, MA 02324

Brockton Public Schools 43 Crescent St. Brockton, MA 02301

Built Up Roofing Systems 1631 Hyde Park Ave. Hyde Park, MA 02136 Gibson's Roofs, Inc. 369 Winter St. Hanover, MA 02339

Commercial Roofing & Contractin Enterprise Equipment Co., Inc. 276 Libbey Parkway Inc. Weymouth, MA 02189 340 Kennedy Drive Putnam, CT 06260 Massachusetts School Board Autho McGraw-Hill 34 Crosby Drive 40 Broad St. Bedford, MA 01730 Boston, MA 02109 Reed Construction Data Reliable Roofing 30 Technology Parkway South Suit 105 Irving St. Framingham, MA 01702 500 Norcross, GA 30092 Skanska U.S.A. 253 Summer St. Boston, MA 02210 Stanley Roofing Co., Inc. 42 Mitchell Rd. Ipswich, MA 01938

Greenwood Industries 50 Howe Ave. Millbury, MA 01527 Paul J. Rogan Co. 25 Hayward St. Braintree, MA 02184

P.J. Spillane 97 Tileston St. Everett, MA 02149 Rockwell Roofing, Inc. 44 Pond St. Leominster, MA 01453

Simpson Gumpertz & Heger 41 Seyon St. Building 1 Suite 500 Waltham, MA 02453

W.T. Rich 29 Crafts St. Suite 300 Newton, MA 02458

62

CR-5
AWARDING AUTHORITY: AGENCY: Brockton, City of Public Schools 43 Crescent St. Brockton, MA 02301 CONTACT ProjectDog

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: 791953

PROJECT: North Junior High School Roof Replacement.

PHONE EMAIL:

978-499-9014 frontdesk@projectdog.com

FAX: 978-499-9016

Architectural Engineers 77 Summer St. Boston, MA 02110

Brockton Public Schools 43 Crescent St. Brockton, MA 02301

Built Up Roofing Systems 1631 Hyde Park Ave. Hyde Park, MA 02136

Commercial Roofing & Contract Inc. 340 Kennedy Drive Putnam, CT 06260

Gibson's Roofs, Inc. 369 Winter St. Hanover, MA 02339

Greenwood Industries 50 Howe Ave. Millbury, MA 01527

Massachusetts School Board Autho McGraw-Hill 34 Crosby Drive 40 Broad St. Bedford, MA 01730 Boston, MA 02109 R.F.S. Engineering 71 Water St. Laconia, NH 03246 Skanska U.S.A. 253 Summer St. Boston, MA 02210

Reed Construction Data Reliable Roofing 30 Technology Parkway South Suit 105 Irving St. Framingham, MA 01702 500 Norcross, GA 30092 Stanley Roofing Co., Inc. 42 Mitchell Rd. Ipswich, MA 01938
AWARDING AUTHORITY: AGENCY: Brockton, City of Public Schools 43 Crescent St. Brockton, MA 02301 CONTACT ProjectDog PROJECT NUMBER:

791957

PROJECT: Hancock Elementary School and West Junior High School Roof Replacement and Associated Repairs.

PHONE EMAIL:

978-499-9014 frontdesk@projectdog.com

FAX: 978-499-9016

Architectural Engineers 77 Summer St. Boston, MA 02110 Greenwood Industries 50 Howe Ave. Millbury, MA 01527

Brockton Public Schools 43 Crescent St. Brockton, MA 02301

Built Up Roofing Systems 1631 Hyde Park Ave. Hyde Park, MA 02136

Gibson's Roofs, Inc. 369 Winter St. Hanover, MA 02339 Reed Construction Data 30 Technology Parkway South Su 500 Norcross, GA 30092 Stanley Roofing Co., Inc. 42 Mitchell Rd. Ipswich, MA 01938

Massachusetts School Board Autho McGraw-Hill 34 Crosby Drive 40 Broad St. Bedford, MA 01730 Boston, MA 02109

Reliable Roofing 105 Irving St. Framingham, MA 01702

Simpson Gumpertz & Heger 41 Seyon St. Building 1 Suite 500 Waltham, MA 02453

Skanska U.S.A. 253 Summer St. Boston, MA 02210

63

CR-5
AWARDING AUTHORITY: AGENCY: Natick, Town of Board of Selectmen 75 West St. Natick, MA 01760 CONTACT

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: W-130

PROJECT: Springvale No. 3 Water Station Rehabilitation.

PHONE EMAIL:

781-890-3980 geldridge@haleyward.com

FAX: 781-890-1491

Gregory J. Eldridge, P.E.

The Blue Book 800 East Main St./Old Route 6 & Indian Hill Jefferson Valley, NY 10535 ProjectDog 18 Graf Rd. Unit 8 Newburyport, MA 01950

Dankris Builders Corp. 6 High St. Plainville, MA 02762

Reed Construction Data 30 Technology Parkway South Suit 100 Norcross, GA 30092 Winston Builders Corp. 55 Hopkinton Rd. Westborough, MA 01581

Fall River Electrical Associates C Inc. 74 Corneau St. Fall River, MA 02721 Ewing Electrical Co., Inc. P.O. Box 370 3 North Rd. Deerfield, NH 03037 McGraw Hill Companies 34 Crosby Drive Suite 201 Bedford, MA 01730

Metropolitan Corp. 540 Main St. Millis, MA 02054

Ostrow Electric Co. 9 Mason St. Worcester, MA 01609

Barbato Construction Co., Inc. P.O. Box 1259 155 East Grove St. Middleboro, MA 02346

Phillips Electric, Inc. 69 Milton St. Suite 201 Dedham, MA 02026

AWARDING AUTHORITY: AGENCY: Newburyport, City of Water and Sewer Office 60 Pleasant St. Newburyport, MA 01950 CONTACT Andrea David PROJECT NUMBER: PROJECT: Wastewater Treatment Facility Improvements, Contract 2, MADEPDMS-CWSRF ID No. 3266.

PHONE EMAIL:

978-532-1900 davida@wseinc.com

FAX: 978-977-0100

Modern Glass & Aluminum, Inc. 42 Eastman St. Easton, MA 02334 Stanley Roofing Co., Inc. 42 Mitchell Rd. Ipswich, MA 01938

Kinsmen Corp. 35 Londonderry Turnpike Hooksett, NH 03106 Rockwell Roofing, Inc. 44 Pond St. Leominster, MA 01453

DAgostino Associates 46 Farwell St. Newton, MA 02460 Methuen Construction Co., Inc. 40 Lowell Rd. Salem, NH 03079

Brite-Lite Electrical Co., Inc. 11 Front St. Weymouth, MA 02188 Piquette & Howard Electric Serv Inc. 222 Plaistow Rd. Plaistow, NH 03865 Capeway Roofing Systems, Inc. 664 Sanford Rd. Westport, MA 02790 Kapiloffs Glass, Inc. 47 New Ashford Rd. Williamstown, MA 01267 Dandis Contracting, Inc. 636 Washington St. Suite 10 Canton, MA 02021 John W. Egan Co., Inc. 3 Boarder St. West Newton, MA 02465

McGraw-Hill Construction 34 Crosby Drive Suite 201 Bedford, MA 01730

Enterprise Equipment Co., Inc. 276 Libbey Parkway Weymouth, MA 02189

Stronghold Masonry, Inc. 801 Water St. Framingham, MA 01701 Ms. Pipe, LLC 1088 Cook Rd. St Albans, VT 05478 United Steel, Inc. 164 School St. East Hartford, CT 06108 P.J. Spillane Co. 97 Tileston St. Everett, MA 02149

D. & S. Commercial Masonry, Inc. Ewing Electrical Co., Inc. 3 North Rd. 45 Industrial Rd. Deerfield, NH 03037 Wrentham, MA 02093 L.A.L. Masonry Co., Inc. 27 Ferncliff Ave. Saugus, MA 01906 The Lydon Co., LLC 35 Oak Hill Way Brockton, MA 02301 H.D. Supply Waterworks 1 Hartford Square New Britain, CT 06052 Chapman Waterproofing Co. 395 Columbia Rd. Boston, MA 02125 D. & C. Construction Co., Inc. 415 V.F.W. Drive Rockland, MA 02370 C.D.C. News 1 Oak Brook Terrace Suite 510 Oak Brook, IL 60181

R.J. Forbes Painting Contractor, In Richardson Electrical Co., Inc. 228 ONeil Boulevard 17 Batchelder Rd. Attleboro, MA 02703 Seabrook, NH 03874

64

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Lyons Turning Mill Ruins Stabilization.

Quincy, City of Quincy Quarry Workers Museum c/o Structures North Consulting Engineers 60 Washington St. Suite 401 Salem, MA 01970 CONTACT Patty Moore

PHONE EMAIL:

978-745-6817

FAX: 978-745-6067

ProjectDog 18 Graf Rd. #8 Newburyport, MA 01950

Folan Waterproofing & Constructio 795 Washington St. South Easton, MA 02375

AWARDING AUTHORITY: AGENCY: Springfield, City of Housing Authority Capital Improvements Department 117 Sanderson St. Rear Springfield, MA 01107 CONTACT My-Ron Hatchett PROJECT NUMBER: 11-2159 PROJECT: Community Room Renovation at the Carpe Diem Apartments.

PHONE EMAIL:

413-786-9600 mail@reinhardtassoc.com

FAX: 413-786-8699

Dodge Reports 34 Crosby Drive #201 Bedford, MA 01730


AWARDING AUTHORITY: AGENCY: Taunton, City of c/o Taunton Nursing Home 350 Norton Ave. Taunton, MA 02780 CONTACT John A. Brennan

Reed Construction Data Nationwide Construction, Inc. 30 Technology Parkway South #50 105 Hampden St. Norcross, GA 30092 West Springfield, MA 01089

C.D.C. Publishing, LLC 1 Oak Brook Terrace Suite 510 Oak Brook, IL 60181

PROJECT NUMBER: PROJECT: Taunton Nursing Home Dining Room Renovations.

PHONE EMAIL:

508-822-1132 tnh1admin@tmlp.net

FAX: 508-880-8663

Rinaldi, Inc. P.O. Box 178 2 Manchester Drive Sheldonville, MA 02070 ProjectDog 18 Graf Rd. Unit 8 Newburyport, MA 01950 Construction Data Co. One Oak Brook Terrace Suite 510 Oak Brook, IL 60181

Dandis Contracting, Inc. 636 Washington St. Suite 10 Canton, MA 02021

Bay State Contracting Co., LLC P.O. Box 345 38 Washington St. North Pembroke, MA 02358

Central Ceilings, Inc. 36 Norfolk Ave. South Easton, MA 02375

McGraw-Hill Construction/Dodge Air Safe Contracting Co. 3315 Central Ave. 45 Luke St. Hot Springs, AR 71913 Wrentham, MA 02093 Village Forge, Inc. 51 Industrial Drive Readville, MA 02137 Pergola Construction Co., Inc. 175 Essex St. Swampscott, MA 01907

Vareika Construction, Inc. 219 Walnut St. Suite B West Bridgewater, MA 02379 Reed Construction Data 30 Technology Parkway South Su 100 Norcross, GA 30092

Mello Electric Co., Inc. 138 Morgan St. Fall River, MA 02721

iSqFt 5 Commonwealth Ave. Unit 5 Woburn, MA 01801

Page Building & Construction 135 Old Page St. Stoughton, MA 02072

65

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: PROJECT: Well No. 1A Pump Station and Chemical Feed Building Rehabilitation and Water SCADA Upgrades.

Williamstown, Town of Municipal Building 31 North St. Williamstown, MA 01267 CONTACT Andrea David

PHONE EMAIL:

978-532-1900 davida@wseinc.com

FAX: 978-977-0100

Shea Concrete Products 87 Haverhill Rd. Amesbury, MA 01903


AWARDING AUTHORITY: AGENCY:

C.D.C. News 1 Oak Brook Terrace Oak Brook, IL 60181

PROJECT NUMBER: PROJECT: Removal and disposal of existing roof covering and installation of attic ventilation, flashing and asphalt roof shingles. PHONE EMAIL: 413-458-5139 dave@westallarchitecture.com FAX: 413-458-1639

Berkshire Arts and Technology Charter School One Commercial Place Adams, MA 01220 CONTACT David J. Westall, R.A.

Geary Construction, Inc. 165 Eastview Drive Cheshire, MA 01225

Reed Construction Data Construction Data Co. 30 Technology Parkway South Suit One Oak Brook Terrace Suite 510 Oak Brook, IL 60181 100 Norcross, GA 30092

Vermont Roofing 1325 Harwood Hill Bennington, VT 05201

Silktown Roofing, Inc. 27 Pleasant St. Manchester, CT 06040

66

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: FMP-11-166 RFB No. 29

Bridgewater State University Purchasing Office Boyden Hall Room 202 Bridgewater, MA 02324

PROJECT: Ground Floor Renovation, Shea Durgin Hall: Work includes interior demolition, concrete, masonry, gypsum partitions, doors, frames, hardware, painting, metal windows, ceilings, plumbing, fire protection, HVAC, electrical and telecommunications upgrades to 5,300 square feet of ground floor area. Shea Durgin is located at 160 Burrill Ave., Bridgewater. PHONE EMAIL: 508-531-2213 dchagnon@bridgew.edu FAX: 508-531-6130

CONTACT Diane Chagnon

Young Electrical Services 220 High St. Rear Taunton, MA 02780 Zander Corp. 8 Elk Run Drive Middleboro, MA 02346 Webster Construction 53 Clapp St. Boston, MA 02125 Treeline Construction 130 Westborough St. Millbury, MA 01527 Scott & Scott, Inc. 165 West St. Winchendon, MA 01475 Nadeau Corp. 727 Washington St. South Attleboro, MA 02703 Gilson Paper & Paint 79 Old Center St. Middleboro, MA 02346 McGraw Hill Construction 34 Crosby Drive Bedford, MA 01730
AWARDING AUTHORITY: AGENCY:

Consigli Construction 72 Sumner St. Milford, MA 01757 Brite-Lite Electrical Co. 11 Front St. Weymouth, MA 02188 M-V Electric 10 Conduit St. Acushnet, MA 02743 ProjectDog 18 Graf Rd. Newburyport, MA 01956 C.J.M. Services, Inc. 50 Kerry Place Norwood, MA 02062 Dandis Construction 636 Washington St. Canton, MA 02021 H. Carr & Sons, Inc. 184 High St. Boston, MA 02110 General Air Conditioning & Heatin 7 Gaston St. Dorchester, MA 02121

Seekonk Heating Services 911 Taunton Ave. Seekonk, MA 02771 Harrison Electric 51 King St. Abington, MA 02351 Page Building Construction 136 Old Page St. Stoughton, MA 020272 Classic Construction 129 Commonwealth Ave. Concord, MA 01742 Pergola Construction Co. 175 Essex St. Swampscott, MA 01907 D.D.S. Industries 250 Ace St. Fall River, MA 02720 G. & H. Heating & Cooling 133 Country Rd. East Freetown, MA 02717

Central Ceilings, Inc. 36 Norfolk Ave. South Easton, MA 02375 Sparks Co. 451 Long Highway Little Compton, RI 02837 A.P. Whitaker & Sons, Inc. 652 West Center St. West Bridgewater, MA 02379 The Cheviot Corp. 55 Fourth Ave. Needham, MA 02494 Mello Electric 138 Morgan St. Fall River, MA 02721 Northern Contracting Corp. 68 Jackson St. Canton, MA 02021 Linwood Construction 331 Montvale Ave. Woburn, MA 01801

PROJECT NUMBER:

CSU0401 DC2

Capital Asset Management, Division of (DCAM) One Ashburton Place Room 1610 Boston, MA 02108 CONTACT DCAM Bid Room

PROJECT: Glazing and Sealant Repairs at Suffolk County House of Correction, Boston. PHONE EMAIL: 617-727-4003 FAX: 617-727-5514

Rockwell Roofing, Inc. 44 Pond St. Leominster, MA 01453 Folan Waterproofing Co., Inc. 795 Washington St. South Easton, MA 02375

Kapiloff's Glass, Inc. 47 New Ashford Rd. Williamstown, MA 01267 C.S.I. Contracting, Inc. 453 South Main St. Attleboro, MA 02703

G.V.W., Inc. 1200 Bennington St. East Boston, MA 02128 Acme Waterproofing Co., Inc. 241 West Water St. Rockland, MA 02370

P.J. Spillane Co. 97 Tileston St. Everett, MA 02149

67

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: FSC0501 DC1

Capital Asset Management, Division of (DCAM) One Ashburton Place Room 1610 Boston, MA 02108 CONTACT DCAM Bid Room

PROJECT: Request for Bids for Trade Contractors for Science Facility Modernization at Fitchburg State College, Fitchburg. PHONE EMAIL: 617-727-4003 FAX: 617-727-5514

Stafford Construction Co. 119 Main St. Saugus, MA 01906 Bonomo Tile Co., Inc. 215 Bridge St. Dedham, MA 02026
AWARDING AUTHORITY: AGENCY: Military Division, Massachusetts Contract Unit 50 Maple St. 1st Floor Milford, MA 01757

Northeast Painting Associates, Inc. West Floor Covering, Inc. 42 Winter St. Suite 11 881 North King St. Pembroke, MA 02359 Northampton, MA 01060

J.R.J. Construction Co., Inc. 71B Washington St. Woburn, MA 02150

PROJECT NUMBER:

983729

PROJECT: The project scope generally involves replacement of vertical translucent clerestory panels and rusted metals that contain the panels at the Hangars (AASF #1, 45,902 square foot facility constructed in 1971), related modifications to the steel structure, roof edge and antennas, vertical fiberglass sandwich panel system assemblies, flashing at bottom of fiberglass sandwich panel system to match framing. All installation materials and labor, all sealants and joint filers in direct contact with the fiberglass sandwich panel system are to be provided under the appropriate section. PHONE EMAIL: 508-233-7381 peter.etzel@state.ma.us FAX: 508-233-6565

CONTACT Peter Etzel

Casby Brothers, Inc. 197 Gardner St. West Roxbury, MA 02132

Contracting Specialists, Inc. 453 South Main St. Attleboro, MA 02703

Greenwood Industries, Inc. P.O. Box 2800 50 Howe Ave. Millbury, MA 01527

Northern Contracting Corp. P.O. Box 96 68 Jackson St. Canton, MA 02021

Skylite Installations 979 Frost Hill Rd. Belmont, VT 05730


AWARDING AUTHORITY: AGENCY: Transportation, Department of (MassDOT) Highway Division 10 Park Plaza Suite 6260 Boston, MA 02116 CONTACT Frank H. Kucharski, P.E. PROJECT NUMBER: 606351 PROJECT: District 5: Chain Link Fence Repairs and Installation at Various Locations.

PHONE EMAIL:

617-973-7620

FAX: 617-973-8397

Commonwealth Guardrail, Inc. 132 Apremont Way Westfield, MA 01085

Cosco, Inc. 707 Park East Drive Woonsocket, RI 02895

DeLucca Fence Co., Inc. Five Old Ferry Rd. Methuen, MA 01844

C.D.C. News/Construction Data One Oak Brook Terrace Suite 51 Oak Brook, IL 60181

C.I.M. McGraw Hill Construction/Dodge 1500 Providence Highway Suite 14 Reports 34 Crosby Drive Suite 201 Norwood, MA 02062 Bedford, MA 01730

68

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: CB12-MK-0005

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

PROJECT: Clark Athletics Ice Rink Painting.

PHONE EMAIL:

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

FAX: 617-287-5145

Atlas Painting Sheeting Corp. 465 Creekside Drive Amherst, NY 14228 Bouchard Painting 1 Corporate Park Drive #5 Derry, NH 03038

Bello Painting Co., Inc. 585 East St. Weymouth, MA 02188

Isoft 5 Commonwealth Ave. Unit 5 Woburn, MA 01801

Home Improvement Group 47 Johnston Rd. Boston, MA 02124 J.M.'s Painting Corp. 22 Washington St. Dedham, MA 02026

Mass Construction & Management Nick's Painting 20 Scanlon St. 655 East Broadway Randolph, MA 02368 South Boston, MA 02127 R.E. Dinneen Architects & Planner Inc. 123 North Washington St. Boston, MA 02114-2143

Reed Construction Data All Pro Painters 30 Technology Parkway South Suit 10 Lewis St. Needham, MA 02494 100 Norcross, GA 30092
AWARDING AUTHORITY: AGENCY: University of Massachusetts - Boston Procurement Department 100 Morrissey Boulevard Boston, MA 02125 CONTACT Martha Kelly PROJECT NUMBER:

CB12-MK-0007 (Re-Bid)

PROJECT: Science Center Heating Pump Replacement.

PHONE EMAIL:

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

FAX: 617-287-5145

iSqFt 5 Commonwealth Ave. Unit #5 Woburn, MA 0180 Merrimack Vallet Contractors 118 Hampson St. Dracut, MA 01826

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

Fraser Engineering 65 Court St. Newton, MA 02460-9142

Enterprise Equipment 276 Libbey Industrial Parkway Weymouth, MA 02189 Reed Construction Data 30 Technology Parkway South Su 100 Norcross, GA 30092

Welch Welding & Tech Equipment C.A.M. HVAC & Construction 164 Middlesex St. 116 Lydia Ann Rd. North Chelmsford, MA 01863 Smithfield, RI 02917

AWARDING AUTHORITY: AGENCY: University of Massachusetts - Boston Procurement Department 100 Morrissey Boulevard Boston, MA 02125 CONTACT Martha Kelly PROJECT NUMBER: CB12-MK-0008 (Re-Bid) PROJECT: Softball Field Irrigation Installation.

PHONE EMAIL:

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

FAX: 617-287-5145

Isoft 5 Commonwealth Ave. Unit #5 Woburn, MA 01801 Mountain View Landscapes & Lawncare 67 Old James St. Chicopee, MA 01020

Tasco Construction 92 Stonybrook Rd. Belmont, MA 02478

Todd Main Co., Inc. 10 Beaver Pond Rd. Beverly, MA 01915

Winterberry 2070 West St. Southington, CT 06489

69

CR-5
AWARDING AUTHORITY: AGENCY:

CENTRAL REGISTER - PERSONS RECEIVING BIDDING DOCUMENTS


PROJECT NUMBER: UMBA 10-B2

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

PROJECT: Wheatley Hall Roof Repairs, UMass Boston.

PHONE EMAIL:

617-744-3117 mmiller@joslinlesser.com

FAX: 617-924-3800

Davison Co. 90 Clarendon Ave. Somerville, MA 02143 P.J. Dionne, Inc. 60 Jonspin Rd. Wilmington, MA 01887 Reliable Roofing & Sheet Metal 105 Irving St. Framingham, MA 01702

Rockwell Roofing 44 Pond St. Leominster, MA 01453 Ostrow Electric Co. 9 Mason St. Worcester, MA 01608 P.J. Spillane Co. 97 Tileston St. Everett, MA 02149

Kapiloff's Glass, Inc. 47 New Ashford Rd. Williamstown, MA 01267 V. & G. Iron Works 1500 Shawsheen St. Tewksbury, MA 01876 Ryan Iron Works 1830 Broadway Raynham, MA 02767 Richard T. Losordo Electrical 244 Liberty Street Unit 8A Brockton, MA 02301

Stanley Roofing Co. 42 Mitchell Rd. Ipswich, MA 01938 Gibson Roofs, Inc. 369 Winter St. Hanover, MA 02339 C.A.M. HVAC & Construction 116 Lydia Ann Rd. Smithfield, RI 02917

Folan Waterproofing & Constructio R.& R. Builders 795 Washington St. Park Place South South Easton, MA 02375 350 Park St. Suite 207 North Reading, MA 01864
AWARDING AUTHORITY: AGENCY: Westover Metropolitan Airport Office of the Director of Civil Aviation 255 Padgette St. Chicopee, MA 01022 CONTACT David Nadeau, P.E. PROJECT NUMBER:

AIP No. 3-25-0061-17-2009

PROJECT: Residential Property Demolition (21 properties) and Construct Fencing for Westover Metropolitan Airport, Airport Improvement Program. PHONE EMAIL: 207-887-3842 dave.nadeau@stantec.com FAX: 207-883-3376

Standard Demolition Services 30 Nutmeg Drive Trumbull, CT 06611 Gardner C.I.S., Inc. 47 Olivine St. Chicopee, MA 01013

McConnell Enterprises, Inc. 60 Garden Park Braintree, MA 02184 Francesco Demolition 12 Canoe Club Lane Pembroke, MA 02359

J.R. Vinagro 2208 Plainfield Pike Johnston, RI 02919 S. & R. Corp. 706 Broadway St. Lowell, MA 01852 C.D.C. News Construction Data 1 Oak Brook Terrace Suite 510 Oak Brook, IL 60523

A.B.W. 352 Albany St. Springfield, MA 01103 F. & G., LLC 15 Mullen Rd. Enfield, CT 06082

Clayton D. Davenport Trucking, In Jay-Mor Enterprises 130 Colrain St. 505 Bridge St. Greenfield, MA 01301 Pelham, NH 03076

70

CR-4
AWARDING AUTHORITY: AGENCY: Amherst, Town of 4 Boltwood Ave. Amherst, MA 01002

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: PROJECT TYPE: PHONE: 413-259-3322 General Contract FAX: 413-259-2402 EMAIL: malloyn@amherstma.gov

CONTACT INFORMATION: Nathaniel Malloy

DESCRIPTION: Barrier removal at Community Field in Amherst: Replacement of existing parking, walkway and ramp with accessible features.. CONTRACT AWARDED TO: Taylor Davis Landscape Co. 577 West St. Amherst, MA 01002 CONTRACT AMOUNT: $45,742

Sub Contract Award:

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

PROJECT NUMBER: Bid No. 037/06-11/185 PROJECT TYPE: PHONE: 978-623-8216 General Contract FAX: 978-623-8240 EMAIL: eshola@andoverma.gov

CONTACT INFORMATION: Elaine M. Shola, Purchasing Agent

DESCRIPTION: Installation of Ceiling Fans in Classrooms at High Plain Elementary and Wood Hill Middle Schools, Andover. CONTRACT AWARDED TO: Sylvester Electric, Inc. 1168 Lakeview Ave. Dracut, MA 01826 CONTRACT AMOUNT: $26,640.00

Sub Contract Award:

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

PROJECT NUMBER: Bid No. 038/06-11/185 PROJECT TYPE: PHONE: 978-623-8216 General Contract FAX: 978-623-8240 EMAIL: eshola@andoverma.gov

CONTACT INFORMATION: Elaine M. Shola, Purchasing Agent

DESCRIPTION: Furnish and Install an ADA Compliant Play Structure at the South Elementary School, Andover. CONTRACT AWARDED TO: Jamie T. Construction, Inc. D/B/A J.T. Construction,Inc. P.O. Box 815 Bridgewater, MA 02324 Sub Contract Award: CONTRACT AMOUNT: $46,400.00

71

CR-4
AWARDING AUTHORITY: AGENCY: Boston, City of Public Facility Department 26 Court St. Boston MA 02108 CONTACT INFORMATION: Ken MacDonald

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: 6932 PROJECT TYPE: PHONE: 617-635-4807 EMAIL: FAX: General Contract

DESCRIPTION: Central Maintenance Facility Floor Repairs. CONTRACT AWARDED TO: Colantonio, Inc. 16 Everett St. Holliston, MA 01746 CONTRACT AMOUNT: $2,299,000.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Boston, City of Public Facility Department 26 Court St. Boston, MA 02108 CONTACT INFORMATION: Ken MacDonald DESCRIPTION: Police Training Academy Building Enclosure Renovation. CONTRACT AWARDED TO: G.V.W., Inc. 1200 Bennington St. East Boston, MA 02128 PHONE: 617-635-4807

PROJECT NUMBER: 6927 PROJECT TYPE: FAX: EMAIL: General Contract

CONTRACT AMOUNT: $2,169,780.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Florida, Town of 379 Mohawk Trail Florida, MA 01343

PROJECT NUMBER: 10-189 PROJECT TYPE: PHONE: 413-448-8253 General Contract FAX: 413-448-8254 EMAIL: dferry@bradleyarchitectsinc.com

CONTACT INFORMATION: Donald S. Ferry, AIA

DESCRIPTION: Removal of asphalt shingles and re-roofing with new asphalt, masonry repairs, attic insulation and kitchen hood replacement. CONTRACT AWARDED TO: Burke Construction Co., Inc. 6 Renfrew St. Adams, MA 01220 CONTRACT AMOUNT: $269,269.00

Sub Contract Award:

Cantarella & Son P.O. Box 493 Dalton, MA 01227

72

CR-4
AWARDING AUTHORITY: AGENCY: Franklin, Town of 355 East Central St. Franklin, MA 02038

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: 2011-52 PROJECT TYPE: PHONE: 508-553-4866 General Contract FAX: 508-541-5253 EMAIL: ncollins@franklin.ma.us

CONTACT INFORMATION: Norma Collins

DESCRIPTION: Two-year Bid for Fencing and Gates Installation and Repairs. CONTRACT AWARDED TO: Uprite Fence Co., Inc. 10 Stanford Rd. Franklin, MA 02038 CONTRACT AMOUNT: $30,000.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Hingham, Town of 25 Bare Cove Park Drive Hingham, MA 02043

PROJECT NUMBER: PROJECT TYPE: PHONE: 781-741-1430 FAX: EMAIL: DPWRFPRequest@hingham-ma.com General Contract

CONTACT INFORMATION: Roger Fernandes

DESCRIPTION: Bare Cove Park Fire Museum Exterior Roof and Wall Replacement. CONTRACT AWARDED TO: Vareika Construction Corp. 219 Walnut St. Suite B West Bridgewater, MA 02379 CONTRACT AMOUNT: $132,700

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Hudson, Town of Public Schools 155 Apsley St. Hudson, MA 01749 CONTACT INFORMATION: Wayne Miller DESCRIPTION: Add A/C cooling to lab classrooms at Hudson High School. CONTRACT AWARDED TO: Stallion Builders, LLC 216 Daniel Webster Highway Nashua, NH 03068 PHONE: 978-567-6104

PROJECT NUMBER: PROJECT TYPE: FAX: EMAIL: General Contract

CONTRACT AMOUNT: $114,807.00

Sub Contract Award:

73

CR-4
AWARDING AUTHORITY: AGENCY: Leicester, Town of Public Schools 1078 Main St. Leicester, MA 01524 CONTACT INFORMATION: Donald S. Ferry, AIA

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: 11-115A PROJECT TYPE: PHONE: 413-448-8253 General Contract FAX: 413-448-8254 EMAIL: dferry@bradleyarchitectsinc.com

DESCRIPTION: New roof system including roofing, insulation, flashing, some decking, new equipment curbs, blocking and drains. CONTRACT AWARDED TO: M.D.M. Engineering, Inc. 51 Sawmill Rd. Dudley, MA 01571 CONTRACT AMOUNT: $927,000.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: New Bedford, City of Housing Authority 725 Pleasant St. New Bedford, MA 02740 CONTACT INFORMATION: Anne Shoemaker DESCRIPTION: Fire Alarm System Upgrade, Phase 1 at Tripp Towers. CONTRACT AWARDED TO: LeBeau Electric & Telephone, Inc. 671 Summer St. New Bedford, MA 02746 PHONE: 508-997-4852

PROJECT NUMBER: DHCD FISH # 205079 PROJECT TYPE: General Contract FAX: 508-997-4825 EMAIL:

CONTRACT AMOUNT: $46,975.

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Newton, City of 1000 Commonwealth Ave. Newton, MA 02459

PROJECT NUMBER: 11-88 PROJECT TYPE: PHONE: 617-796-1220 EMAIL: General Contract FAX: 617-796-1227

CONTACT INFORMATION: Rositha Durham DESCRIPTION: Kendrick St. and Nahanton St. Bridge Improvements. CONTRACT AWARDED TO: New England Infrastructure, Inc. 13 Brent Drive Hudson, MA 01749

CONTRACT AMOUNT: $857,964.90

Sub Contract Award:

74

CR-4
AWARDING AUTHORITY: AGENCY: North Brookfield, Town of 58 School St. North Brookfield, MA 01535

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: Fiscal 2012 PROJECT TYPE: PHONE: 508-867-0213 General Contract FAX: 508-867-0239 EMAIL: nbhighwaydept2@verizon.net

CONTACT INFORMATION: Gary Jean, Superintendent DESCRIPTION: Type I Bituminous Concrete rolled in place. CONTRACT AWARDED TO: Massachusetts Broken Stone Co. 332 Sawyerhill Rd. Berlin, MA 01503

CONTRACT AMOUNT:

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: North Brookfield, Town of 58 School St. North Brookfield, MA 01535

PROJECT NUMBER: Fiscal 2012 PROJECT TYPE: PHONE: 508-867-0213 General Contract FAX: 508-867-0239 EMAIL: nbhighwaydept2@verizon.net

CONTACT INFORMATION: Gary Jean, Superintendent

DESCRIPTION: All grades of liquid asphalt for stone chip seal, work in place. CONTRACT AWARDED TO: All States Asphalt, Inc. 325 Amherst Rd. Sunderland, MA 01375 CONTRACT AMOUNT:

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: North Brookfield, Town of 58 School St. North Brookfield, MA 01535

PROJECT NUMBER: Fiscal 2012 PROJECT TYPE: PHONE: 508-867-0213 General Contract FAX: 508-867-0239 EMAIL: nbhighwaydept2@verizon.net

CONTACT INFORMATION: Gary Jean, Superintendent

DESCRIPTION: Reclaim, fine grade and compaction with liquid calcium chloride. CONTRACT AWARDED TO: Murray Paving & Reclamation, Inc. 55 Whitney St. Holliston, MA 01746 CONTRACT AMOUNT:

Sub Contract Award:

75

CR-4
AWARDING AUTHORITY: AGENCY: North Brookfield, Town of 58 School St. North Brookfield, MA 01535

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: Fiscal 2012 PROJECT TYPE: PHONE: 508-867-0213 General Contract FAX: 508-867-0239 EMAIL: nbhighwaydept2@verizon.net

CONTACT INFORMATION: Gary Jean, Superintendent

DESCRIPTION: Corrugated, spiral, steel metal pipe; Polyethylene pipes, solid and perforated; Frames and grates, various sizes. CONTRACT AWARDED TO: Ferguson Waterworks 56 Southwest Cutoff Worcester, MA 01604 CONTRACT AMOUNT:

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: North Brookfield, Town of 58 School St. North Brookfield, MA 01535

PROJECT NUMBER: PROJECT TYPE: PHONE: 508-867-0213 General Contract FAX: 508-867-0239 EMAIL: nbhighwaydept2@verizon.net

CONTACT INFORMATION: Gary Jean, Superintendent

DESCRIPTION: Various types steel beams Highway guardrails, installed. CONTRACT AWARDED TO: Commonwealth Guardrail, Inc. 132 Apremont Way Westfield, MA 01085 CONTRACT AMOUNT:

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Orleans, Town of Town Administrator's Office 19 School Rd. Orleans, MA 02653 CONTACT INFORMATION: Town Administrator's Office PHONE: 508-240-3700 ext. 415

PROJECT NUMBER: Rock Harbor Floating Dock PROJECT TYPE: General Contract FAX: 508-240-3703 EMAIL: lsurdut@town.orleans.ma.us

DESCRIPTION: The Town Administrator will receive sealed bids for the construction of 22 new floating docks for the town marina, located at Rock Harbor, Orleans. CONTRACT AWARDED TO: Laliberty, Inc. 14 Bosuns Lane Bourne, MA 02532 CONTRACT AMOUNT: $69,600.00

Sub Contract Award:

76

CR-4
AWARDING AUTHORITY: AGENCY: Salem, City of Housing Authority 27 Charter St. Salem, MA 01970 CONTACT INFORMATION:

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: DHCD 258062, WO #590 PROJECT TYPE: PHONE: 978-744-4431 ext. 115 General Contract FAX: 978-744-9614 EMAIL: dtucker@salemha.org

Debra Tucker, Assistant Executive Director DESCRIPTION: Replacement of doors, gutters and related work. CONTRACT AWARDED TO: Environmental Restorations, Inc. 10 Hazel Drive Hampstead, NH 03841

CONTRACT AMOUNT: $248,000.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Westfield, City of 59 Court St. Westfield, MA 01085

PROJECT NUMBER: 2289 PROJECT TYPE: PHONE: 413-572-6254 General Contract FAX: 413-572-1708 EMAIL: t.tefft@cityofwestfield.org

CONTACT INFORMATION: Tammy Tefft DESCRIPTION: Runway Markings, estimated 14000 square feet. CONTRACT AWARDED TO: Hi-Way Safety Systems 285 Circuit St. Hanover, MA 02339

CONTRACT AMOUNT: $6,860 ($0.49/Square Foot)

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: Bridgewater State University Purchasing Office Boyden Hall Room 202 Bridgewater, MA 02325 CONTACT INFORMATION: Diane Chagnon PHONE: 508-531-2213

PROJECT NUMBER: FMP-11-166 RFR No. 29 PROJECT TYPE: General Contract FAX: 508-531-6130 EMAIL: dchagnon@bridgew.edu

DESCRIPTION: Ground Floor Renovation, Shea Durgin Hall: Includes interior demolition, concrete, masonry, gypsum partitions, doors, frames, hardware, painting, metal windows, ceilings, plumbing, fire protection, HVAC, electrical and telecommunications upgrades to 5300 square feet of ground floor area. Shea Durgin is located at 160 Burrill Ave., Bridgewater. CONTRACT AWARDED TO: A.P. Whitaker & Sons, Inc. 652 West Center St. West Bridgewater, MA 02379 CONTRACT AMOUNT: $272,000.00

Sub Contract Award:

The Cheviot Corp., Needham; Harrison Electric, Abington; D.D.S. Industries, Fall River.

77

CR-4
AWARDING AUTHORITY: AGENCY: Port Authority, Massachusetts Capital Programs Department One Harborside Drive East Boston, MA 02128 CONTACT INFORMATION: Tony Bongarzone

CENTRAL REGISTER - CONTRACT AWARD

PROJECT NUMBER: L1048-C2 PROJECT TYPE: PHONE: 617-568-5950 General Contract FAX: 617-568-5998 EMAIL: bdecourcy@massport.com

DESCRIPTION: Building 11 Rooftop Units Replacement at Logan International Airport, East Boston. CONTRACT AWARDED TO: J.F. White Contracting Co. 10 Burr St. Framingham, MA 01701 CONTRACT AMOUNT: $470,000

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: University of Massachusetts - Amherst 140 Hicks Way Amherst, MA 01003

PROJECT NUMBER: UMA11-49 PROJECT TYPE: PHONE: 413-545-0361 EMAIL: FAX: Designer Services

CONTACT INFORMATION: Peter Royer DESCRIPTION: Power Plant Electrical Disconnection. CONTRACT AWARDED TO: Gable Electric, Inc. 5 Westview Rd. #A Pittsfield, MA 01201

CONTRACT AMOUNT: $98,050.00

Sub Contract Award:

AWARDING AUTHORITY: AGENCY: University of Massachusetts - Amherst Procurement Office Goodell Building 140 Hicks Way Room 407 Amherst, MA 01003 CONTACT INFORMATION: Peter Royer DESCRIPTION: Lederle GRC MEP upgrade. CONTRACT AWARDED TO: Souliere & Zepka Construction 5 Spring St. Adams, MA 01220 PHONE: 413-545-0361

PROJECT NUMBER: UMA11-36 PROJECT TYPE: FAX: EMAIL: Designer Services

CONTRACT AMOUNT: $1,172,580.00

Sub Contract Award:

78

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Barnstable, Town of 230 South St. Hyannis, MA 02601

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 9/9/11 3:00 P.M.

CONTACT INFORMATION: David Anthony TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 508-862-4652

FAX

508-862-4717

Email: david.anthony@town.barnstable.ma.us

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Lease of Town owned building located at 2469 Meeting House Rd. in the village of West Barnstable, commonly known as the West Barnstable Train Station. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION Pre-response/site inspection: 8/16/11, 9:00 A.M. - 11:00 A.M. at 2469 Meeting House Rd., West Barnstable. RFP Documents are available on the Town website at www.town.barnstable.ma.us.

AWARDING AUTHORITY: AGENCY: Haverhill, City of 4 Summer St. Haverhill, MA 01830

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 9/15/11

RFP003.12

2:00 P.M.

CONTACT INFORMATION: Robert DeFusco TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 978-420-3606

FAX

978-521-4348

Email: rdefusco@cityofhaverhill.com

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: The subject property, located at 16 Hillside St., Haverhill, is a portion of the premises found on Assessors Map 515, Block 295, Lot 13 and contains approximately 0.068+ acres (2,948 square feet) of land and a building. It is a multi-garden style Two-Family dwelling containing 12 rooms, six bedrooms and two bathrooms total. The building is approximately 140 years old. The exterior is primarily vinyl siding with an Asphalt shingle roof cover and there is a full cellar with a brick and fieldstone foundation. ESTIMATED VALUE, SOURCE OF VALUATION: $94,500 by Municipal Assessment. ADDITIONAL INFORMATION Documents can be downloaded from the City's website at www.ci.haverhill.ma.us or www.comm-pass.com. 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.

79

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Lancaster, Town of Town Administrator's Office 695 Main St. Suite #1 Lancaster, MA 01523 CONTACT INFORMATION: Orlando Pacheco TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 978-365-3326

PROJECT NUMBER:

Lancaster Ambulance 1

PROPOSAL DEADLINE DATE AND TIME: 9/14/11 FAX 978-368-8486 11:00 A.M.

Email: opacheco@lancasterma.net

SALE

LEASE

DESCRIPTION OF PROPERTY: Building is centrally located at 800 Main St., Lancaster and was used to House Ambulance Department. This is a two-story, .09 acre parcel. Building has 3,476 square feet. ESTIMATED VALUE, SOURCE OF VALUATION: $160,000, real estate appraisal. ADDITIONAL INFORMATION RFP available in electronic format. RFP includes deed and property record card.

AWARDING AUTHORITY: AGENCY: Lowell, City of Department of Planning and Development J.F.K. Civic Center 50 Arcand Drive Lowell, MA 01852 CONTACT INFORMATION: Patricia Lucken TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 978-446-7200

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 10/12/11 FAX Email: plucken@lowellma.gov

412072011

1:00 P.M.

SALE

LEASE

DESCRIPTION OF PROPERTY: 412 Merrimack St. (Smith Baker Center), Lowell. Property contains 12,458 square feet of land improved by a three-story brick and masonry building, 17,849 square feet. Property for Arts, Entertainment and Performance Use. ESTIMATED VALUE, SOURCE OF VALUATION: $300,000 Minimum sale price by appraisal. ADDITIONAL INFORMATION Property may be viewed every Wednesday at 9:00 A.M. up to and including 10/5/11.

80

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Lynn, City of Housing Authority and Neighborhood Development 10 Church St. Lynn, MA 01905 CONTACT INFORMATION: Tim Leonard TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 781-581-9638

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 9/23/11 FAX 781-477-2876 11:00 A.M.

Email: tleonard@lhand.org

SALE

LEASE

DESCRIPTION OF PROPERTY: The authority is making space available for lease at 170 South Common St., Lynn. The property is being offered, on a non-exclusive basis, for antenna and related equipment for FCC Licensed Carriers in telecommunications. Property is a ten-story brick apartment building with rubber roof membrane. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION To schedule a site visit call Tim Leonard at 781-581-9638. Lease may be subject to special permit from city council.

AWARDING AUTHORITY: AGENCY: Nantucket, Town of 16 Broad St. Nantucket, MA 02554

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 9/15/11

2011-45

2:00 P.M.

CONTACT INFORMATION: John Brescher TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE

PHONE 508-228-7215

FAX Email: jbrescher@nantucket-ma.gov

DISPOSITION:

SALE

LEASE

DESCRIPTION OF PROPERTY: Pursuant to an affirmative vote on Article 1 of the 2003 Special Town Meeting, Article 118 of the 2008 Annual Town Meeting, Articles 87 and 88 of the 2009 Annual Town Meeting, Article 25 of the 2009 Special Town Meeting, Articles 75 and 81 of the 2010 Annual Town Meeting and Article 103 of the 2011 Annual Town Meeting, the Town of Nantucket is issuing this Request for Proposals to dispose of 25 parcels of vacant Town-owned land. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION Proposals can be obtained from and will be accepted at the Planning Office, 2 Fairgrounds Rd., Nantucket. Proposals can also be obtained online at www.nantucket-ma.gov on the Procurement page.

81

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Orange, Town of Municipal Airport Commission 80 Airport Rd. Orange, MA 01364 CONTACT INFORMATION: Len Bedaw TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 978-544-8189

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 9/9/11 FAX Email: ore@crocker.com 12:00 P.M.

SALE

LEASE

DESCRIPTION OF PROPERTY: Lease of Airport Property for Two to Six MW Solar Photovoltaic (PV) Facility: The Orange Municipal Airport ( the "Host"), seeks proposals, pursuant to M.G..L c. 30B, 16, from qualified, interested parties (individually a "Respondent" and collectively the "Respondents") with one Respondent ultimately selected to serve as a contractor ("Contractor"), to design, permit, finance, procure, install, interconnect to utility grid, test, commission, operate, maintain and decommission a solar PV power generating system ("PV System") on leased land at the Orange Municipal Airport, 80 Airport St., Orange (the "Facility"). ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION Request for Proposals (RFP) available on 8/10/11.

AWARDING AUTHORITY: AGENCY: Springfield, City of Redevelopment Authority (SRA) 70 Tapley St. Springfield, MA 01104 CONTACT INFORMATION: Ms. Samalid Hogan TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 9/9/11 FAX 413-787-6524 2:00 P.M.

Email: shogan@springfieldcityhall.com

SALE

LEASE

DESCRIPTION OF PROPERTY: The Springfield Redevelopment Authority is requesting proposals for the purchase and development of 1200 Hall of Fame Ave. (also known as 1200 West Columbus Ave.), located within the West Columbus Avenue Urban Renewal Plan. Proposed uses must be complimentary to the existing amenities in the riverfront area, and consistent with the requirements under the West Columbus Avenue Urban Renewal Plan. The SRA will not entertain offers of lease for this property. The 1200 Hall of Fame Avenue is a condominium unit described in a Master Deed dated 11/15/03 and recorded in Book 13794 on Page 239 of the Hampden County Land Records. ESTIMATED VALUE, SOURCE OF VALUATION: $1,050,000 by appraisal on 1/25/11. ADDITIONAL INFORMATION Appraisal conducted by James F. Fisher, MAI Certified General Appraiser. This unit has a 1% interest in the common areas and facilities of the Condominium and is required to pay 1% of the common area maintenance charges estimated at $6,001.49. The unit does not have preferred parking rights but does have the benefit of all condominium parking areas. The SRA is presently requesting a waiver of the right of first refusal from the Condominium Association as set forth in Article VIII of the By-Laws of the Master Deed. If the request is granted during this RFP process, an amendment will be provided.

82

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Bay Transportation Authority, Massachusetts (MBTA) c/o Newmark Knight Frank South Station Bus Terminal 700 Atlantic Ave. Suite 408 Boston, MA 02111 CONTACT INFORMATION: Stephen H. Squibb TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 617-790-4302

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 9/9/11 FAX 617-439-9839

SSBT-411

3:00 P.M.

Email: ssquibb@newmarkkf.com

SALE

LEASE

DESCRIPTION OF PROPERTY: Newmark Knight Frank agents for the MBTA to invite interested parties to bid for the lease of 222 feet of retail concession space at the South Station Bus Terminal that will include the sale of coffee, bagels, donuts, croissants and other similar type food that may be approved by Newmark Knight Frank. The term of the lease will be five years. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION Interested parties may pick up invitation to bid packages at the above agency address, 8/3/11. Office Hours: Monday - Friday, 9:00 A.M. - 3:00 P.M. All bids must be submitted on MBTA's proposal forms and placed in a sealed envelope. Questions must be submitted in writing by 8/23/11 to the above agency address in order to allow adequate time for a response.

AWARDING AUTHORITY: AGENCY: Capital Asset Management, Division of (DCAM) Office of Real Estate Management One Ashburton Place 15th Floor Boston MA 01208 CONTACT INFORMATION: Nicholas J. Tsaparlis, R.E. Transactions Manager TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 617-727-8090 ext. 245

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME:

FAX Email:

617-727-6074

SALE

LEASE

DESCRIPTION OF PROPERTY: Approximately 450 square feet of temporarily surplus state-owned land under the care and control of the Department of Higher Education (DHE) and located at Mass Bay Community College, 50 Oakland St., Wellesley (Premises) for the unique purpose of installing, operating and maintaining telecommunications equipment. ESTIMATED VALUE, SOURCE OF VALUATION: $345,968 total rent payable over 10-year term. ADDITIONAL INFORMATION The above named public agency is required by M.G.L. c. 7, 40H to publish notice of the party selected and the amount of the transaction. The premises was leased on 8/1/11 for a term of ten years to Sprint Spectrum, L.P.

83

CR-3

CENTRAL REGISTER - ACQUISITION OR DISPOSITION OF REAL PROPERTY

The proposed sale, rental, acquisition or disposition of public property which is 2,500 sq.ft. or more. Must be published 30 days prior to the proposed deadline.

AWARDING AUTHORITY: AGENCY: Mount Greylock Regional School District Office of the Superintendent 1781 Cold Spring Rd. Williamstown, MA 01267 CONTACT INFORMATION: Lynne Sadlowski TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 413-458-9582

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 9/9/11 FAX 413-458-2856 2:00 P.M.

Email: lsadlowski@mgrhs.org

SALE

LEASE

DESCRIPTION OF PROPERTY: Assignment of Contract between Mount Greylock Regional School District and Florida Towers Partners, LLC relative to current lease agreement for the purpose of construction of a cell tower. ESTIMATED VALUE, SOURCE OF VALUATION: ADDITIONAL INFORMATION

AWARDING AUTHORITY: AGENCY: North River Collaborative (NRC) Administrative Office 198 Spring St. Rockland, MA 02370 CONTACT INFORMATION: Michael Laliberte TRANSACTION TERMS: ACQUISITION: PURCHASE LEASE DISPOSITION: PHONE 781-878-6056

PROJECT NUMBER: PROPOSAL DEADLINE DATE AND TIME: 9/12/11 FAX 781-982-9787

RHS002

12:00 P.M.

Email: mlaliberte@nrcollab.org

SALE

LEASE

DESCRIPTION OF PROPERTY: Request for Proposal (RFP) for a Five-year lease, with option for an additional five years, to be used as a Recovery High School that meets the criteria: renovated space that is ADA accessible, meets safety, fire and code requirements for an educational facility. Must be a minimum of 5,500 - 7,000 square feet, including five classrooms at a minimum of 600 square feet each, one of which has a sink with running water. Also, one additional room of 800 square feet, one kitchen and five other offices. Fire alarm tied into fire department. Site must be accessible by public transportation, have access to public parking and be near the Commuter rail serving Brockton and nearby towns, preferably near Massasoit Community College. Renovations are the responsibility of the landlord. Floor plan to be submitted with bid. ESTIMATED VALUE, SOURCE OF VALUATION: $0.5 Million (5-year), $1 Million (10-year). ADDITIONAL INFORMATION RFP documents may be picked up at the above agency address, Monday - Friday, 9:00 A.M. - 3:00 P.M. Sealed bid documents must be submitted no later than the deadline. The award of the contract will be to the proposer offering the most advantageous proposal, taking into consideration all evaluation criteria as well as price. NRC is an equal opportunity employer.

84

Page 1 of 3

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 AUGUST 7, 2011 LEASED SPACE SOUGHT FOR STATE AGENCIES The Division of Capital Asset Management and Maintenance Office of Leasing and State Office Planning is advertising the availability of the Requests for Proposals (RFPs) listed below. The RFP includes the Lease Proposal form, instructions for submitting proposals, and the Commonwealth standard lease and associated documents. Please note that proposals must be received at the Office of Leasing and State Office Planning at the address listed above by the submission deadline. Proposals received after the deadline will not be considered. You may request an RFP by writing to the address listed above, telephoning the Office at 617-727-8000 x355, or by coming to the Office at the address listed above. When requesting a copy of the RFP, please include the name, address, and telephone and fax numbers of the person to receive the RFP; if you mail in your request, please enclose a business card with this information. Allow up to nine business days for receipt of the RFP by mail. If submitting a proposal by mail or other delivery, please allow sufficient time for receipt of the proposal at the appropriate office as mail is routed internally from a central point. These Request for Proposals can also be obtained through the Internet at: http://www.comm-pass.com Unless otherwise noted, the Commonwealth is seeking a five-year lease.

Deadline
08/10/11 2:00 PM

Project #
201135000.1

User Agency
The Department of Children and Families, the Department of Transitional Assistance, and the Massachusetts Rehabilitation Commission of the Executive Office of Health and Human Services

Space Type
Office

Usable Sq. Ft.(USF)


Approximately 40,200 to house DCF, DTA, and MRC together 1 OR Approximately 34,300 to house DCF and DTA together 1 OR Approximately 26,100 to house DTA and MRC together 1 OR Approximately 16,400 to house DCF alone OR Approximately 7,300 to house MRC alone

Location
Boston, within the following U.S. Postal Zip Codes: 02108, 02109, 02110, 02111, 02113, 02114, 02115, 02116, 02118, 02119, 02120, 02127, 02130, 02131, 02132, 02134, 02135, 02136, 02163, 02210, 02215; or Brookline; or Quincy

Page 2 of 3

08/10/11 2:00 PM

201136000.1

The Department of Children and Families, the Department of Transitional Assistance, the Department of Developmental Services, and the Massachusetts Rehabilitation Commission of the Executive Office of Health and Human Services

Office

Approximately 56,400 to house DCF, DTA, DDS, and MRC 1 OR Approximately 41,000 to house DCF and DTA together 1 OR Approximately 16,400 to house DDS and MRC together 1 OR Approximately 26,300 to house DTA alone OR Approximately 16,700 to house DCF alone

Boston, within the following U.S. Postal Zip Codes: 02119, 02121, 02122, 02124, 02125, 02126, 02130, 02131, 02132, 02136; or Dedham; or Milton; or Norwood; or Westwood

08/17/11 2:00 PM

201142000.1

Department of Developmental Services

5-Bedroom Group Homes

Approximately 2,600 to 2,950 per home 2

Brimfield, East Longmeadow, Hampden, Ludlow, Monson, Palmer, Wales, Wilbraham, or Warren Athol, Ashburnham, Gardner, Hubbardston, Phillipston, Templeton, Westminster, or Winchendon Springfield, within approximately a one-half mile radius of the Hall of Justice located at 50 State Street Ashland, Boxborough, Dover, Framingham, Hudson, Marlborough, Maynard, Natick, Needham, Sherborn, Southborough, Stow, Sudbury, Wayland, Wellesley, or Weston

08/17/11 2:00 PM

201143000.1

Department of Developmental Services

5-Bedroom Group Homes

Approximately 2,600 to 2,950 per home

08/24/11 2:00 PM

201132000.1

Office of the District Attorney, Hampden District The Department of Children and Families, and the Department of Transitional Assistance of the Executive Office of Health & Human Services

Office and storage

13,600 square feet of Usable Area Approximately 22,600 1

09/21/11 2:00 PM

201138000.1

Office

Page 3 of 3

09/22/11 2:00 PM

201151000.1

The Department of Transitional Assistance, the Department of Mental Health, the Department of Developmental Services, and the Massachusetts Rehabilitation Commission of the Executive Office of Health & Human Services

Office

Approximately 22,800 to house DTA, DMH, DDS, and MRC together 1 OR Approximately 12,700 to house DMH, DDS, and MRC together 1 OR Approximately 11,300 to house DTA alone

Ashburnham, Ashby, Ayer, Barre, Berlin, Bolton, Clinton, Fitchburg, Gardner, Groton, Harvard, Hubbardston, Lancaster, Leominster, Lunenburg, Pepperell, Princeton, Shirley, Sterling, Templeton, Townsend, Westminster, or Winchendon

_______________________________________________________________________________________________________________________________
1

Ten year term, with Tenants right to surrender up to 25% of the Usable Area any time after the third anniversary of the Date of Occupancy. 2 Twenty year lease-purchase agreement. DCAM is seeking up to two 5-Bedroom Group Homes.

PUBliC NOTICE MASSACHUSE'ITS DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF RESOURCE PROTECTION/WASTEWATER MANAGEMENT PROGRAM 436 DWIGHT STREET, 5TH FLOOR, SPRINGFIELD, MA 01103 TEL#: (413) 784-1100 Notice is hereby given. that the following application for an individu'a1 reclaimed water use permit is being processed and the followUlg actions beulg proposed thereon pursuant to Section 43 of Chapter 21 of the General Laws, and 314 CMR 5.00 and 2.06: CITY/TOWN: PROJECT NAME: Reclaimed Water Use, UMass Reclaimed Water Intake/Treatment System, UMass Central Heating Plant (CHP)

FUlal Effluent from Amherst Wastewater Treahnent Plant, furUler h'eated at UMass Reclaimed Water Intake/Trea lment System, Boiler makeup water in a closed piping system at the UMass CHP to generate steam for use on the UMass campus. QUANTITY OF RECLAIMED WATERUSE:

Tentative determination to issue individual Reclaimed Water Use Permit A copy of the application, draft permit, and statement of basis 01' fact sheet relative to the draft permit may be obtained from the Deparhnent's Wastewater Management Program at the above address and telephone number. Comments on the proposed action or requests for a public hearing thereon pursuant to 314 CMR 2.07 must be filed with the Department at the above address within thirty (30) days of this notice. Brian D. Ha1'1'mgton Deputy Regional Dh'ectol' Bureau of Res0111'Ce rotection .. P

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 7/22/11)
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** Mechanical Construction Services, Inc. (aka MCS, Inc.) and Brian R. LeMay (President) Callahan, Inc.

Address 75 Bay State Road Lawrence, MA 01841

Status Debarred

Effective Dates August 17, 2010 through August 17, 2011

80 First Street Bridgewater, MA 02362

Suspended

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: June 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. Olympic Painting and Roofing, Inc. and George Vosiliodes, both of 515 Lowell Street, Peabody, MA 01960, are debarred pursuant to M.G.L. c.152, 25C beginning August 6, 2008 through August 5, 2011. Nealco Environmental Services, Inc. of 5 Caspian Way, Dorchester, MA 02125 and Neal Cass, its owner, are debarred pursuant to a settlement agreement between the Office of the Attorney General and the debarred parties beginning October 27, 2009 through October 26, 2011. Tremont Coating and Caulking, of 1 Griffin Road, Peabody, MA 01960, and Maureen E. Albright, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning August 27, 2010 through August 26, 2011. LVR Corporation, of 88 Foundry Street, Wakefield, MA 01880, and Lawrence V. Roy, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning September 27, 2010 through September 26, 2012. KM Services, Inc., of 71 South Street, Avon, MA 02322, and Kevin M. Edwards, its owner, are debarred pursuant to M.G.L. c. 149, 27C beginning November 5, 2010 through November 4, 2012. JVF d/b/a Irrigation Repair Company, of 239 Mattakeesett Street, Pembroke, MA 02359, and John Finocchi, its owner, are debarred pursuant to M.G.L. c. 149, 27C, beginning October 14, 2010 through October 13, 2011. 1

2.

3.

4.

5.

6.

7.

8.

9.

10.

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. Robert A. Firth, III, d/b/a/ Robert A. Firth, of 17 Dale Street, Saugus, MA 01906, are debarred pursuant to M.G.L. c. 149, 27C , beginning July 20, 2010 through July 19, 2011. Garcia Drywall, Inc. of 20 Query Street, New Bedford, MA 02740 and Emanuel E. Garcia, its owner are debarred pursuant to M.G.L. c. 149, 27C, beginning January 26, 2011 through January 25, 2021. 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. Superior Foundations, Inc. d/b/a Superior Waterproofing, Inc., of 11 Plantation Drive, P.O. Box 536, Jaffrey, NH 03453 and William M. Gordon, its owner, are debarred pursuant to M.G.L. c. 149, 27C, beginning October 19, 2010 through October 18, 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.

11.

12.

13.

14.

15.

16.

17.

18.

19.

20.

~
:;1 .. ';

THE COMMONWEALTH OF MASSACHUSETTS


Department of Industrial Accidents
600 Washington Street, 7th Floor Boston, Massachusetts 02111
--."--.

~'IJ--J
~I----~Q .
~~.,

1<:1

~o,j '~d ,

DEVAL L. PATRICK
Governor

PAUL V. BUCKLEY
Commissioner

TIMOTHY P. MURRAY
Lieutenant Governor

Department of Industrial Accidents Debarment List

Under the provisions of the Workers' Compensation Law, Massachusetts Genem1 Laws, Chapter 152, Section 25C (10), once a business has been issued a Stop Work Order by the Department ofIndustrial Accidents, it is prevented from bidding on or participating in any state or municipal funded contmcts for a period of three (3) years and, where applicable, is subject to penalties provided under M.G.L., Chapter 152, Section 25C (5), which provides for imprisonment for not more than one year or by a fine of not more than one thousand five hundred dollars, or by both such fine and imprisonment. Companies currently on the debannent list can be found on tlle following link: http://www .mass. gov IEl wdl docs/ dialinvestigations/ debarment _list.x1s

THE COMMONWEALTH OF MASSACHUSETTS


Executive Office for Administration and Finance

OPERATIONAL SERVICES DIVISION


One Ashburton Place, Suite 1017 Boston, MA 02108-1552

Deval L. Patrick
Governor

SUPPLIERDIVERSITYOFFICE Reginald Nunnally


Executive Director

Timothy P. Murray
Lieutenant Governor

Jay Gonzalez
Secretary

Gary J. Lambert COMPANIESCERTIFIEDBYTHE SUPPLIERDIVERSITYOFFICE


Assistant Secretary for Operational Services

Company:

Certified By: Classification: Effective Date: Company:

Bey Electronics, Corp. Ms. Renate Nuss 39 Kentucky Avenue Paterson, NJ 07503 (973)225-9494 Fax: (973)225-9415 renan@beyelectronics.com http://www.beyelectronics.com Supplier Diversity Office DBE July 28, 2011 Etsky Consulting Ms. Etta Davis 43 Pinewood Road Bolton, MA 01740 (978)779-6078 Fax: (978)779-6078 etta@etskyconsulting.com http://www.etskyconsulting.com Supplier Diversity Office WBE July 28, 2011 Hartman and Associates, Inc. Ms. Eunice Hartman 3 Estella Lane East Falmouth, MA 02536 (617)901-8551 Fax: (617)892-4171 ehartman@tiac.net http://www.hartmanassociates.com Supplier Diversity Office WBE July 28, 2011 J. B. Enterprise Ms. Jane Sarjeant 375 Main Street Woburn, MA 01801 (781)937-8018 JBergs6305@aol.com http://www.j-benterprise.com Supplier Diversity Office WBE and DBE July 28, 2011
TTD: (617) 727-2716 Fax: (617) 727-4527 Follow us on Twitter: @OSD_GaryLambert

Certified By: Classification: Effective Date: Company:

Certified By: Classification: Effective Date: Company:

Certified By: Classification: Effective Date:


Tel: (617) 720-3300

www.mass.gov/osd

THE COMMONWEALTH OF MASSACHUSETTS


Executive Office for Administration and Finance

OPERATIONAL SERVICES DIVISION


One Ashburton Place, Suite 1017 Boston, MA 02108-1552

Deval L. Patrick
Governor

SUPPLIERDIVERSITYOFFICE Reginald Nunnally


Executive Director

Timothy P. Murray
Lieutenant Governor

Jay Gonzalez
Secretary

Gary J. Lambert COMPANIESCERTIFIEDBYTHE SUPPLIERDIVERSITYOFFICE


Assistant Secretary for Operational Services

Company:

Certified By: Classification: Effective Date: Company:

Long Bay Services, Inc. Ms. Lisa Guscott 451 Blue Hill Avenue Boston, MA 02121 (617)266-8640 x20 Fax: (617)266-0185 lguscott@longbaymgt.com http://www.longbaymanagement.com Supplier Diversity Office DBE July 28, 2011 MG Miller & Associates Ms. Martha G. Miller 202 W. Rosemary Lane Falls Church, VA 22046 (703)362-2850 marthagmiller@gmail.com Supplier Diversity Office WBE July 28, 2011 Neponset Valley Consulting Group, LLC Mr. Rufino Lomba 95 Washington Street, Suite 104 Canton, MA 02021 (781)690-7015 Fax: (781)253-3906 rufino.lomba@nvc-group.com http://www.nvc-group.com Supplier Diversity Office MBE July 28, 2011 Worcester Medical Transportation, LLC Mr. Alvin Amechi 4 Burncoat Street Worcester, MA 01605 (774)242-0563 alvinamechi@gmail.com http://www.worcestermedicaltransportation.com Supplier Diversity Office MBE July 28, 2011
TTD: (617) 727-2716 Fax: (617) 727-4527 Follow us on Twitter: @OSD_GaryLambert

Certified By: Classification: Effective Date: Company:

Certified By: Classification: Effective Date: Company:

Certified By: Classification: Effective Date:


Tel: (617) 720-3300

www.mass.gov/osd

THE COMMONWEALTH OF MASSACHUSETTS


Executive Office for Administration and Finance

OPERATIONAL SERVICES DIVISION


One Ashburton Place, Suite 1017 Boston, MA 02108-1552

Deval L. Patrick
Governor

SUPPLIERDIVERSITYOFFICE Reginald Nunnally


Executive Director

Timothy P. Murray
Lieutenant Governor

Jay Gonzalez
Secretary

Gary J. Lambert

COMPANIES DECERTIFIED and/or REMOVED BY THE Supplier Diversity Office SDO Company: Econotel Business Systems, Inc.
15 Circle Street East Providence, RI 02916

Assistant Secretary for Operational Services

Decertified by: Supplier Diversity Office Classification: WBE Effective Date: July 28, 2011 Company: Great International and National Travel
200 Highland Avenue Needham, MA 02494

Withdrew: Supplier Diversity Office Classification: WBE Effective Date: July 27, 2011 Company: R & R Associates
2 Pickens Street Lakeville, MA 02347

Withdrew: Supplier Diversity Office Classification: WBE Effective Date: July 27, 2011 Company: Marsha M. Morris and Associates International
1542 Columbus Avenue Roxbury, MA 02119

Decertified by: Supplier Diversity Office Classification: M/WBE Effective Date: July 27, 2011 Company: Shanghai Pier, LLC
39 Brighton Avenue Allston, MA 02134

Decertified by: Supplier Diversity Office Classification: M/WBE Effective Date: July 27, 2011

Tel: (617) 720-3300 www.mass.gov/osd

TTD: (617) 727-2716 Follow us on Twitter: @OSD_GaryLambert

Fax: (617) 727-4527

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 #11-10 August 10, 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 #11-10. 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) in Microsoft Word for Windows 97 is available from the Web site address www.mass.gov/dcam/dsb. Please be sure to use the revised form. An additional electronic copy of the completed Application Form in cd format, using MS Word or other word processing software, is to be included with the printed Applications. Application closing date for projects on DSB List #11-10 is 2:00 p.m., WEDNESDAY, August 31, 2011. The advertisements may be found on the web by going to the DSB web-site at http://www.mass.gov/dcam/dsb. Please send all correspondence to the Designer Selection Board, ONE ASHBURTON PLACE, ROOM 1004, BOSTON, MA 02108. This Public Notice, including attachments, may be duplicated by any and all interested. Please note the following: This Public Notice #11-10 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 DO SO WILL BE THE BASIS FOR REJECTION OF YOUR APPLICATION.

Gordon P. Sainsbury, AIA; RIBA EXECUTIVE DIRECTOR, DESIGNER SELECTION BOARD

The Commonwealth of Massachusetts


Executive Office of Administration and Finance Designer Selection Board 1 Ashburton Place, 10th Floor, Room #1004 Boston, Massachusetts 02108 TEL: (617) 727-4046 FAX: (617) 727-0112 PUBLIC NOTICE TO: Brockton Enterprise Designer Selection Board July 29, 2011 Classified Legal Advertisement 15 Pacella Park Drive, Legal Ads Randolph, 02368

FROM: DATE: SUBJECT:

On August 12, 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.

_______________________________________________________ Gordon P. Sainsbury, AIA; RIBA EXECUTIVE DIRECTOR DESIGNER SELECTION BOARD PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

Engineers and architects are advised that DSB Project List #11-10, dated August 10, 2011 describing 01 Division of Capital Asset Management and Maintenance projects is now available at http://www.mass.gov/dcam. PUBLIC NOTICE DESIGNER SELECTION BOARD PUBLIC NOTICE

APPLICANTS PLEASE NOTE:

The following requirements were implemented on the following dates and continue to be requirements. 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.

to 16 copies.

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.

DSB MASTER FILE BROCHURE (Updated February 2011) In addition to the individual application form separately filed for each specific project, architects, engineers, planners, construction managers, and related construction industry consultants who wish to be considered for appointment as program consultants, designers, or construction managers on state projects under the jurisdiction of the Designer Selection Board must submit current (within one year of application) credentials in the form of a master brochure (one original + one cd) as specified on the new DSB Master File Brochure (Updated February 2011), (attached herein). If an updated Master File Brochure is submitted at any time, an additional electronic copy in cd format using MS Word or other word processing software, is to be included with the submitted update. Applicants may supplement the required material with their printed brochure, including pictures and illustrations and any other information which the applicant deems essential to be representative of his or her capabilities. Please utilize return receipt if an acknowledgment is desired. All material shall become the property of the Commonwealth, may be disposed of without notification, and shall be considered public information. Electronic copies of the forms are available at the following Commonwealths Web site:
http://www.mass.gov/dcam/dsb.

CHAPTER 579 In accordance with Chapter 579 of the Acts of 1980 all contracts for designer services for all capital facility projects entered into on or after January 1, 1982 shall conform to those provisions specified in this act. Some of the major changes mandated by this legislation include the following:
1. Lump sum design fees may be set by the Commissioner prior to DSB selections process, or negotiated after the DSB

selection process. (See M.G.L. C.7, 38G). If designers fee is negotiated, he must file a truth-in-negotiations certificate. (Revised to M.G.L. C.7, 38G per Chapter 189 of 1984).
2. 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

transmitted by the board, and may exclude any designer from the list if a written explanation of the exclusion is filed with the board. The commissioner shall then appoint a designer based on successful fee negotiation. The commissioner or persons designated by him or her shall first negotiate with the first ranked designer remaining on the list. Should the commissioner be unable to negotiate a satisfactory fee with the first ranked designer within thirty days, negotiations shall be terminated and negotiations undertaken with the remaining designers, one at a time, in the order in which they were ranked by the board, until an agreement is reached. In no event may a fee be negotiated which is higher than a maximum fee set by the commissioner prior to selection of finalists. Should the commissioner be unable to negotiate a satisfactory fee with any designer initially selected as a finalist by the board, the board shall recommend additional finalists in accordance with the provisions of this chapter. The commissioner may require a finalists with whom a fee is being negotiated to submit a fee proposal and include with it such information as the commissioner requires to provide current cost and pricing data on the basis of which the designers fee proposal may be evaluated.
(c) All fees shall be stated in designers contracts and in any subsequent amendment thereto as a total

dollar amount. Contracts may provide for equitable adjustments in the event of changes in scope or services.

ELIGIBILITY REQUIREMENTS FOR ALL APPLICANTS TO THE DSB



1. Submission of the DSB Master File Brochure (Updated February 2011) (one original + one cd) in the format required, and at least annually, continuously update same. 2. Updating of the DSB Master File Brochure (Updated February 2011) when there are significant principal or key personnel changes in a firm. 3. Receipt of applications from designers who are full time employees of another firm shall disqualify the applicant. 4. A person may not submit more than one application as a prime applicant on the same project. The applications of any such applicant shall be considered disqualified. This rule does not preclude a person applying as a "prime" applicant even though that applicant is also listed as a consultant on one or more other prime" applications on the same project. For the purposes of this paragraph the term person means an individual, corporation, association, partnership or other legal entity. 5. Simultaneous receipt of applications from individuals or group of individuals who are associates or who are involved in an association or corporation filing for the same project shall disqualify the applicants. 6. Applicants agree to execute the current forms of the Commonwealth of Massachusetts standard Contract for Study Services (Revised 3/10) and Contract for Final Design and Construction Administration Services (Revised 2/10) (which replace the former DCAM Form C-2 or the DCAM Form C-3 and their successors). 7. Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined managements internal auditing controls, and expresses their opinion regarding those controls. 8. Every application or statement filed pursuant to this section shall be sworn to under penalties of perjury. A designer, programmer or construction manager who has been determined by the Board to have filed materially false information under this section shall be disqualified by the Board from further consideration for any project for such time as the Board determines is appropriate. UNSIGNED APPLICATIONS WILL NOT BE CONSIDERED BY THE BOARD. ADDITIONAL REQUIREMENTS FOR DESIGNERS PROVIDING PLANS & SPECIFICATIONS (a) Certification that the applicants legal entity, if applying to perform design services other than preparation of studies, surveys, soil testing, cost estimates, programs, or construction management is a designer as defined. The definition of a design professional as listed in M.G.L. C.7, 38A follows:
Designer, an individual, corporation, partnership, sole proprietorship, joint stock company, joint venture, or other entity engaged in the practice of architecture, landscape architecture, or engineering, which satisfies the following:

(i) if an individual, the individual is a registered architect, landscape architect, or engineer; (registered in the Commonwealth of Mass.) (ii) if a partnership, a majority of all the partners are persons who are registered architects, landscape architects, or engineers; (registered in the Commonwealth of Mass.) (iii) if a corporation, sole proprietorship, joint stock company or other entity, the majority of directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, landscape architects or engineers, and the person to be in charge of the project is registered in the discipline required for the project.
-

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 Contract for Study Services and Contract for Final Design and Construction Administration Services when a project is advertised by both study and design services. CRITERIA FOR SELECTION OF SEMI-FINALISTS AND FINALISTS

IN CONFORMANCE WITH CHAPTER 7, SECTION 38F

1. Prior similar experience best illustrating current qualifications for this project. 2. Identity and qualifications of the key persons and consultants who will work on this project. 3. Depth of the firm with respect to size and complexity of the project. 4. Past performance on public and private projects. a. Quality, clarity, completeness and accuracy of contract documents and design contract. b. Effectiveness of meeting established program requirements and function within allotted budget. c. Accuracy of cost estimates including assessment of contractors requisitions for payment and change order

proposals.
d. Management ability to meet schedules including submission of design and contract documents and processing of

shop drawings, contractors requisitions and change orders.


e. Coordination and management of consultants. f. Working relationship with contractors, subcontractors, Division of Capital Asset Management and Maintenance

(DCAM) staff and agency representatives.


5. Financial stability - including prompt payment of consultant fees. 6. Current workload with DCAM and other public agencies. 7. Geographical location of the firm with respect to the proposed project. 8. Participation of MBEs and WBEs as prime consultants or subconsultants in a role consistent with the participation

goals set forth for the project.


a. The Designer Selection Board adheres to M.G.L. C.7, 40N, Executive Orders 478 and 524 as implemented by

the Division of Capital Asset Management and Maintenance establishing goals for minority business enterprise (MBE) and women business enterprise (WBE) participation on all design contracts unless otherwise noted. (See attached pages 6-10)

b. The Minority Business Enterprise and Woman Business Enterprise participation goals established for each

contract are set forth on the first page of the Designer Selection Board Project Criteria solicitation for that contract.

PARTICIPATION BY MINORITY OWNED BUSINESSES


AND WOMAN OWNED BUSINESSES

Pursuant to M.G.L. C.7, 40N, Executive Orders 478 and 524, the Commissioner of the Division of Capital Asset Management and Maintenance (DCAM), as designee of the Secretary of Administration and Finance, has developed the following goals and procedures to encourage full participation by minority business enterprises (MBEs) and women businesses enterprises (WBEs) (collectively M/WBEs) on contracts for design services entered into by DCAM.

GOALS Subject to the terms of this memorandum, the following M/WBE participation goals shall apply to the total dollar value of all study and design contracts awarded for every DCAM project: MBE participation goal: 8% WBE participation goal: 4% If the contracting design firm is an MBE or WBE, then M/WBE participation credit shall be given in an amount equal to the entire fee paid to the contracting firm. Please note: if the contracting design firm is itself an MBE or WBE, it will still need to obtain participation by another MBE or WBE to meet the goal that it cannot itself fulfill. If the contracting design firm is not itself an MBE or WBE, then M/WBE participation credit will be given for the value of any work under the contract that is actually performed by each MBE or WBE subcontractor or subconsultant (hereafter subcontractors) to the Designer. MBE participation may not be substituted for WBE participation, nor may WBE participation be substituted for MBE participation.

MODIFICATION OF M/WBE PARTICIPATION GOALS FOR PARTICULAR PROJECTS DCAM reserves the right to reduce or waive the M/WBE participation goals stated above for a particular project prior to the receipt of applications to the Designer Selection Board upon its own initiative or upon the request of any applicant if DCAM determines that it is not feasible for a non-M/WBE design firm to meet the M/WBE goals established for the project based upon any or all of the following: (i) actual M/WBE availability, (ii) the geographic location of the project to the extent related to M/WBE availability, (iii) the contractual scope of work, (iv) the percentage of work available for subcontracting to M/WBEs, or (v) other relevant factors as determined by DCAM. The M/WBE participation goals established for each project are set forth in the Designer Selection Board Project Criteria published for that project.

After a project is advertised, requests from prospective applicants to reduce or waive the M/WBE participation goals for that project, with all supporting documentation, must be submitted with the application, with a copy to DCAMs Compliance Office, One Ashburton Place, 15th Floor, Boston, MA 02108. Except as provided below, DCAM will not consider any request to reduce or waive the M/WBE participation goals for a project if the request is received after this deadline.

DETERMINATION OF M/WBE STATUS A minority owned business shall be considered an MBE only if it has been certified as a minority owned business by the State Office of Minority and Women Business Assistance (SDO). A woman owned business shall be considered a WBE only if it has been certified as a woman owned business by SDO. Certification as a disadvantaged business enterprise (DBE), certification as an M/WBE by any agency other than SDO, or submission of an application to SDO for certification as an M/WBE shall not confer M/WBE status on a firm. Minority owned businesses and woman owned businesses are strongly encouraged to submit applications for certification as M/WBEs to SDO. Information is available from SDO, Ten Park Plaza, Room 3740, Boston, MA 02116 (617) 973 8692, and on the Internet at <http://www.state.ma.us/somwba>.

IDENTIFICATION OF M/WBE PARTICIPANTS BY THE SELECTED DESIGNER The current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application. Not later than five (5) working days after the Designer receives notice of selection for the advertised project, (A-5 Letter), the Designer shall submit to DCAMs Compliance Office (i) a Letter of Intent for each of the M/WBEs that will perform work under the contract, and (ii) a Schedule of M/WBE Participation. The form of Letter of Intent and Schedule of M/WBE Participation are included in this application package. Within five (5) working days after receipt of the Letters of Intent, DCAMs Compliance Office shall review and either approve or disapprove the Designers submissions. Without limitation, DCAM reserves the right to reject the Letter of Intent of any M/WBE that is to perform work in a category that is not listed in its SDO certification, or if the price to be paid for the M/WBE Work as stated in the Letter of Intent does not bear a reasonable relationship to the value of such work as reasonably determined by DCAM. If the Designer has not submitted an appropriate Schedule of M/WBE Participation and appropriate Letters of Intent and SDO certification letters establishing that the M/WBE participation goal for the project will be met, the Designer may be considered ineligible for award of the contract and DCAM may award the contract to the second ranked Designer, subject to that Designers compliance with these conditions. DCAM reserves the right to reduce or waive the M/WBE participation goals for a project after selection of the designer and before execution of the contract, provided that no such reduction or waiver shall be granted except under the following circumstances: the selected Designer must establish and document that it has been unable to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals for the project after having made a diligent, good faith effort to do so; all such documentation must accompany the Designers request to reduce or waive the M/WBE participation goal and shall include, at a minimum, the following: A list of all items of work under the contract that the Designer made available for subcontracting to W/MBEs. The Designer shall identify all items of work that the Designer did not make so available and shall state the reasons for not making such work available for subcontracting to W/MBEs. The Designer shall also demonstrate that, where commercially reasonable, subcontracts were divided into units capable of being performed by M/WBEs. Evidence that the Designer sent written notices soliciting proposals to perform the items of work made available by the Designer for subcontracting to W/MBEs to all W/MBEs qualified to perform such work. The Designer shall identify (i) each W/MBE solicited, and (ii) each W/MBE listed in the SDO directory under the applicable trade category who was not solicited and the reasons therefor. The Designer shall also state the dates notices were mailed and provide a copy of the written notice(s) sent. Evidence that the Designer made reasonable efforts to follow up the written notices sent to M/WBEs with telephone calls or personal visits in order to determine with certainty whether the M/WBEs were interested in performing the work. Phone logs or other documentation must be submitted. A statement of the response received from each M/WBE solicited, including the reason for rejecting any M/WBE who submitted a proposal.
-

Evidence of efforts made to assist M/WBEs that need assistance in obtaining bonding, insurance, or lines of credit with suppliers if the inability of M/WBEs to obtain bonding, insurance, or lines of credit is a reason given for the Designers inability to meet the M/WBE goals. The Designer also shall submit any other information reasonably requested by DCAM to show that the Designer has taken all actions which could be reasonably expected to achieve the M/WBE participation goals. The Designer may submit any other information supporting its request for a waiver or reduction in the M/WBE participation goals, such as evidence that the Designer placed advertisements in appropriate media and trade association publications announcing the Designers interest in obtaining proposals from M/WBEs, and/or sent written notification to M/WBE economic development assistance agencies, trade groups and other organizations notifying them of the project and the work to be subcontracted by the Designer to M/WBEs. Requests by a selected Designer to reduce or waive the M/WBE participation goals for a particular project based upon the Designers inability to obtain commitments from M/WBE subcontractors sufficient to meet the M/WBE goals after having made a diligent, good faith effort to do so must be received by DCAM not later than five (5) business days after receipt by the Designer of the notice of selection (A-5 Letter). The Designers compliance with these procedures and goals is a prerequisite for award of the contract, provided that DCAM reserves the right to waive minor defects in documents and extend time limits in its sole discretion.

SCHEDULE FOR PARTICIPATION BY MINORITY/WOMEN BUSINESS ENTERPRISES


DIVISION OF CAPITAL ASSET MANAGEMENT
DCAM Project Number_______________________________ Project Location___________________________________________ Project Name ________________________________________________________________________________________________ This form must be submitted by the Designer within five (5) working days after the Designer receives notice of selection (A-5 Letter). A Letter of Intent and SDO certification letter for each M/WBE must be submitted with this Schedule of M/WBE participation.

BIDDER CERTIFICATION: The undersigned Design firm agrees that it will subcontract with the following listed firms for the work described and for the dollar amounts listed below. For purposes of this commitment, the MBE and WBE designation means that a business has been certified by SDO as either a MBE, WBE or M/WBE. The Designer must indicate the MBE/WBE firms it intends to utilize on the project as follows (attach additional sheets if necessary): Company Name & Address 1. 2. 3. 4. 5. 6. 7. 8. MBE or WBE Describe MBE/WBE Scopes of Work Total Dollar Value of Participation

MBE Goal: $_________________ WBE Goal: $_________________

Total Dollar Value of MBE Commitment: $_______________


Total Dollar Value of WBE Commitment: $_______________

The undersigned hereby certifies that he/she has read the terms and conditions of the contract with regard to MBE/WBE participation and is
authorized to bind the Designer to the commitment set forth above.
Name of Designer__________________________________________ Business Address_______________________________________ _____________________________________________________ Telephone No.__________________ Fax No.________________ Authorized Signature_________________________________

Print Name_________________________________________
Title______________________________________________ Date ______________________________________________

Design Schedule for Participation Revised 02/05/02

LETTER OF INTENT MINORITY/WOMEN BUSINESS ENTERPRISES PARTICIPATION



DIVISION OF CAPITAL ASSET MANAGEMENT
(To be completed by MBE/WBE, and submitted to the Compliance Office by the Designer within five (5) working days after the
Designer receives notice of selection (A-5 Letter).
DCAM Project Number________________________________________________ Project Name ________________________________________________________ Project Location______________________________________________________ To__________________________________________________________________ Name of Designer 1. This firm intends to perform work in connection with the above project. Indicate SDO Certification: ____ MBE ____ WBE ____ M/WBE

2.

This firm is currently certified by SDO to perform the work identified below, and has not changed its minority/women ownership, control, or management without notifying SDO within thirty (30) days of such a change. Attached is a copy of the most recent SDO certification letter issued to my company. This firm understands that if the Designer referenced above is awarded the contract, the Designer intends to enter into an agreement with this firm to perform the activity described below for the prices indicated. This firm also understands that the above-referenced firm, as Designer, will make substitutions only as allowed by the Contract and applicable law. This firm understands that under the terms of the Contract, only work actually performed by an MBE/WBE will be credited toward MBE/WBE participation goals, and this firm cannot assign or subcontract out any of its work without prior written approval of the DCAM Compliance Office, and that any such assignment or subcontracting will not be credited toward MBE/WBE participation goals.

3.

4.

MBE/WBE PARTICIPATION Describe MBE/WBE Scopes of Work Dollar Value of Participation

Total Dollar Value: $_________________________________

Name of MBE/WBE Firm______________________________ Business Address_____________________________________ ___________________________________________________ Telephone No________________ Fax No._________________

Authorized Signature_________________________________ Print Name_________________________________________ Title______________________________________________ Date______________________________________________

Design Letter of Intent Revised 02/05/02


-

THIS OFFICIAL FORM MAY NOT BE ALTERED


POLICY ON EMPLOYMENT OF STUDY CONSULTANTS FOR SUBSEQUENT DESIGN PROJECTS


Amended by the Designer Selection Board on December 15, 2000

1. The Commissioner may appoint a designer to perform continued or extended services if the following conditions are met: (i) (ii) (iii) a written statement is filed with the Board explaining the reasons for the continuation or extension of services; the program for the design services is filed with the Board if one is required by the regulations of the division; and the Board approves the appointment of the designer for continued or extended services and states the reasons therefor.

2. When the Board has required that applicants list consultants which the applicants may employ, in no event shall a consultant be used who is debarred pursuant to Section forty-four C of Chapter one hundred and forty-nine as amended, and any change or addition to the consultants named in the application and allowed by the Board upon appointment must be approved by the Deputy Commissioner and reported to the Board, along with a written statement by the designer or construction manager of the reasons for the change.

GENERAL INSTRUCTIONS FOR FILING APPLICATIONS


1. As of 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 in Microsoft Word for Windows 97 is available for download from the Web site address: http://www.mass.gov/dcam/dsb. Applications should be limited to the application plus a maximum of 3 supplementary pages (double sided) unless otherwise noted. Please ensure that the copy of the application that contains the sub-consultant acknowledgement and the SDO certifications are clearly marked ORIGINAL. Computer generated forms are allowed provided they do not substantially deviate from the DSB format. Submit 16 copies. Please duplicate forms double-sided, if possible, to minimize paper waste. 4. 5. 6. 7. No cover letters, binders and superfluous material.

2. 3.

Please staple upper right corner, landscape.

DSB recommends that the principal who would be in charge of the project make sure that the form is complete including appropriate signature. Unsigned applications will not be considered. When citing work performed by the applicant while employed by another firm, make certain said firm is properly identified including the individual's level of responsibility. By including a firm as a sub-consultant the applicant certifies that the listed firm has been advised that it was being included in the applicants team and it has agreed to work on this Project should the team be selected. It is a requirement that all applicants supply a signed DSB SC-As (Sub-Consultant Acknowledgement). There can be no change in consultants from those named unless approved by DCAM and reported to the Designer Selection Board (C.7, 38H(a)). It is a requirement that all applicants supply the signed document, attached to the application, by the listed sub-consultants stating that they are aware and agree to being nominated by said applicant. Failure to supply above documents may result in rejection of application. DCAM contracts require that the Prime and Sub-Consultant personnel must be registered by the Commonwealth of Massachusetts in their respective disciplines and therefore, when applicable, the DSB requires registration in the disciplines listed in order to satisfy DCAM contract requirements. Eligibility requirements are set forth in this Public Notice in item 8(a). Sub-paragraph (iii) of item 8(a) requires: 1) the majority of directors or a majority of the stock ownership to be persons who are Mass. registered architects, landscape architects or engineers; 2) the chief executive officer to be a person who is so registered; and 3) the person to be in charge of the project to be so registered in the discipline required for the project.

8.

9.

10. When the Prime applicant is to fulfill any of the requested consultant roles in the advertisement, then that role shall be defined in the organization chart as the applicant. It should also be referenced in Section 7 (resume) and Section 8 (experience) such that it proves the applicant is skilled in supplying these roles on the project. 11. Current SDO Certification Letters showing that the MBE/WBE is certified in the area of work for which it is listed on the application must be submitted for each and every MBE and WBE firm listed on the application, and must be submitted with the application.

12. Applicants are advised to apply only for those projects for which they are demonstrably qualified, as it reflects negatively on the
applicant's credibility if the firm applies for every job advertised when only marginally qualified.

13. Applications should be mailed to the Designer Selection Board, One Ashburton Place, Room 1004, Boston, MA 02108.
14. The Board relies almost exclusively on the information submitted on the applications to arrive at a short list of semi-finalists. Therefore, do not include statements that refer to the Master File Brochure for additional information. The Master File Brochures are usually considered upon request of a DSB member when additional supplementary information is needed. 15. Joint ventures are not encouraged. However, they may be advantageous for complex building types in which the participants have a combination of unique skills with a previous successful record of working together. 16. Current workload with DCAM, other public agencies and the private sector are taken into consideration, however, usually only after the DSB has narrowed down the original applicants to a short list of qualified semi-finalists. The Board fosters effective broad-based participation in public work within the design professions.

NOTE CMR 810 Publication/Instructions for Designers (Form 9) was replaced by Designers Procedures Manual available on the Web site: http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf

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 Discipline
(from advertisement)

Discipline
(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Discipline

(from advertisement)

(from advertisement) Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

Name Of Firm Person In Charge Of Discipline Mass. Registr. # MBE/WBE Certified (If Applicable)

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

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):

WBE

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 c. Clients Name, Address and Phone d. Completion e. Project Cost (In Thousands) 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

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 c. Clients Name, Address and Phone Number d. Completion e. Project Cost (In Thousands) 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) 8b.

(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

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 # a. b. Status/Discipline c. If Corporation, Provide Names Of All Members Of The Board Of Directors: Name Title MA Reg # d. a. e. b. Status/Discipline f. c. Names Of All Owners (Stocks Or Other Ownership): Name and Title a. b. c. % Ownership MA Reg.# d. e. f. Status/Discipline Name and Title Name

Expiration Date Title

MA Reg # Status/Discipline

14.

Name

Title

MA Reg # Status/Discipline

15.

% Ownership

MA Reg.#

Status/Discipline

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, d. 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 e. programs. The information contained in this application is true, accurate and sworn to by the undersigned under the pains and penalties of perjury. f.
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 # 11-10 ITEM # 1 DSB PUBLIC NOTICE DATE: August 31, 2011 August 10, 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) MCC2011D -1 Study and Design for General Building Renovation, Repairs and Upgrades Brockton and Canton Massasoit Community College (MCC) Massasoit Community College $500,000 per contract Less than $2 million for each project ( ( ) ) 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) $500,000 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, Massasoit Community College 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:

11-10

ITEM #

DSB PUBLIC NOTICE DATE:

August 10, 2011

The Awarding Agency may award up to three (3)contracts, each with a total value of $500,000 to qualified designers under this contract.

APPROPRIATION LANGUAGE: N/A GENERAL SCOPE OF WORK: Massasoit Community Colleges Brockton Campus is a 100-acre facility, with a number of modern academic buildings that include a student center, library, day care, two theaters, radio and TV studios and a field house which houses a swimming pool, basketball court, racquetball courts and weight room. The building types vary from brick faced to concrete structures. The Conference Center at Massasoit is adjacent to this campus and is available for meetings and functions. The Colleges Workforce Development & Community Education Division is also housed at the Center. The scope of work may include but is not limited to the following steps: 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 including cost benefit analysis of repair vs. new construction. 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.

Consideration in the analysis should include energy costs, sustainability principles, life cycle costs, expected remaining useful life of building, and systems. Particular attention should be paid to the constructability, reliability and durability of maintenance systems and materials. 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. Canton Campus The Canton Campus is a multi-level facility on 18 acres in the Blue Hills area south of Boston. Specialized labs, art studios, and Computer Aided Design (CAD) and Macintosh computer labs support the technical and visual arts programs on campus. The campus is also home to the Milton Art Museum and the Akillian Gallery.

Aerial View of Canton Campus


DSB List# 11-10, Item #1- Page 2 of 5

DSB LIST #

11-10

ITEM #

DSB PUBLIC NOTICE DATE:

August 10, 2011

Brocton Campus The Brockton Campus is made up of single-storied buildings arranged orthogonally around a large, sunken, paved central quad. The grid-like organization of buildings creates a sense of accessibility and permeability upon arrival to the campus. Parking lots line the central access road to the west and south, while athletic fields occupy land to the east and south. The Brockton Campus topography slopes at a gentle three to four percent grades from west to east. The high point, at the west entrance, is 150 feet above sea level, while the lowest area, at the athletic fields to the east, is 100 feet above sea level. Although the campus is surrounded by wetlands, very few are found on college property. It is significant to note, however, that wetlands run the entire length of the eastern property line. This property line borders the athletic fields.

Map of the Brockton Campus

Examples of some of the immediate projects on both campuses: External envelope evaluation and suggested repairs. Renovations to student related offices on both campuses that were built in the 1970s. Upgrades to parking lots and quad area. Structural and mechanical evaluations and assessments. Design and placement of modular buildings including classrooms/childcare/maintenance/labs. Evaluation of mechanical and electrical infrastructures. Code upgrades, including development of remedial plans to conform to universal access/ADA compliance. Internal renovations and suggested repairs.

ADDITIONAL SUPPORTING DOCUMENTS: N/A 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

DSB List# 11-10, Item #1- Page 3 of 5

DSB LIST #

11-10

ITEM #

DSB PUBLIC NOTICE DATE:

August 10, 2011

by the DCAM Director of Programming before final design can proceed. Master plans and/or studies for any projects with an estimated construction cost of $2 million or more may not be performed under this 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/Eoaf/docs/dcam/dlforms/forms/standard_contract_fd_conadm.rtf Financial Statement Chapter 7, Section 38H(e) (iv) requires that on public design contracts where the total design fee is expected to exceed $10,000 or for the design of a project for which the estimated construction cost is expected to exceed $100,000 the designer shall: a) File its latest CPA or PA audited financial statement with the Division of Capital Asset Management and Maintenance (DCAM), and continue to do so annually throughout the term of the contract; b) Submit a statement from a CPA or PA that states that they have examined managements internal auditing controls, and expresses their opinion regarding those controls. DCAM Procedures The designer will follow the procedures established in DCAMs Designer Procedures Manual dated August 2008 (http://www.mass.gov/Eoaf/docs/dcam/dlforms/designers_procedures_manual_aug08.pdf). Applicants are urged to review and become familiar with the following supplemental material, which is available on the web at: (http://www.mass.gov/dcam). 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/Agov3/docs/Executive%20Orders/Leading%20by%20Example%20EO.pdf. All building studies shall include preliminary estimates of the projects energy use, water use, and greenhouse gas emissions using protocols established by EOEAA or as determined by DCAM. No building study shall be certified for final design unless all means, methods, and commitments required to mitigate the projects impact on the operating agencys plan for meeting EO 484s goals are documented in the consensus solution, implementation plan and estimated construction cost. 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. Massasoit Community College 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/Eoaf/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
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# 11-10, Item #1- Page 4 of 5

DSB LIST #

11-10

ITEM #

DSB PUBLIC NOTICE DATE:

August 10, 2011

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 (Prime) Mechanical Engineer (M/P/FP) Electrical Engineer Structural Engineer Civil Engineer 6. 7. 8. 9. Landscape Architect Specification Consultants Cost Estimator ADA Specialist

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. 2. Architectural/Engineer must show experience with colleges of similar size and type. Design and renovations to Higher Education classrooms, offices and labs of varying sizes. Design of modular buildings for similar use. 4. 5. ADA compliance at a higher education facility or campus setting. Experience with Massachusetts state agencies dealing with construction rules and regulations and local and state permitting. External envelope evaluation and suggested repairs based on structures similar to MCCs buildings.

3.

6.

APPLICANTS PLEASE NOTE A copy of the most current Application Form and Instructions - DSB Application Form (Updated July 2011) is included with this Notice, and is available for download at http://www.mass.gov/Eoaf/docs/dcam/dlforms/dsb/dsb_app_11_7_5.pdf. Applications that are incomplete or 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# 11-10, Item #1- Page 5 of 5

You might also like